HomeMy WebLinkAboutLatham Sand & Gravel, Inc WILLIAM M.DUFFY ��,,, SCOTT A.RUSSELL
TOWN ATTORNEY I�o°�*c SUUry� Supervisor
bill.duffy@town.southold.ny.us 1,,�O l0 `
STEPHEN F.KIELY �� : Town Hall Annex, 54375 Route 25
Jg[ JIlt % P.O.Box 1179
ASSISTANT TOWN ATTORNEY ; N ; Southold, New York 11971-0959
Stephen.kiely@town.southold.ny.us G &.4 ' %
•LORI M.HULSE =��ly ire Telephone (631) 765-1939
ASSISTANT TOWN ATTORNEY =.00UNII,V;i1Facsimile (631) 765-6639
lori.hulse@town.southold.ny.us �"" ''��
OFFICE OF THE TOWN ATTORNEY
TOWN OF SOUTHOLD RECEIVED
AUG 272015
August 26, 2015 Southold Town Clerk
Mr. John Hocker
Latham Sand & Gravel, Inc.
P.O. Box 608
Peconic, NY 11958
RE: Agreement w/Town of Southold
Furnish Construction Equipment and Services/Dredging and Other
Services
Dear Mr. Hocker:
I am enclosing a copy of the fully executed Agreement in connection with the
referenced matter for your records. The Town Clerk will retain the original, fully
executed Agreement and we will retain a copy of same in our file.
Kindly provide our office with the required insurance certificates outlined in ¶6 of
the Agreement.
If you have any questions regarding the enclosed, please do not hesitate to call
me. Thank you for your attention.
Very tr ly yours,
tri--N&I-- 6tA1, ---
Lynne Krauza
Secretary to the Town Attorney
Ilk
Enclosure
cc: Elizabeth A. Neville, Town Clerk (w/encl. - original)
John Cushman, Comptroller (w/encl.)
Michael Collins, Town Engineer (w/o encl.)
- �iGi '` L
AGREEMENT
THIS AGREEMENT entered into this 117 day of Moc )5-1- , 2015, by and between the
Town of Southold, a municipal corporation organized and existing under the laws of the State of New
York with offices at 53095 Main Road, Southold, New York 11971-0959, party of the first part
(hereinafter called the "Town") and Latham Sand & Gravel, Inc., with an address at P.O. Box 608,
Peconic,New York 11958,party of the second part(hereinafter called the "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 furnish all the Equipment specified within a Town Purchase Order to
"Furnish Construction Equipment and Services in connection with Dredging and other Services
within the Town of Southold" and shall coordinate the deliveries with the Town Engineering
Department at 631-765-1560.
AS DESCRIBED IN THE Contract Documents made and prepared by the Town of Southold, and
Latham Sand & Gravel, Inc., and as set forth in the Contractor's Bid dated June 16, 2015, and in
strict and entire conformity and in accordance with the Notice to Bidders, Instructions to Bidders,
Proposal Form (Bid), Equipment Specifications, Addenda, and this Agreement, hereto annexed and
made a part hereof, and hereinafter collectively referred to as"Contract Documents".
SECOND: In payment for the services to be performed hereunder by Contractor, the Town shall
make payments to Contractor upon receipt from the Contractor of a Purchase Order and signed
voucher for such compensation evidencing the construction equipment and services provided in
connection with dredging and other services within the Town of Southold. Payment will be
completed provided Town has received said Purchase Order and voucher and has audited and
approved same for payment. The Town Board shall process any vouchers received from Contractor
as expeditiously as possible.
In the event that the Town disputes or objects to any portion of any voucher submitted by
Contractor pursuant to this paragraph, the Town shall, within 30 days of receipt of such voucher,
notify Contractor in writing of such dispute or objection. Contractor acknowledges that Contractor
is familiar with the requirements of Section 118 of the Town Law which, in effect, prohibit payment
of any of Contractor's claims against the Town unless an itemized voucher therefore shall have been
presented to the Town Board or Town Comptroller and shall have been audited and allowed by the
Town Board or Town Comptroller.
THIRD: The Contractor covenants and agrees that, anything in this Contract or in the Contract
Documents to the 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 other than the amounts in said Contract Documents
provided; and the failure of the Town 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
-1-
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 Town to enforce the
same or cause the same to be enforced at any time, without prejudice to any other rights which the
Town may have against the Contractor under this Agreement or the Contract Documents.
FOURTH: The Contractor covenants and agrees that this Contract shall remain in full force and
effect for a period of two years from the date of this Contract with a provision for a one year
extension upon mutual agreement by both Town and Contractor.
FIFTH: Any and all notices and payments required hereunder shall be addressed as follows, or to
such other address as may hereafter be designated in writing by either party hereto:
To Town: Elizabeth A.Neville, RMC, CMC
Southold Town Clerk
P.O. Box 1179
Southold,NY 11971-0959
With a copy to: Engineering Department
Town of Southold
P.O. Box 1179
Southold,NY 11971-0959
ce-
To Contractor: Mr. John Hocker, P.E.,President
Latham Sand& Gravel, Inc.
P.O. Box 608
Peconic,NY 11958
SIXTH: The Contractor shall not commence work under this Contract until it has obtained all
insurance required under this paragraph and such insurance has been approved by the Town.
(a) Compensation Insurance: The Contractor shall take out and maintain during the life of
this Contract Workers' Compensation Insurance for its employees to be assigned to the
work hereunder.
(b) Insurance: The Contractor shall take out and maintain during the life of this Contract
such general liability, property damage, and commercial auto liability insurance as shall
protect it from claims for damages for personal injury, including accidental death, as
well as from claims for property damage which may arise from operations under this
Contract. The amounts of such insurance shall be as follows:
General liability insurance in an amount not less than $1,000,000 for injuries, including
wrongful death to any one person and subject to the same limit for each person, in an amount not less
than$2,000,000 on account of any one occurrence.
Property damage insurance in an amount not less than $100,000 for damage on account of all
occurrences.
-2-
Commercial auto liability insurance in an amount not less than $500,000 for damage on
account of all occurrences.
The Contractor shall furnish the above insurance certificates to the Town and shall also name
the Town as an additional named insured in said policies.
(c) Any accident shall be reported to the office of the Town Clerk as soon as possible and
not later than twenty-four (24) hours from the time of such accident. A detailed written
report must be submitted to the Town as soon thereafter as possible and not later than
three (3) days after the date of such accident.
SEVENTH: The Contractor agrees to indemnify and save the Town, its officers, agents and
employees harmless from any liability imposed upon the Town, its officers, agents and/or employees
arising from the negligence, active or passive, of the Contractor or the Contractor's Subcontractors
and from and against any damages, claims, or expenses, including reasonable attorney's fees, arising
out of Contractor's breach of the Agreement or from Contractor's or Contractor's Subcontractors acts
or omissions outside the scope of the Agreement or arising out of claims or actions by third parties
against Contractor by virtue of his performance of this Agreement.
EIGHTH: Neither Town nor Contractor shall, without the prior written consent of the other, assign
or sublet in whole or in part its interest under any of the Contract Documents; and, specifically,
Contractor shall not assign any monies due or to become due without the prior written consent of the
Town.
NINTH: Town and Contractor each bind themselves, their partners, successors, assigns and legal
representatives of the other party hereto in respect to all covenants, agreements and obligations
contained in the Contract Documents.
TENTH: The Contract Documents constitute the entire agreement between Town and Contractor and
may only be altered, amended or repealed by a duly executed written instrument signed by both
parties.
ELEVENTH: The Town shall have the right to stop work or terminate the Contract if:
(a) The Contractor is adjudged bankrupt or makes an assignment for the benefit of
creditors; or
(b) A receiver or liquidator is appointed for the Contractor or for any of its property and is
not dismissed within 20 days after such appointment or the proceedings in connection
therewith are not stayed on appeal within the said 20 days; or
(c) The Contractor refuses or fails to prosecute the work or any part thereof with due
diligence; or
(d) The Contractor fails to make prompt payment to persons supplying labor for the work; or
(e) The Contractor fails or refuses to comply with all applicable laws or ordinances; or
-3-
(f) The Contractor is guilty of a substantial violation of any provision of this Contract;
(g) The Town's execution and participation in this contract is found to be in violation of an
existing collective bargaining agreement.
(h) In any event, the Town, without prejudice to any other rights or remedy it may have,
may, with our without cause, by seven (7) days' notice to the Contractor, terminate the
employment of the Contractor and its right to proceed as to the work. In such case, the
Contractor shall not be entitled to receive any further payment beyond what owed in
quantum meruit.
TWELVETH: It is hereby mutually covenanted and agreed that the relation of the Contractor to the
work to be performed by it under this Contract shall be that of an independent contractor. As an
independent contractor, it will be responsible for all damage, loss or injury to persons or property that
may arise in or be incurred during the conduct and progress of said work, whether or not the
Contractor, its agents, or employees have been negligent. The Contractor shall hold and keep the
Town free and discharged of and from any and all responsibility and liability of any sort or kind. The
Contractor shall assume all responsibility for risks or casualties of every description, for loss or injury
to persons or property arising out of the nature of the work, from the action of the elements, or from
any unforeseen or unusual difficulty. The Contractor shall make good any damages that may occur in
consequence of the work or any part of it. The Contractor shall assume all blame, loss and
responsibility of any nature by reason of neglect or violation of any federal, state, county or local
laws,regulations or ordinances.
IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first
above written.
Town of Sou d
By: C.c•Xi13•geJ
Scott A. Russell, Supervisor
Latham Sand& Gravel, Inc.
By: /45-cL-
Hocker, Pre ' 6 d.Qr*. G"'
-4-
STATE OF NEW YORK)
) ss.:
COUNTY OF SUFFOLK)
So/ /t C1e4
On the L day of A090 y-E- in the year 2015 before me personally appeared r tt " n ___„,
personally known to me or proved to me on the basis of satisfactory evidence to be the individual
whose name is subscribed to the within instrument and acknowledged to me that he executed the
same in his capacity and that by his signature on the instrument, the individual or the person upon
whose behalf of which the individual acted, executed the instrument.
REGINA L. CARTSELOS
Notary Public-State of New York
No.01 CA6198908 /1411Notary Public
Qualified in Suffolk County
My Commission Expires January 5,2017
STATE OF NEW YORK)
) ss..
COUNTY OF SUFFOLK)
44
( .SC.0f- -t4- 45sei/
On the a5 day of ALI uS-1-in the year 2015 before me personally appeared
personally known to me or owed to me on the basis of satisfactory evidence to be the individual
whose name is subscribed to the within instrument and acknowledged to me that he executed the
same in his capacity and that by his signature on the instrument, the individual or the person upon
whose behalf of which the individual acted, executed the instrument.
._ � _ '�. _' I �- 401.._,
Notary Public
LAUREN M.STANDISH
Notary Public,State of New York
No.01 ST6164008
Qualified in Suffolk County
Commission Expires April 9,2019
-5-
Southold Town Board -Letter Board Meeting of June 30, 2015
�a�E RESOLUTION 2015-610 Item# 5.30
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# I 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 a 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 ctl 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)
S
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 n 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
U 5 815 TON
CLAMSHELL NE WITH 5/8 C. Y.CAPACITY DRAGLINE BUCKET 1,600
# 3 C.Y.CAPACITY
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
# 7 FURNISHING FRONT END WHEEL LOADER WITH 4 C.Y.CAPACITY BUCKET 1,500
1 DAY @ ONE THOUSAND FIVE HUNDRED DOLLARS PER DAY (8 HOURS) $
PER DAY
# 10 FURNISHING LONG REACH EXCAVATOR 2,600
I 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
I DAY @ ONE THOUSAND TWO HUNDRED DOLLARS PER DAY (8 HOURS)
(NOTE. THERE IS NO MOBILIZATION OR DEMOBILIZATION FRO THIS ITEM) PER DAY y
23.
Elizabeth A. Neville
Generated July 1, 2015 Page 52
p
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
ELIZABETH A.NEVILLE,MMC � yQ 0Gy Town Hall,53095 Main Road
TOWN CLERK a , ; P.O.Box 1179
aia s 2,5 Southold,New York 11971
REGISTRAR OF VITAL STATISTICS ; Fax(631)765-6145
MARRIAGE OFFICER �-y* aQ`,�i•' Telephone(631)765-1800
RECORDS MANAGEMENT OFFICER : Oj ,,.i 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,
(°1\t,saiL. 1\r\QL346 —.
Lynda M Rudder
Deputy Town Clerk
Ens.
,•iii,,,,,_
(,,Iio`uf FO1.
vv 4
ELIZABETH A.NEVILLE,MMC ,f'.4* o4\ Town Hall,53095 Main Road
d. P.O.Box 1179
TOWN CLERK � = ;
ea Southold,New York 11971
REGISTRAR OF VITAL STATISTICS k,p • W) Fax(631)765-6145
MARRIAGE OFFICER4 ., ,�i�� Telephone(631)765-1800
RECORDS MANAGEMENT OFFICER : �.( 4 '', 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: 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 President
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 SID TO:
VENDOR NAME: Latham Sand & Gravel, Inc.
ADDRESS: P.O. BOx 608 Peconic, NY 11958
CONTACT: John Hocker
TELEPHONE: 631 -734-6800 FAX: 631 -734-2318
E-MAIL: lathamgravel@yahoo.com
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.
/4
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.
I.� 7 'J.R SWORN TO BEFORE ME THIS
Si ature&Company Position /J
John D. Hocker, V.P. /& DAY OF 20
Type Name&Company Position
Latham Sand & Gravel , Inc._
?c,corQL.63D
Company Name T.JboraNOTARY PUBLIC
June 16, 201 5 REGINA L. CARTSELOS
Date Signed Notary Public-State of New York
No.01 CA6198908
1 1—250-3744 Qualified in Suffolk County
Federal I.D Number My Commission Expires January 5,2017
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: r,at•ham Sand & Gravel, Tnc_
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 yete4
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 a 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
I DAY @ PER DAY (8 HOURS) $ 1 ,845
PER DAY
FURNISHING TRACK LOADER WITH BUCKET - 9,000 LBS.
# 4 I DAY n 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 I 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
I DAY @ PER DAY (8 HOURS) $ 1 , 965
PER DAY
FURNISHING LONG REACH EXCAVATOR
4 10 I 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
I DAY @ 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 I 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„a Y Ai,
PRINT NAME John D. HOcker
TITLE Vice President
DATE June 16, 2015
ACKNOWLEDGMENT
STATE OF NEW YORK, COUNTY OF Suffolk )ss.:
On the 16thday of June in the year 2015 before me, the undersigned, personally
appeared,,John i)_ HockPr ,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.
y,,,A,u-na,' A ccumaf5D
OTARY PUBLIC
REGINA L. CARTSELOS
Notary Public-State of New York
No 01CA6198908
Q14a''1,9,.in Suffolk County
hAi Cr m.''S-.,)n Exnres January 5,2017
Proposal Package 11 of 11
r
L
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
IS .:P NC,.
r I /
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.V.# 9 BUCKETAPACITY DRAGLINE 1,965
OR 3/4 C.Y.CAPACITY CLAMSHELL BUCKET
. $
1 DAY @ ONE THOUSAND NINE HUNDRED SIXTY FIVE DOLLARS PER DAY
PER DAY (8 HOURS)
FURNISHING CRAWLER MOUNTED FRONT END LOADER WITH 2 C.Y 11 385
# 11 CAPACITY BUCKET , O
$
I DAY @ ONE THOUSAND THREE HUNDRED EIGHTY FIVE DOLLARS PER DAY
PER DAY (8 HOURS)
FURNISHING OFF ROAD ARTICULATED DUMP TRUCKS - 2,5$5
# 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 q day of 015
LLCM, 111
LOIN,.. ,„
5311't, ILSt11, O,
'I 1""If' I t' GHR'ISTINA VOLINStCI
rnov 60:I-76� I el I , r,, ss- NOTARY PUULIC-STATE OF NEW YORK
vn
t\,t1'km\ 1':1t,r Wo. 01VO6105050
,5 LL>.t:..1>r (rel I N Qtldiltied in Suffolk County
''' SEALED PROPOSALS ARE
•.c,, HT AND REQUESTED FOR 11Ty Eofftrttlssloei Expiros Fobruary 28,2016
'! OLLOWING-
3111 NAME:"Furnish Constr-
; hent and Seniees in conn
:i;•171ging and other Sen ices• L.
i.•a n ot Southold"
Definite specifications may be ob-
tained at the Southold Town Clerks OT-
liec beginning June 4,2015
PI ACF OF OPENINGS:
I'WN OF SOUTHOLI)
OWN CLERKS OFFICE
31195 11AIN ROAD
\11UTHOLD,NY 11971
I)1TE OF OPENINGS:
Line 18,2015
I IDIS OF OPENINGS:
7aN1 P11
('ONTACf PERSON:
'rchael Collins.P.E.
ran of Southold.631-765-1560
ENDORS :NEST SUBMIT I;I.),
\'EALID ENVELOPES
i LEASE PRINT ON THE FACE(31
ENVELOPE:
1) NAME & ADDRESS OF BID-
DER
2)BID NA11E
It is the bidders responsihdm to read
the attached Bid Specilications.Instruc-
tions to Bidders,and General Conditions,
sshich outline bidding rules ot the loon
of Southold.Upon submission of bid,it is
understood that the bidder has read.lulls
understands and odl compl. 'a'th
GENERAL CONDI I IONS and speertr-
cation requirements
the Toon of Southold requires ;hat
- this• .toue
t' :r'her.t',,,d�n.e .:.-1
landlr-- - - - - -
it be lilted out compl.cl) PL•r.:do not '
_- renture am pages tram 1111,1,111 parka..
:11111111:11,i;;cops ot ih,hid:hewn.r,'k¢ , ._. ._ _ -
• ' - _ 1h.. lu.,n of Southold s,,i.ontcs:11111 - _ __- __
eneourroes nunonts ;md 1,111%-11-1141-4,41
businesses to par lr.io,d, m i11, bl,'-'dhl
1'r.': s
ELI/Mil-I'IIA r\I.VtI LF
-d �I'' SOl'TIIOLD'IOW\CLF12 n -
17'71-1TR1 - —_-
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.
w
Copies to the following:
The Suffolk Times Town Board Members
Town Attorney Dodge Reports
Brown's Letters BurreIle's Information Services
Town Clerk's Bulletin Board Engineer
r"° 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
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
B ID F it i41k4L
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
e4sufF 44,0.
c , y\
' 2 ,
TOWN OF SOUTHOLD
Scott A. ]Russell, Supervisor
HIGHWAY DEPARTMENT
Vincent Orlando, Highway Superintendent
ENGINEERING DEPARTMENT
Michael Collins, Town Engineer
I.
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
(0 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.
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
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
I DAY @ PER DAY (8 HOURS) $
PER DAY
FURNISHING TOW BOAT
# 2 I 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
I 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 WITI-I 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 I-]/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
I 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
# 1I
1 DAY @ 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 r@ PER DAY (8 HOURS)
$
PER DAY
FURNISHING 10 WHEEL DUMP TRUCK
# 14 1 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