Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Material Hauling
ELIZABETH A.NEVILLE,MMC O� C�j Town Hall,53095 Main Road TOWN CLERK ~� �� P.O.Box 1179 Southold,New York 11971 REGISTRAR OF VITAL STATISTICS V g Fax(631)765-6145 - MARRIAGE OFFICER ,f. ® Off• Telephone(631)7t5-1800 RECORDS MANAGEMENT OFFICER www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN,CLERK TOWN OF SOUTHOLD June 1, 2018 Toby Carson Power Crush, Inc 140 Old Northport Road Kings Park,NY 11754 Dear Sir: Congratulations. At the regular Town Board meeting held on May 8, 2018, the Town Board accepted the bid of Power Crush Inc for Material Hauling Services. A certified copy of the resolution is enclosed. The bid deposit is being returned to you. Thank you for your bid. Very truly yours, Lynda M Rudder Deputy Town Clerk Ens. ELIZABETH A.NEVILLE,MMC ��O�uFFOL�C®G Town Hall,53095 Main Road TOWN CLERK �� �� P.O.Box 1179 Southold,New York 11971 coo REGISTRAR OF VITAL STATISTICS Fax(631)765-6145 MARRIAGE OFFICER �. ��. Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD - June 1, 2018 l Mark Troiano Winter Bros. 1198 Prospect Avenue Westbury,NY 11590 Dear Sir: At the regular Town Board meeting held on May 8, 2018, the Town Board accepted the bid of Power Crush Inc for Material Hauling Services. A certified copy of the resolution is enclosed. The bid deposit is being returned to you. Thank you for your bid. Very truly yours, Lyn a M Rudder Deputy Town Clerk Ens. -042 Town Hall,53095 Main Road ELIZABETH A. NEVILLE,MMC ®�A����o4,� TOWN CLERK �� �� P.O.Box 1179 Southold,New York 11971 REGISTRAR-OF VITAL STATISTICS - � - -- Fax(631)765-6145 __- MARRIAGE OFFICER ,y ® Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD June 1, 2018 John Whitton Trinity Transportation Corp 214 Blydenburgh Road Islandia,NY 11749 Dear Sir: At the regular Town Board meeting held on May 8, 2018, the Town Board accepted the bid of Power Crush Inc for Material Hauling Services. A certified copy of the resolution is enclosed. The bid deposit is being returned to you. Thank you for your bid. Very truly yours, V Lyn a M Rudder Deputy Town Clerk Ens. Southold Town Board -Letter Board Meeting of May 8, 2018 RESOLUTION 2018-437 Item # 5.43 y�OjQa.�` ADOPTED DOC ID: 14101 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2018-437 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON MAY 8, 2018: RESOLVED that the Town Board of the Town of Southold hereby accepts the bid of Power Crush, Inc. to supply the town with services to haul construction and demolition debris and single stream recyclables in the amount of$422.22/trailer load, using 125 cubic yard capacity trailers, as detailed in their bid opened by the Southold Town Clerk on May 3, 2018, all in accordance with the Town Attorney. Elizabeth A. Neville Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: James Dinizio Jr, Councilman SECONDER:William P. Ruland, Councilman AYES: James Dinizio Jr, William P. Ruland, Louisa P. Evans, Scott A. Russell ABSENT: Jill Doherty,Robert Ghosio Generated May 9, 2018 Page 73 ELIZABETH A. NEVILLE,MMC Fc®� Town Hall,53095 Main Road TOWN CLERK =� y� P.O.Box 1179 Southold,New York 11971 REGISTRAR OF VITAL STATISTICS � Fax(631)765-6145 MARRIAGE OFFICER ,� ®�. Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD BID OPENING 2018 Materials Hauling Services May 3, 2018 @ 2:00 PM Three (3) bids received Task#1 Task#2 Total Trinity Transportation Corp 124,800.00 280,000.00 404,800.00 214 Blydenburgh Road Islandia,NY 11749 John Whitton 631/342-9673 Winter Bros. 225,500.00 407,000.00 632,500.00 1198 Prospect Avenue Westbury,NY 11590 Mark Troiano 516/937-0900 Power Crush, Inc 138,488.16 249,954.24 388,442.40 140 Old Northport Road Kings Park,NY 11754 Toby Carson 631/368-4000 Town of Southold Bid—Materials Hauling Services 3.0 AGREEMENT BID PRICE EVALUATION: TASK 1 EVALUATION BID PRICE(C&D): (in numerals) TASK 2 EVALUATION BID PRICE(SS): p( qS-4 (in numerals) TOTAL AGREEMENT COST: (in numerals) z SIGNATURE BLOCK The undersigned hereby submits the foregoing prices to furnish Materials Hauling Services as described in this solicitation: 4 Bidder: l otv: 6e6 sh lnL l40 oto v.,,jkp0ej 1?0 h�'^gsAwk RY [1754 Firm-Cor oration Address By: �^ lS Signature -Authorized Representative Date Print: Title 27 2.0 UNIT PRICE BID SCHEDULE, MATERIALS HAULING SERVICES, SOUTHOLD TOWN, NEW YORK The undersigned hereby submits the following prices bid to furnish C&D and Single Stream Haul Services,to Southold Town,New York for the term on or about May 18. 2018 through on or about May 17 2021 2.1 TASK 1: C&D HAULED TO BROOKHAVEN LF 2.1.1 MODE OF TRANSPORT Please indicate the transportation method(s)proposed for providing services for this task under this Agreement, as follows: Vehicle Type (e.g.,roll-off,tractor-trailer, etc): �i GC. Container Size(volume): C y 2.1.2 C&D HAUL SERVICES PRICING Year One The Haul Service applicable unit price(i.e., cost per truckload) for AGREEMENT YEAR ONE (1) (@ May 18, 2018–May 17, 2019) is 4LY l huj/Qct 1w,",�'�- �Wo (iwords) dollars and w e �Y� - cents'($ a� (COCl) (in numerals) for an estimated loads (trips)in the AGREEMENT YEAR(CDT1): (#of loads in numerals) Total Year One C&D Trucking Price(CDC1 x CDT1): - 944 '�� (TCDC1) Year Two The Haul Service applicable unit price (i.e., cost per truckload) for AGREEMENT YEAR TWO (2) (@ May 18,2019–May 17,2020)is (' words) dollars and "• y cents ($ (CDC2) (in numerals) for an estimated— loads (trips)in the AGREEMENT YEAR(CDT2). (#of loads in numerals) Total Year Two C&D Trucking Price(CDC2 x CDT2): aq (TCDC2) 23 Town of Southold Bid-Materials Hauling Services 2.1.2 C&D HAUL SERVICES PRICING (cont'd) The Haul Service applicable unit price(i.e., cost per truckload) for OPTION YEAR ONE(1) (@ May 18, 2020—May 17,2021) is 4 4;/ (In words)11 11 dollars and 1 C4)e41 z -1 00 cents($ d d ). (CDC3) (in numerals) for an estimated loads(trips) in the OPTION YEAR(CDT3), (N of loads in numerals) �J 7 Total Year Three C&D Trucking Price(CDC3 x CDT3): f 1, —//lrr - oR (TCDC3) TASK 1 EVALUATION BID PRICE: TOTAL 2-YEAR COST FOR C&D TRUCKING: (Add Year 1 and Year 2 totals above. Enter here and in AGREEMENT BID PRICE EVALUATION box on page 27): ✓) U/►1 Pal "r' Ov o'id roJt h vJledet jWy e►� I (In words) 4a . i6 (in numerals) AVERAGE 2-YEAR TRUCKLOAD COST FOR C&D TRUCKING: (TCDC1 +TCDC2) (CDT1 +CDT2) _ 4d) . )J (in numerals) 24 Town of Southold Bid—Materials Hauling Services 2.2 TASK 2: SINGLE STREAM RECYCLABLES TO TOWN OF BROOKHAVEN MRF 2.2.1 MODE OF TRANSPORT Please indicate the transportation method(s)proposed for providing services for this task under this Agreement, as follows: Vehicle Type (e.g.,roll-off,tractor-trailer, etc): r���e< Container Size(volume): Is 0.y 2.2.2 SINGLE STREAM HAUL SERVICES PRICING Year One The Haul Service applicable unit price (i.e., cost per truckload) for AGREEMENT YEAR ONE (1) (@ May 18, 2018—May 17, 2019) is �.Jl ed 4'4,,elil y �wy 1 (in words) Dollars and tw��l� ccs o cents($ 4 ds ') ). (SSC1) (in numerals) for an estimated Q G loads(trips) in the AGREEMENT YEAR(SST1). (#of loads in numerals) � 1 SST1): l ` 7 (TSSC1) Total Year One SS Trucking Price(SSC1 x F Year Two The Haul Service applicable unit price(i.e., cost per truckload) for AGREEMENT YEAR TWO (2) (@ May 18, 2019—May 17, 2020) is -cov/ 64ked, (in words dollars and 1W eJy �� o cents ($^ 2)• d ). (SSC2) (in numerals) for an estimated- DIG - loads (trips) in the AGREEMENT YEAR(SST2). (#of loads in numerals) Total Year Two SS Trucking Price(SSC2 x SC�ST2): l 7 7• 1i)-- (TSSC2) 25 Town of Southold Bid—Materials Hauling Services 2.2.2 SINGLE STREAM HAUL SERVICES PRICING (cont'd) The Haul Service applicable unit price (i.e., cost per truckload)for OPTION YEAR ONE(1) (@ May 18, 2020—May 17, 2021)is ray/' 6uw 4*1/1VT'vim (in words) 1 dollars and_ !! X41 y �W® cents ($ (SSC3) (in numerals) for an estimated oads (trips) in the OPTION YEAR(SST3). (#of loads in numerals) Total Year Three SS Trucking Price(SSC3 x SST3): r ! _ (TSSC3) TASK 2 EVALUATION BID PRICE: TOTAL 2-YEAR COST FOR SS TRUCKING: (Add Year 1 and Year 2 totals above. Enter here and in AGREEMENT BID PRICE EVALUATION box on page 27): ke ,/i Avc-AZIJrw7C kU r0 t "W1 �oa (in ords) ` (in numerals) AVERAGE 2-YEAR TRUCKLOAD COST FOR SS TRUCKING: •(TSSC1 +TSSC2) r� (SST1 +SST2) '(In numerals) 26 Town of Southold Bid—Materials Hauling Services APPENDIX A—SUBCONTRACTORS (if applicable), The Bidder hereby states that it proposes,if awarded an Agreement to use following haul subcontractors on this project. Subcontractor/ Contract Trade Individual Address Phone# Specialties 2: t 3. F 4. 5. fr Name of Bidder: By; Date: (Authorized Signature) NOTE: If blank not applicable,fill in with N/A 29 Town of Southold Bid—Materials Hauling Services APPENDIX B-FORM'OF PERFORMANCE BOND (if required) ; Bond No. KNOW ALL MEN BY THESE PRESENTS,that (hereinafter called the "principal") and (hereinafter called the "Surety") are held and firmly bound to the'Town of Southold(hereinafter called the "Owner")in the full and just-sum of-dollars (TBD) good and lawful money of the United States of America, for the payment of which sum of money;well and truly to be.made and done,the Principal binds himself,his heirs,executors,administrators and assigns and the Surety binds itself, its successors and assigns,jointly and severally,firmly by these presents. WHEREAS, the Principal has entered into a certain written Agreement bearing date•on the day of ),20 , with the Owner for the Town'of Southold construction debris-and recycled newspaper Haul Services, a copy of which-Agreement is annexed to and hereby made part of this bond as though herein set forth in-full. NOW,THEREFORE,the conditions of this obligation are such that if the Principal,his or its representatives or assigns, shall well and faithfully comply with°atid perform all the terms, covenants and conditions,of said Agreement or his(their, its)partto be kept and performed and all modifications, amendments, additions and alterations thereto that may hereafter be made, according to the true intent and meaning of said Agreement, and shall fully indemnify and save harmless the Owner from all cost and damage which it may suffer by reason of failure so to do,,and shall fully reimburse and repay the Owner for all outlaw and expense which the,Owner may incur in making good any such default, and shall protect the said Owner against,,and pay any•and all amounts, damages, costs and Judgments which may or shall be recovered against said••Owner or its officers or agents or which the said Owner maybe -called upon,to pay to any person.or corporation by reason of any-damages arising or growing out of the doing of said work, or the repair'of maintenance thereof, or the manner of doing the same, or the neglect of the said Principal, or his(their, its)agents or servants or the improper-performance of the said work by the said Principal, or his (their, its) agents or servants, or the-infringement of any patent or patent rights by reason of the use of any materials furnished or work done as aforesaid onotherwise,then this obligation shall be null and void,.otherwise to remain in full force and effect;' Performance Bond Appendix B Page 1 of•2 30 Town of Southold Bid—Materials Hauling Services PROVIDED,HOWEVER,the Surety,for value received hereby stipulates and agrees, if requested to do so by the Owner, fully perform and complete the work mentioned and described in said Agreement, pursuant to the terms, conditions, and covenants thereof, if for any cause the Principal falls or neglects to so fully perform and complete such work and the Surety further agrees to commence such work of completion within ten(10) calendar days after written notice thereof from the Owner and to complete such work within ten(10) calendar days from the expiration of the time allowed the Principal in the Agreement the completion thereof; and further PROVIDED, HOWEVER,the Surety,for value received, for itself and its successors and assigns,hereby stipulates and agrees that the obligation of said Surety and its bond shall be in no way impaired or affected by an extension of time,modification,work to be performed thereunder,or by any payment thereunder before the time required herein, or by any waiver of any provisions thereof, or by any assignment, subletting or other transfer of any work to be performed or any monies due or to become due thereunder; and said Surety does hereby waive notice of any and all of such extensions, modifications, omissions, additions, changes, payments, waivers, assignments, subcontracts and transfers, and hereby expressly stipulates and agrees that any and all things done and omitted to be done by and in relation to assignees, subcontractors, and other transferees shall have the same effect as to said Surety as though done or omitted to be done be or in relation to said Principal. IN WITNESS WHEREOF,the Principal has hereunto set his (their, its)hand and seal and the Surety has caused this instrument to be signed by its and its corporate seal to be hereunto affixed this T day'of 20 Principal (If Corporation add By: Seal and Attestation) Attest: Surety (If Corporation add By: Seal and Attestation) Attest: Address of Surety Performance Bond Appendix B Page 2 of 2 31 STATEMENT OF NON-COLLUSION (To be completed by each Bidder) In accordance with Section 103-d General Municipal Law, effective September 1, 1966, every bid or proposal hereafter made to a political subdivision of the State of any public department, agency, or official thereof or to a fore district or any agency or official thereof for work or services performed or to be performed or goods sold or to be sold, shall contain the following statement subscribed to by the bidder and affirmed by such bidder as true under the penalties of perjury;non-collusive bidding certification. A. By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury,that to the best of knowledge and belief: (1) The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or any competitor. (2) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor. (3) No attempt has been made or will be made by the bidder to induce any other person, partnership, or corporation to submit or not to submit a bid for the purpose of restricting competition. B. The person signing this bid or proposal certifies that he has fully informed himself regarding the accuracy of the statements contained in this certification, and under the statements contained in this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being applicable to the bidder, as well as the person signing in its behalf. C. That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signature of this bid or proposal on behalf of the corporate bidder. RESOLUTION Resolved that eTa 6-1 * ILI,��So� __of the (Name of signatory) Be authorized to sign and submit the bid (Name of Corporation) Or proposal of this corporation for the following Project: al-o< 1L)h. and to include in such bid or proposal the certificate as to non-collusion required by section one-hundred-three- d (103-d) of the General Municipal Law as the act and deed of such corporation, and for any inaccuracies or miss-statements in such certificate this corporate bidder shall be liable under the penalties of perjury. The foregoing is true and correct copy of the resolution adopted by PO—LUe USbJ111 -n-L, _corporation at a meeting f the Board of Directors,held on the "� C) day o 20 IS . (SEAL OF THE CORPORATION) Laws of N York , 19.65 Ch. 751, Sec. 103-4;as amended& effective ori September 1, 1965. Signature 1 STATEMENT OF NON-COLLUSION (To be completed by each Bidder) In accordance with Section 103-d General Municipal Law, effective September 1, 1966, every bid or proposal hereafter made to a political subdivision of the State of any public department, agency, or official thereof or to a fore district or any agency or official thereof for work or services performed or to be performed or goods sold or to be sold, shall contain the following statement subscribed to by the bidder and affirmed by such bidder as true under the penalties of perjury;non-collusive bidding certification. A. By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury,that to the best of knowledge and belief: (1) The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or any competitor. (2) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly,to any other bidder or to any competitor. (3) No attempt has been made or will be made by the bidder to induce any other person, partnership, or corporation to submit or not to submit a bid for the purpose of restricting competition. B. The person signing this bid or proposal certifies that he has fully informed himself regarding the R accuracy of the statements contained in this certification, and under the statements contained in this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being applicable to the bidder, as well as the person signing in its behalf. C. That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signature of this bid or proposal on behalf of the corporate bidder. RESOLUTION Resolved that "To G of the (Name of signatory) Be authorized to sign and submit the bid c (Name of Corporation) Or proposal of this corporation for the following Project: and to include in such bid or proposal the certificate as to non-collusion required by section one-hundred-three- d (103-d) of the General Municipal Law as the act and deed of such corporation, and for any inaccuracies or miss-statements in such certificate this corporate bidder shall be liable under the penalties of perjury. The foregoing is true and correct copy of the resolution adopted by �a�ti°�C�vs� �. corporation at a meeting of the Board of Directors, held on the _ '3 day of ��� 1 _, 20� (SEAL OF THE-CORPORATION) Laws of New-Tork, 1965 Ch. 751, Sec. 103-d,-as amended & effective on September-1; 1965. Signature 1 ��the ` 140 Old Northport Road—Kings Park,NY 11754 Tel: (631) 368-4000—Fax: (631) 368-4015www.theketchamgroup.com AKA: POWER CR USH INC. April 30 2018 Re: Town of Southold Materials Trucking Services Contract Supplemental Information 4.2—i. As of April 30, 2018, Power Crush Inc. has acquired all manpower, materials, supplies and mobile equipment necessary to provide the town with all services sought under the agreement. Power Crush Inc. will utilize two of our company owned 125 cubic y d walking floor trailers along with a late model power unit to service this contract. e filer will be left on site to be pre-loaded by the town while the other trailer will bi in it. Power Crus Inc. is prepared to supply additional trailers/trucks as the need is . hr' an ichael V' e side t of ogistics Ketcham Farm Organics—Ketcham Supply-Ketcham Transport—Ketcham Container- Ketcham Farm-PowerCrush Inc-Recycled Earth Products NEUYYORK Departmentof NEW YORK STATE EEPARTMENT,OF ENVIRONMENTAL CO_ NSERVATION , Fmlronmental DIVISION,OF MATERIALS MANAGEMENT Conservation PART;64_ WASMTRANSPORTgRPERMIT NO. 1A-1069' Pursuant to Article 27,Ttle's 3 and'15 of the Environmental Conservation Law�and 6 NYCRR 364 _ PER. IT"ISSUED TO: - '. PERMIT TYPE;. 'OUTER,L(IUIITS EXCAVATION, INC.'' -o NEW. 140,OLD'HORTHRORT ROAD ® ,RENEWAL r , P KINGS PARK;"NY1.1764+- is _ .MODIFICATION _ . . „ ',,CONTACT.NAME LESPOINELU` EFFECTIVE"DATE }',.^ 07/03!2017 SUFF„•OLK EXPlW._ION,DATE: ' 0710212.018 TELEPHONENO: (631)368-4000 r US EPA ID NUMBER: , • , ,- . .' _ . ,. .- 1. ' ' ;; ,' _ •• AUTHORIZED WASTE TYPESSY-DESTMA OWFACILITY:i _ The Permittee is_Autharitozed Transport ihe'Following Waste Types),to the Destination.FadMdy listed: °Destination Facility£ Location Waste`Type(s),, (dote ' 110 Sand Company Clean,Fill Disposal Site Melville.NY Non-Hazardous°IndustnaVComrrercial All IslandVason Supply Inc ' Kings Park,,NY 'Non-Hazardous Industri6VCommercial'' ” Bro'khavenWasti�Management FaciGty" . ',Yaphank-,,NY LL ,.,Non-Hazardous Industrial/Commercial Waste Tres d 'CLEAN EARTH cLAREMONT , , r _E3 SEY,,dTY.,NJ SI'udge from Sewage-or Water Supply Treatment Plant CLEAN EARTH OF.CARTERET CARTE RET.,NJ Petroleum'Contaminated 8oi1 Covanfa of Hem pstead Wesibury';NY, Non=Hazardous Industrial/COmlrtz'rcial' Omni Recycling of Babylon lnc- West Babylon,NY Waste Tres}- Recycled.Earth Pr_ducts'Inc '-. : . KingsPark,NY. Non-Haiardous Industnal%Comrriercia( S&M Prompt Rubbish ReYmoval Senvice,-!nc Oceanside-NY , Waste Tres NOTE:By acceptance,of this permit,the'permittee agrees that the`permit is contirigdnt upon strict compliance with the Environmental , ConservationLaw,all applicable regulations,,and the General Conditions printed on the back of this page.' ADDRESS: New,York State Department of Environmental Conservation ' Division-of,Matehals Management-'Waste Transporter'Progra'm' ' 625 Broadway,•gth Floor, - Albany,LNY'12233-7251 `AUTHORIZED"SIGNATUIE:. PAGE 4 OF 2 t effective date listed on the pbrinnii ' -, , _ 11-, *�",,, �, -� ,, "., , '-,,, .:, �,,,.', , -�, ,,,�,,��,�_ �" 1 :, ,, � '. - , "" I ,I �, -,-��-� ,, ,,, ,,� ,":,�, , . , , , ,� , I , ,,,,,, , , - , may, , I I �r - - 7-,� -, ,,,� � ,,, ���x'r i ,,, , - , �f,, v�I t,,, I-,,,.,,, . I . ,,, - �:,I",", -.t- , , ,: ,, I ,��. ,,- -�, -, -_I -, - � �,, ;" I I - ', , " -, i t�, �, �.,_,,_`_', :�i - ," � .,� , 1�� �., , "� , I, � � I 1 -, � �', ,, ", YORK ,-,� 'j -1 , , -� I, ;,I I, ��- . " -,I�� ,, I- ��, I ,"-,, - - `i - ',� � " ,�" ,", , , I , �� , , ,1. I-1 ,,vJ I I I .T�,,, , , , , , ,-NEWYORK,StAft DEPAATM ',, -_F,ENVIRONMENTAL' CONSERVATION=''1 1. '�4 - , ;` , - , I- __ �,, i, , I , , 'It � - 1 ,-1, � - , -, , II , " , ` I � I I I I :" I, _ ,, - ,_ " ' I 11�,� "� _ , , , ,�,.DIW IONOF � I" . - " , '" 'e, , ", _ ,�,,4_� ,, . , � 17 , "'.4",,"',� ,,, �, '' ,� , '. - �J� , " , � - , , , , , �1 I 81ENT,'� , I - '!,��,_,- " 1, -, - � A � ,, 11 I .I, - I-I . 1, � - -�- -_1 - , I� , , I I I -'�T - -,- � t - '� li, - , ", , �: �',, -U4L�',`�,,` ',,,,-,,','�--',;�,�,,, , �� , , PART, , ,, , '�I� I,:" �, 1�,, -, PART,",,,-' - �',I�,,"�I ,�,2,", ", " , , � I . jq 6. _� ,"', �' JA I _,� _ ,,",, " ,," _:"' '_''", 111�, � -, 1" , 'W5k�"PERMIT-i4d.' IA-1 I I - , ,►- , , �1_� "' -'q j , . , -, ;j " �-",, ,t, " '' i"� Article, � 1 - I -r , - " I" ,V, I � , 7 1 1 I ,, , I Pursuant to 27',tiflds 3 an 15"i _'' n CRR 364' % -',"',J ,I - _ �"..1�1 _ �,-'I 1,-1 .t;'�-� � �c , ,,,d of the Envir66rhental Uniarv�66"Limi,anid'6 ,,'r,1,111, t . I 1 ,,� 4"%-1- " ' '�' '_ ' '� , , � ,1,� � , I , ,, , �,� "' .j�t�' 1_ , �"; I '- , , ,� - _�,,, f, 1 ,,,-,,� , - "--,-, ,t�, �I - , 11�11 ., ,, �., �, ; 1,; , I �;" ,, , � I ,,,," 11 � � � _ �,� �,,,rl,,., . ," ,, TYPE:, � _ I I' �'_ -' 11 t�,: I � - - Ir ITY ,,.;,, I_ � , I ,�, "'" �::�,,�� ,,", , 1'�%-,-, .a�,,'PPEFMT TY01E - ", , , ,- "I ",� i :, ,PERMIT'.1SS E ,T , :,',,." "T't_' '_'," �' ,I. " -, ;�� , I � , I -�,�-,�, �.,-I �, ,,-` "I,- . ,, , , ,�� _ , , , ,i , , , I ,,�, I, -1 ,,, 11 " �1 V - _� ,.;,,,�',-- '' -, , " �1, , ,� -,,, 11 r - -- - � ", , � � ,'r Z��, , , � ��,� _.1, , �,, , " I-,4",�� 1,_ , 'i�' �'��' , I,I il�,' ,� , ,� �,,,, , , __ :-r� I" , ' ,,�, I _ , 4 ': �:i"1��' '' ' ' r ,',"" � ,'��'� 1' ''"' '' ' '�'�"''t' ,',, I, � 9UTERU ITS'EXCAVATION''&TI0N,'(NC., .-,_',,,:_' .1 � ,. 1 . I � �o,"NEW"", - ", "' ��' ',�,-, � * - 1, " ',i,',,,, �' 'f'i '� "' , ',T 1, � .1 I I I I - , , ,,,, ,,, v," " , _� �,�,�, � I � , "� �I �I r s,- - ," I ,", I -,,, -,,�', '� I 1, ',,,",", - - 11 I - ,, -)-,t - � . - I I I " r', _1i., , ��,I ��,,�, �,,,, :, ,�I. -, � , �,� - ' "�_, .I � , ,",I ,,�,,'� �'I, I , ,. - , , -,., � „ROAD: I , , ' I , 1,1, I I ,_��,'I--7 � �I- _,,� "'.�" 'bAD_-�`�,:" � WRENEWAL-'_f-`�"' � " �, ", '- -' D� ' - -- `P �, , � _ , ", - ''I " , Ir.1, , , i, . I ,-,,- ,",`i:1409L, ,A - � -- I I 1� I I �, , - , , , - _11 , " . ,i , ,� ,� - , - ,�'. � , -.�11 'T "I " ,_-� - , ,, 11 I -, ",1� -1 I I,� ;z'"�,,, .,� , I � ,",� �, , �, � - I- - "',�,"I� 11 1, - - 'A , ,- - 11 �`�,,,-� I I �]-,� � -, ,,� 4, ,,___ - - I " ,,, ,�,,';,� � " �, - , ,_07%03% � f / SIGNATURE ® 1 Briari Mazzotta i M I/.�► 360 Motor Parkway Hauppauge New York 11788 a phone G31 861 2748 © fax 646 560 4-254 q www_signatureny_com May 1,'2018 Powercrush, Inc. 140 gid No Road Kings Highway, NY 11754 Re:,Credit Reference Dear Les Poineffi, Please accept this,letter as a credit reference for Powercrush Inc. Currently the accounts with Signature Bank have balances'in the low six figures and the accounts°are in .good standing wfth the,'Wnk. Very,Truly Yours, Brian Mazzotta Group Director Signature Bank, Hauppauge 631-861-2748/(f)646=560-4254 i f `e THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond Trinity Transportation Corporation KNOW ALL MEN BY THESE PRESENTS, that we 214 Blydenburgh Road. Islandia, NY 11749 (Here Mew full name and addrasa or legal title of Conuactor as Principal, hereinafter called the Principal, and Berkley Insurance Company (Here insert full name and address or legal title of Suretyl 60 East 42nd Street. New York, NY 10165 a corporation duly organized under the laws of the State of Delaware as Surety, hereinafter called the Surety, are held and firmly bound unto Were inert fullname and address or log title of owner) Town of Southold,53095 Main Rd,Southold NY. 11971 hereinafter called the Obligee, in the sum of Twenty One Thousand Dollars as Obligee, Dollars $21,000 1, for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, ' firmly by these presents. Hauling/Composting of Leaves,Grass clippings and WHEREAS, the Principal has submitted a bid for Material Trucking Services (Here insert full name and address and description of project) NOW,THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter Into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified In the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecutlon thereof, or in the event of the failure of the Principal to enter such Contract and give_such_bond_or bonds, If.the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contact with another party to perform the Work covered by said bidr then this obligation shall be null and void;otherwise to remain in full force and effect. Signed and sealed this 2nd day of May 2018 I ITY TfVQSV&FATION CORPORATION fPrmc�pa/1 ea (WrnessJ x ! idel BERKLEA INSURANCE COMPANY L/NLS 7(Zur (Beall (Witness) (Tide) L_,I/n R Keane Attorney In-fact AIA DOCUMENT A310•BID BOND•AIA • FEBRUARY 1970 ED'THE AMERICAN 1 INSTITUTE OF ARCHITECTS, 1735 N.Y.AVE., N.W.,WASHINGTON, D.C.20006 Printed on Recycled Paper 9/93 C003769$-50,0 State of County of c m Q, On this day of 20 before me personally came a v to me known. = c and known to me to be the individual described in and who executed the foregoing instrument, and acknowledged to me that s/he 0 executed the same. My commission expires ---------------------------. �----- Notary Publi.----....-........ State of ss. County of _ 41 c m On this da of , 20 E Y _. before me personally came zs E m iLi ; to me known and known to me 0 C to be a member of the firm of a described in and who executed the foregoing instrument, and s/he thereupon acknowledged to me that s/he executed the same as and for the act and deed of said firm. My commission expires Notary Public ---------------------------------------------------------------------------- State of NEW yOTbV, SUFt�tx I ss. County of On this day of MAY ,20 7g , before me personally came m l�?�CfGp I��/�pTJEO to me known, � m a c who being by me duly sworn,did depose and say thaL,?�a is the v a ofiivrryoNsP�—.vncv✓ the corporation described in and which executed the above instrument; that s/he knows the seal of said corporation;that the seal affixed to said instrument is such corporate seal;that It was so affixed by order of the Board of Directors of said corporation,and that s/he signed his/her name thereto by like order. 4VV"EAN1E BQRQESANO Notary Public,State of N@W y&k My commission expires tr L Quallfted n o.suffoik Courilly oa I -----------------------------------------------------------ry----------- State o1 New York ss. County of Suffolk _ Y On this day of ,20 . before me personally cai*ne 0 o John R Keane to me known,who, being by me duty swom,did depose and say that cam° s/he is an attorney-in-fact of Berkley Insurance Company Qthe corporation described in and which executed the within Instrument;that s/he knows the corporate seal of said corporation;that the seal affixed to the within Instrument is such corporate seal,and that s/he signed the said i t and affixed the said seal as Attorney- in-Fact by authority of the Board of Directors of said corporation and by authority of thi office under the Standing Resolution thereof_ My commission expires Z I 1 �f VIRGINIA CAPPIELLO Wtfarf Public Notary Public, State of New York No. 01 CAb?57198 Qualified in Nassau County Commission Expires 12-112 S. POWER OF ATTORNEY BERKLEY INSURANCE COMPANY WILMINGTON, DELAWARE NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof Please review carefully. KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Delaware, having its principal office in Greenwich,CT,has made, constituted r and appointed, and does by these presents make, constitute and appoint- Glen J. Radovich; John R. Keane; or Raymond M. Keane of Insight Companies, Inc. of Melville, NY its true and lawful Attorney-in-Fact, to sign its name as surety only as delineated below and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Q Financial Guaranty Insurance, providing that no single obligation shall exceed Fifteen Million and 00/100 U.S. Dollars (U.S.$15,000,000.00), to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. .E This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, withoutgiving effect to the principles of conflicts of laws thereof This Power of Attorney is granted pursuant to the following resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25,2010: C RESOLVED, that, with respect to the Surety business written by Berkley Surety Group, the Chairman of the Board, Chief Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant " Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney-in-fact named therein to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the o r� corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such attorney-in-fact and revoke any power of attorney previously granted; and further 0 o RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances, 't� or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the manner and to the extent therein stated; and further ti o RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and 0 b further RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any o power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or n other suretyship obligation of the Company;and such signature and seal when so used shall have the same force and effect as 3 though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have ceased to be such at the time when such instruments shall be issued. dIN WITNESS WHEREOF, the Company has taus,q these presents to be signed and attested by its appropriate officers and its wo corporate seal hereunto affixed this qday of f ,2015. ox Attest: Berkley Insurance Company U / 0 (Seal) By !' B � H Ira S. Lederman Jafter ti Senior Vice President&Secretary Inc] Presi ent WARNING: THIS POWER INVALID IF NOT PRINTED ON BLUE"BERKLEY"SECURITY PAPER. o 0 STATE OF CONNECTICUT) ss: COUNTY OF FAIRFIELD ) fk L Sworn to before me, a Notary Public in the State of Connecticut, this Z day of� / , 2015, by Ira S. Lederman and Y Jeffrey M. Hafter who are sworn to me to be the Senior Vice President and Secre ary, and t Senior Vice sident,respectively, of s Berkley Insurance Company. MARIA C.RUNDBAKEN �/' - NOTARY PUBLIC MY COMMISSION EXPIRES otary Public, State o Connecticut Q o APRIL 30,2019 Y CERTIFICATE U Z � I,the undersigned,Assistant Secretary of BERKLEY INSURANCE COMPANY,DO HEREBY CERTIFY that the foregoing is a true, correct and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescinded 3 and that the authority of the Attorney-in-Fact set forth therein, who executed the bond or undertaking to which this Power of y Attorney is attached,is in full force and effect as of this date. Given under my hand and seal of the Company,this day of (Seal) C o er .Nolan BERKLEY INSURANCE COMPANY STATUTORY BALANCE SHEET DECEMBER 31,2017 (AMOUNTS IN THOUSANDS) Admitted Assets Bonds $ 9,172,791 Common&Preferred Stocks 4,004,049 Cash& Short Term Investments 457,917 Premiums Receivable 1,599,047 Other Assets 3,124,758 Total Admitted Assets $ 18,358,562 Liabilities &Surplus Loss&LAE Reserves $ 9,581,063 Unearned Premium Reserves 2,608,502 Other Liabilities 689,393 Total Liabilities $ 12,878,959 Common Stock $ 43,000 Preferred Stock 10 Additional Paid In Capital 2,862,717 Unassigned Surplus 2,573,876 Total Policyholders' Surplus $ 5,479,603 Total Liabilities & Surplus $ 18,358,562 Officers: Directors: President: William Robert Berkley, Jr. William Robert Berkley Secretary: Ira Seth Lederman (Executive Chairman) Treasurer:Eugene George Ballard William Robert Berkley, Jr. Asst. Treasurer:Bertman Adam Braud, Jr. Ira Seth Lederman Asst. Treasurer: Ann Marie Collins Eugene George Ballard Asst. Treasurer: Susan Paula Tingleff Richard Mark Baio Paul James Hancock Carol Josephine LaPunzina cam. 1 Inquiry and Notification Rider Berkley Surety Group, LLC is the affiliated underwriting manager --ft ail of the surety business of the following affiliated companies: Acadia Insurance Company, Berkley Regional Insurance Company, Carolina Casualty Insurance Company, Union Standard Insurance Company, Union Insurance Company and Continental Western Group Insurance Company. To verify the authenticity of this bond please call: (973) 775-5021 or Telefax(973) 775-5024 Any written notices, inquh7es, claims or demands to the surety on the bond to which this Rider is attached should be directed to: Berkley Surety Group, LLC 412 lit. Kemble Ave. Suite 31ON Morristown, NJ 07960 Attention: Surety Claims Department or Telefax.: (866) 408-2421 Please include with all notices the bond number and the name of the principal on the bond. Where a claim is being asserted please set forth generally the basis of the claim. In the case of a payment or performance bond please identify the project to which the bond pertains. b. , BERKLEY SURETY GROUP Town of Southold Bid—Materials Hauling Services 3.0 AGREEMENT BID PRICE EVALUATION: TASK 1 EVALUATION BID PRICE (C$D): 2�r 800,10 (in numerals) TASK 2 EVALUATION BID PRICE (SS): ZgO,o00 '-IOD°'� �'� (in numerals) TOTAL AGREEMENT COST: 404, Roo-02' (In numerals) SIGNATURE BLOCK The undersigned hereby submits the foregoing prices to furnish Materials Hauling Services as described in this solicitation: Bidder: 214 0LYL% "W0Ux6N RZ. Firm-Corporation Address =Scp^-D1A, NY //7419 By: y-zo -l8 Signature'- Authorized Representative Date Print: /f+i 41 Ci 4 !7i 1q 47TEb Title 27 2.0 UNIT PRICE BID SCHEDULE, MATERIALS HAULING SERVICES, SOUTHOLD TOWN, NEW YORK The undersigned hereby submits the following prices bid to furnish C&D and Single Stream Haul Services, to Southold Town,New York for the term on or about_May 18, 2018 through on or about May 17 2021 2.1 TASK 1: C&D HAULED TO BROOKHAVEN LF 2.1.1 MODE OF TRANSPORT Please indicate the transportation method(s) proposed for providing services for this task under this Agreement, as follows: Vehicle Type (e.g., roll-off, tractor-trailer, etc): 7RQc: 09_7 AiLQX-5 Container Size (volume): loo Gu. #D • - llo Cu. yd 2.1.2 C&D HAUL SERVICES PRICING Year One The Haul Service applicable unit price (i.e., cost per truckload) for AGREEMENT YEAR ONE (1) (@ May 18, 2018 -May 17, 2019) is Fowl. HuNlAub Dou.e,4f-s (in words) dollars and tS o cents ($ 4o0°= ). (CDC 1) (in numerals) for an estimated 1510 loads (trips) in the AGREEMENT YEAR (CDT1). (#of loads in numerals) 1500 ,- @-AV. I&T/Lo/D Total Year One C&D Trucking Price (CDC1 x CDT1): G2. 40op _ (TCDC1) Year Two The Haul Service applicable unit price (i.e., cost per truckload) for AGREEMENT YEAR TWO (2) (@ May 18, 2019-May 17, 2020) is Fo u.A- 14 vt,�w az> I�ou Acz-, (in words) dollars and Q10 cents ($ L}oo! ). (CDC2) (in numerals) for an estimated 1516 loads (trips) in the AGREEMENT YEAR (CDT2). (#of loads in numerals) Z;SO D T P ,+V. /& Total Year Two C&D Trucking Price (CDC2 x CDT2): (02, 400 (TCDC2) 23 Town of Southold Bid-Materials Hauling Services 2.1.2 C&D HAUL SERVICES PRICING (cont'd) The Haul Service applicable unit price (i.e., cost per truckload) for OPTION YEAR ONE (1) (@ May 18, 2020—May 17, 202 1) is FO(,- Nvli.3mA DT=,ou.*#_s (in words) dollars and 00 cents ($ 4 2.0`= ). (CDC3) (in numerals) for an estimated 156 loads (trips) in the OPTION YEAR (CDT3). (#of loads in numerals) 2.500 T P_ )'"K 16 Total Year Three C&D Trucking Price (CDC3 x CDT3): G5, 5 7-C: °- (TCDC3) TASK 1 EVALUATION BID PRICE: TOTAL 2-YEAR COST FOR C&D TRUCKING: (Add Year 1 and Year 2 totals above. Enter here and in AGREEMENT BID PRICE EVALUATION box on page 27): 0067 40.10A2,0 TWG;krN r-Ou,A -rRo L)5*QD E1Ca 1JT H UL)0,1 D 770 WA*-S (in words) 1.2-4. 200" (in numerals) AVERAGE 2-YEAR TRUCKLOAD COST FOR C&D TRUCKING: (TCDC1 +TCDC2) (CDT1 + CDT2) (in numerals) 24 Town of Southold Bid—Materials Hauling Services 2.2 TASK 2: SINGLE STREAM RECYCLABLES TO TOWN OF BROOKHAVEN MRF 2.2.1 MODE OF TRANSPORT Please indicate the transportation method(s) proposed for providing services for this task under this Agreement, as follows: Vehicle Type (e.g., roll-off, tractor-trailer, etc): RAC�� Container Size (volume): 100 - 110 C4, y p5, 2.2.2 SINGLE STREAM HAUL SERVICES PRICING Year One The Haul Service applicable unit price (i.e., cost per truckload) for AGREEMENT YEAR ONE (1) (@ May 18, 2018—May 17, 2019) is -f=owl. N-UMDA.Q'C> (in words) Dollars and 1`1)0 cents ($ 400°" ). (SSC 1) (in numerals) for an estimated 350 loads (trips) in the AGREEMENT YEAR (SST1). (#of loads in numerals) �J$b0 T Ig RBI /0-4--d Total Year One SS Trucking Price (SSC1 x SST1): I+0, Doo. (TSSC1) Year Two The Haul Service applicable unit price (i.e., cost per truckload) for AGREEMENT YEAR TWO (2) (@ May 18, 2019—May 17, 2020) is ,�o&e4 /-lvnidt,¢_1) (in words) dollars and No cents ($ Aloo ). (SSC2) (in numerals) for an estimated 350 loads (trips) in the AGREEMENT YEAR (SST2). (#of loads in numerals) ✓5®O 7- 94 V io r11-0,4® Total Year Two SS Trucking Price(SSC2 x SST2): 40,pop � (TSSC2) 25 Town of Southold Bid—Materials Hauling Services 2.2.2 SINGLE STREAM HAUL SERVICES PRICING (cont'd) The Haul Service applicable unit price (i.e., cost per truckload) for OPTION YEAR ONE (1) (@ May 18, 2020—May 17, 202 1) is F'ouA H uomADL D TwE»Ty (in words) dollars and cents ($ H ZD°a ). (SSC3) (in numerals) for an estimated 350 loads (trips) in the OPTION YEAR (SST3). (#of loads In numerals) 35oo 7— e4 V/D 7-/z-0A0 Total Year Three SS Trucking Price (SSC3 x SST3): 147, 000.®-' (TSSC3) TASK 2 EVALUATION BID PRICE: TOTAL 2-YEAR COST FOR SS TRUCKING: (Add Year 1 and Year 2 totals above. Enter here and in AGREEMENT BID PRICE EVALUATION box on page 27): I Two -14VQQAab us.w `1 NovsAIS�D 'POs (in words) 2.80, 0 00 (in numerals) AVERAGE 2-YEAR TRUCKLOAD COST FOR SS TRUCKING: (TSSC1 +TSSC2) (SST1 +SST2) = i 1 Op o9 'I (in numerals) 26 Town of Southold Bid—Materials Hauling Services APPENDIX A—SUBCONTRACTORS (if applicable) The Bidder hereby states that it proposes, if awarded an Agreement to use following haul subcontractors on this project. Subcontractor/ Contract Trade Individual Address Phone # Specialties 1. 2. 3. 4. 5. Namof B' r: -r;Zin�iTY TRf�iysP0,2T.o77or✓eoR� By: Date: -zo -/9 (Authorized Signature) NOTE: If blank not applicable, fill in with N/A 29 Town of Southold Bid—Materials Hauling Services APPENDIX B—FORM OF PERFORMANCE BOND (if required) Bond No. KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the "principal") and (hereinafter called the "Surety") are held and firmly bound to the Town of Southold (hereinafter called the "Owner") in the full and just sum of dollars (TBD) good and lawful money of the United States of America, for the payment of which sum of money, well and truly to be made and done, the Principal binds himself, his heirs, executors, administrators and assigns and the Surety binds itself, its successors and assigns,jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written Agreement bearing date on the day of , 20 , with the Owner for the Town of Southold construction debris and recycled newspaper Haul Services, a copy of which Agreement is annexed to and hereby made part of this bond as though herein set forth in full. NOW, THEREFORE, the conditions of this obligation are such that if the Principal, his or its representatives or assigns, shall well and faithfully comply with and perform all the terms, covenants and conditions of said Agreement or his (their, its) part to be kept and performed and all modifications, amendments, additions and alterations thereto that may hereafter be made, according to the true intent and meaning of said Agreement, and shall fully indemnify and save harmless the Owner from all cost and damage which it may suffer by reason of failure so to do, and shall fully reimburse and repay the Owner for all outlaw and expense which the Owner may incur in making good any such default, and shall protect the said Owner against, and pay any and all amounts, damages, costs and Judgments which may or shall be recovered against said Owner or its officers or agents or which the said Owner may be called upon to pay to any person or corporation by reason of any damages arising or growing out of the doing of said work, or the repair of maintenance thereof, or the manner of doing the same, or the neglect of the said Principal, or his (their, its) agents or servants or the improper performance of the said work by the said Principal, or his (their, its) agents or servants, or the infringement of any patent or patent rights by reason of the use of any materials furnished or work done as aforesaid or otherwise, then this obligation shall be null and void, otherwise to remain in full force and effect; Performance Bond Appendix B Page 1 of 2 30 Town of Southold Bid—Materials Hauling Services PROVIDED, HOWEVER, the Surety, for value received hereby stipulates and agrees, if requested to do so by the Owner, fully perform and complete the work mentioned and described in said Agreement, pursuant to the terms, conditions, and covenants thereof, if for any cause the Principal falls or neglects to so fully perform and complete such work and the Surety further agrees to commence such work of completion within ten (10) calendar days after written notice thereof from the Owner and to complete such work within ten (10) calendar days from the expiration of the time allowed the Principal in the Agreement the completion thereof; and further PROVIDED, HOWEVER, the Surety, for value received, for itself and its successors and assigns, hereby stipulates and agrees that the obligation of said Surety and its bond shall be in no way impaired or affected by an extension of time, modification, work to be performed thereunder, or by any payment thereunder before the time required herein, or by any waiver of any provisions thereof, or by any assignment, subletting or other transfer of any work to be performed or any monies due or to become due thereunder; and said Surety does hereby waive notice of any and all of such extensions, modifications, omissions, additions, changes, payments, waivers, assignments, subcontracts and transfers, and hereby expressly stipulates and agrees that any and all things done and omitted to be done by and in relation to assignees, subcontractors, and other transferees shall have the same effect as to said Surety as though done or omitted to be done be or in relation to said Principal. IN WITNESS WHEREOF, the Principal has hereunto set his (their, its) hand and seal and the Surety has caused this instrument to be signed by its and its corporate seal to be hereunto affixed this day of 20 Principal (If Corporation add By: Seal and Attestation) Attest: Surety (If Corporation add By: Seal and Attestation) Attest: Address of Surety Performance Bond Appendix B Page 2 of 2 31 Appendix B Non-Collusive Bidding Certification By submission of this bid, each Bidder and each person signing on behalf of any Bidder certifies, and in the case of a joint bide party thereto certifies as to its own organization under penalty of perjury,that to the best of hi he knowledge and belief: 1. The prices of 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; 2. Unless otherwise required by law,the prices which have been quoted in this bid have not been knowingly disclosed by the Bidder and will not knowingly be disclosed by the Bidder prior to opening, directly or indirectly,to any other Bidder or to any competitor;and 3. No attempt has been made or will be made by the Bidder to induce any other person, partnership or corporation to submit or not to submit a bid for the purpose of restricting competition. N-5,00 i xrTi onl a' AO Bidder's Name By: 40- Signature Date Print: Name: Title: .L+pt A Aw- JFANIE BORGESANO Nd"P No,State of-Now Qualified in Suffolk County Z.:2Commission Expires Feb 1,.20 TRINITY TRANSPORTATION CORP. 214 Blydenburgh Rd. Islandia, NY 11749 (631) 342-9673 (631) 342-9676 fax Town of Southold May 3, 2018 PO Box 962 Cutchogue, NY 11935 RE: Materials Hauling Bid May 3, 2018 This letter serves to provide the Town of Southold representation by Trinity Transportation that the company has sufficient equipment and manpower to perform the requested services, as outlined in the bid document. In addition,Trinity has filed with NYS, DEC application/registration for 364 permitting of MSW and construction and demolition hauling. We have attached our current 364 permit. Patricia DiMatteo Trinity Transportation Corp. NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION DIVISION OF MATERIALS MANAGEMENT PART 364 WASTE TRANSPORTER PERMIT NO. IA-1124 Pursuant to Article 27,Titles 3 and 15 of the Environmental Conservation Law and 6 NYCRR 364 PERMIT ISSUED TO: PERMIT TYPE: TRINITY TRANSPORTATION CORP. ❑ NEW 214 BLYDENBURGH ROAD M RENEWAL ISLANDIA, NY 11749 ❑ MODIFICATION CONTACT NAME' PATRICIA DIMATTEO EFFECTIVE DATE: 06/17/2018 COUNTY SUFFOLK EXPIRATION DATE: 06/16/2019 TELEPHONE NO (631)342-9673 US EPA ID NUMBER: AUTHORIZED VEHICLES The Permittee is Authorized to Operate the Following Vehicles to Transport Waste: (Vehicles-enclosed in<>'s a_re authorized to haul Residential Raw S_ewage and/or Septage only) 14(Fourteen)Permitted Vehicle(s) NY 11100TC NY 11101TC NY 111 02T NY 111 03T NY 111 04T NY 11107TC NY 11109TC NY 1111 2T NY 1111 3TC NY 11114TC NY 11119TC NY 11121TC NY 19606TC NY 20795TR End of List PAGE 2 OF 2 i I ; Vehicle Schedule ;i Veh # Year Make Vehicle # Class Code OO l 1994 Mack 1 M2AD37YXRW001877 50453 i 5 002 1994 Mack 1M2AD37Y1RW001878 50453 j 003 1994 Mack 1M2AD37Y3RW001879 50453 004 1994 Mack 1M2AD37Y4RW001874 50453 005 1993 Mack 1M2AD27Y5PW001048 50453 , 1 ' 006 1993 Mack 1M2AD27Y6PW001060 50453 007 1994 Mack 1M2AD37Y8RW001876 50453 1 008 1994 Mack 1M2AD37Y3RW001509 50453 j l 009 1994 Mack 1M2AD37Y9RW001398 50453 .1 010 1993 Summit 1S8AL4527P0008096 67453 011 1993 Summit 1S8AL4525P0008050 50453 i 012 1993 East lElUIX282PRA14230 67453 F 013 1994 Mack IM2P267Y2RM020646 50453 1 014 1994 Mack 1M2P267Y1RM020850 67453 i 015 1995 East lElUIX289SRG17623 67453 016 1995 East IEIUAX287SRG17636 67453 017 1995 East lElUIX289SRG17637 67453 1 018 1995 East lElUIX289SRG17640 67453 019 1995 East lElUIX280SRG17641 67453 020 1995 East l E l U l X282SRG 17642 67453 021 1995 East lElUIX286SRG17644 67453 022 1995 East lElUIX28XSRG17646 67453 ;s T 023 1995 East 1 E 1 U 1 X283 SRG 17648 67453 a 024 1995 East lElUIX285SRG17649 67453 025 1995 East lElUIX281SRG17650 67453 ., ..a.,.....a...tn...s[.awY..ufJ.buza.a.,N .w ,.. u .n6el5GYw:Y�a' a.Y:+. 1�.'+"wur[Lw.0 .wu >iea..tknuv'..0 ...uunl..IwLim2..lAuts do u 1 rad.e>+b+• A w.rss¢,>.. crn�? - - - - -- - ---- - - -meq-- -- -- - --- - ._� 'i i _ Vehicle Schedule - Continued .a Veh # Year Make Vehicle# Class Code 1 026 1995 East 1 E1 U 1 X283 SRG 17651 67453 ; 027 1995 East lElUIX285SRG17652 67453 028 1995 East lElUIX281SRG17664 67453 1 029 . 1994 Summit 1 S8AL4529R0008491 67453 030 1994 Summit 1 S8AL4529R0008510 67453 031 1993 Mack 1M2AA13Y4PW026354 50453 032 1994 Mack 1MIAA13YIRWO38369 50453 033 1994 Mack 1M1AA13Y4RW039810 50453 034 1994 Mack 1M1AD37Y9RW001891 50453 035 1994 Mack 1M2P267Y4RM020356 50453 03 6 1995 East l E l U l X280SRF 17023 67453 037 1995 East lElUIX284SRF17025 67453 3 03 8 1995 East l E l U l Y28XSRG 17054 67453 039 1994 East IEIUIY283SRG17056 67453 a 040 1994 Summit 1 S8AL4524R0008303 67453 041 1994 Summit 1S8AL4521R0008260 67453 042 1994 Summit 1 S8AL4528R0008255 67453 043 1994 Mack 1M2AA12Y9RW035846 50453 044 1995 East 1 E 1 U 1 Y285 SRG 17055 67453 045 1995 Mack 1 M2AA 14Y 1 S W049565 50453 ' 046 1985 Ford 1 FDNK74N7FVA49248 33453 1 047 1995 Mack 1M2AA14Y5SW049567 50453 048 1995 Mack 1M2AA14Y3SW049566 50453 049 1995 Mack 1M2P267Y8SM021788 50453 } 050 1995 Spectec 1S9WA452XSS188198 67453 a 1 f ® IIt Vehicle Schedule - Continued # Y i a Veh # Year, Make Vehicle# Class Code 051 1995 Spectec 1S9WA4520SS188199 67453 d 052 1995 Spectec 1S9WA4523SS188200 67453 l ® 053 1995 Spectec 1S9WA4525SS188201, 67453 ' 054 1995 Spectec 1S9WA4527SS188202 67453 055 1995, Spectec 1S9WA4520SS188204 67453 056 1995 Spectec 1S9WA4522SS188205 67453 1 057 1995 Spectec 1S9WA4524SS188206 67453 , 058 1995 Spectec 1S9WA4526SS188207 67453 059 1995 Spectec 1 S9DA3231 SS188209 67453 f 060 '1995 Summit 1S8AL4526S0008936 67453 Y �r 1' 061 1995 Summit 1S8AL4524S0008935 67453 062 1995 Summit 1S8AL4523S0008718' 67453 i 063 1995 Spectec 1S9DS3239SS188214 67453 ® r` 064 1994 Spectec 1 S9DS2831 RS 188101 67453 ' ® f 065 1984 Mack 1 M2B 128C6EA010352 50453 066 1996 Summit 1S8AD3434T0009072 67453 067 1995 Spectec 1S9D5323XSS188271 67453 4 068 1994 Ford 1FTEF14N2RNB40325 03499 1 069 1994 East lElUIX289RRK15480 67453 070 1994 East lElUIX28ZRRK15479 67453 ' 071 1995 East l El U 1 X281 SRG17647 67453 ' f 072 1988 Hill 1H9DG1338J1022017 67453 ® § 073 1993, Summit 1 S8AD2837P0008203 67453 074 1993 East lElUIX289PRA14239 67453 " 075 1993 East lElUIX285PRA14254 67453 r u a j 1 Vehicle Schedule - Continued '3 Veh # Year Make Vehicle# Class Code t � 076 1993 East lElUIX281PRA14249 67453 077 1988 Mack 1M2N187Y7JW025047 50453 i 078 2001 Benson 5DMDSAFC41M000169 67453 079 1997 Ford 1FTHX26HOVEC62053 01499 a 1 , 4 080 1996 Mack 1M1AD61Y4TW002254 50453 081 1992 Mack 1M2AA13Y2NW015916 67453 . 082 2001 Trail 1T9DA38C211066764 50453 7 083 2009 Chevy 3GCEK23C69G226764 03499 084 1989 Roger 1 RBH40204KAR21293 67453 085 1996 Summit 1 S8AL452XT0009351 67453 { 086 1993 East 1 E 1 U 1 X284PRA 14228 67453 i 087 2007 Steco 5EWWA482571254110 67453 7 „ 088 2007 Steco 5EWWA482471254258 67453 089 2007 Steco 5EWWA482271254260 67453 090 2007 Steco 5EWWA482671254262 67453 t. 091 2004 Ford 1 FDNF21 L24EC43032 01499 092 1994 Steco 1 S9WAR2T9R1252214- 67453 j 093 1996 Hill 1H9DGG3D2T1022013 67453 ., 094 1998 Mack 1M2AA18Y4WW084875 50453 095 2001 Spect 1S9DS28331S188242 67453 096 1999 Spect 1S9DA3434XS188869 67453 097 1999 Spect 1 S9DA3432XS188868 67453 9 ss /i a� yyy� M l 3i .n.,a 4+•s•wweuts aaY •w. bm..1,•.uz.w s. w .!Six ra YtMa.:.lam-_ _ _-_.Zi+'u:..'aJW l'.a 83 la�vm.MpyzLka4as....'t.t_ _ � _ _ 9 a r. sa5ai).R:c_C_fV+l THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, THAT WE Winters Bros. Hauling of Long Island LLC. 120 Nancy Street West Babylon NY 11704 as Principal, hereinafter called the Principal, and International Fidelity Insurance Company One Newark Center Newark NJ 07102-5207 a corporation duly organized under the laws of the State of NJ as Surety, hereinafter called the Surety, are held and firmly bound unto Town of Southold 53095 Main Road, Southold, NY 11971 as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Amount Bid Dollars ($ 5% ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally,firmly by these presents. WHEREAS,the Principal has submitted a bid for Materials Hauling Services NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and materials furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 3rd day of May 2018 Winters Bros. Hauling of Long Island, LLC. Principal) ,Seat) � —� (Witness) Y By:/, 1 T lVOc. itl� (771he) International Fidelity Insurance Company (Surety) (Seal) Bonnie T.Atnip (Wi ess) B : dd&::I= CdhA-- Attom_eY4n-Fact Arthur L Colley (ride) AIA DOCUMENT A310•BID BOND•AIA•FEBRUARY 1970 ED.•THE AMERICAN INSTITUTE OF ARCHITECTS,1735 N.Y.AVE.,N.W.,WASHINGTON,D.C.20006 POWER OF ATTORNEY Bond# Not Applicable INTERNATIONAL FIDELITY INSURANCE COMPANY ALLEGHENY CASUALTY COMPANY One Newark Center,201h Floor,Newark,New Jersey 07102-5207 PHONE.(973)624-7200 KNOW ALL MEN BY THESE PRESENTS: That INTERNATIONAL FIDELITY INSURANCE COMPANY,a corporation organized and existing under the laws of the State of New Jersey, and ALLEGHENY CASUALTY COMPANY a corporation organized and existing under the laws of the State of New Jersey,having their principal office in the City of Newark,New Jersey,do hereby constitute and appoint BONNIE T. ATNIP, NICOLE M. COLLEY, CHARLES J. NIELSON, ARTHUR L. COLLEY Charlotte, NC their true and lawful attorney(s)-In-fact to execute, seal and deliver for and on Its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof,which are or may be allowed,required or permitted by law,statute,rule,regulation,contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY, as fully and amply, to all Intents and purposes, as if the same had been duly executed and acknowledged by their regularly elected officers at their principal offices This Power of Attorney is executed, and may be revoked, pursuant to and by authority of the By-Laws of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY and is granted under and by authority of the following resolution adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting duly held on the 20th day of July,2010 and by the Board of Directors of ALLEGHENY CASUALTY COMPANY ata meeting duly held on the 10th day of July,2015 "RESOLVED, that (1)the Chief Executive Officer, President, Executive Vice President, Vice President, or Secretary of the Corporation shall have the power to appoint,and to revoke the appointments of,Attorneys-in-Fact or agents with power and authority as defined or limited in their respective powers of attorney, and to execute on behalf of the Corporation and affix the Corporation's seal thereto, bonds, undertakings, recognizances, contracts of indemnity and other written obligations in the nature thereof or related thereto; and (2)any such Officers of the Corporation may appoint and revoke the appointments of joint-control custodians, agents for acceptance of process, and Attorneys-In-fact with authority to execute waivers and consents on behalf of the Corporation,and(3)the signature of any such Officer of the Corporation and the Corporation's seal may be affixed by facsimile to any power of attorney or certification given for the execution of any bond, undertaking, recognizance, contract of indemnity or other written obligation in the nature thereof or related thereto, such signature and seals when so used whether heretofore or hereafter, being hereby adopted by the Corporation as the original signature of such officer and the original seal of the Corporation,to be valid and binding upon the Corporation with the same force and effect as though manually affixed." IN WITNESS WHEREOF,INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY have each executed and attested these presents on this 31st day of December,2017 �`Q�,ti1TYlyse STATE OF NEW JERSEY ��y GASUq�Ty0. oQ1Qo�Lq� County of Essex SEA` J 1904 1936 y �a a George R.James l�'/ f 1► Executive Vice President (International Fidelity Insurance Company)and y Vice President (Allegheny Casualty Company) NFWJERS� On this 31st day of December,2017 before me came the individual who executed the preceding instrument,to me personally known,and, being by me duly sworn,said he Is the therein described and authorized officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and of ALLEGHENY CASUALTY COMPANY,that the seals affixed to said instrument are the Corporate Seals of said Companies;that the said Corporate Seals and his signature were duly affixed by order of the Boards of Directors of said Companies. IN TESTIMONY WHEREOF,I have hereunto set my hand affixed my Official Seal,at the City of Newark, `.•`��GP�HY CRS;'''.,, New Jersey the day and year first above written. ssio �•O�;� NOTARY N�q� :r �•1 m = V PUBLIC y; Nj� o Cathy Cruz a Notary Public of New Jersey 9 '.'�?0�'• My Commission Expires April 16,2019 CERTIFICATION fag eeN"`, 1,the undersigned officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit,and the copy of the Sections of the By-Laws of said Companies as set forth in said Power of Attorney,with the originals on file in the home of said companies,and that the same are correct transcripts thereof,and of the whole of the said originals,and that the said Power of Attorney has not been revoked and is now In full force and effect. IN TESTIMONY WHEREOF,I have hereunto set my hand on this day. 3rd day of May,2018 A01046 Maria H Branco,Assistant Secretary NON-COLLUSIVE BID CERTIFICATE The undersigned bidder certifies that this bid has been arrived at by the bidder independently and has been submitted without collusion with any other vendor of materials, supplies or equipment of the type described in the invitation for bids, and the contents of this bid have not been communicated by the bidder,nor,to its best knowledge and belief,by any of its employees or agents,to any person not an employee or agent of the bidder or its surety on any bond furnished herewith prior to the official opening of the bid . Signed: ° Print name Kevin T.Nolan Corporate Title (if any) Chief Operating Officer Company Name Winters Bros.Hauling of Long Island,LLC Mailing Address 120 Nancy Street,West Babylon,NY 11704 Phone Number (631)-491-4923 BID ON MWH OF scat: 2 . Oce o WINTERS ORO- S' 0 WASTE SYSTEMS This hereby states that Winters Bros. Hauling of Long Island, LLC will have all manpower, materials and supplies, mobile equipment, etc., necessary to provide to the Town of Southold will all services sought under the agreement. �� in T. Nolan, Chief Operating Officer H�F.I�YORK EnR4a=t0a'1 NEW YORK'STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION Conservation DIVISION OF MATERIALS MANAGEMENT PART 364 WASTE TRANSPORTER PERMI I NO. IA-1129 Pursuant to Article 27 Titles 3 and 15 of the Environmental Conservation Law and 6WCRR364 PERMIT ISSUED TO: PERMIT TYPE! WINTERS BR©S OS HAULING OF LONG-ISLAND,'LLC 0 NEW 120 NANCY STREET M RENEWAL WEST,BABYLON, NY 11704 El MODIFICATION CONTACT NAME, TIM COREY EFFECTIVE DATE: d812012017 COUNTY: SUFFOLK EXPIRAilOIN'DATIt: 061*2018 TELEPHONE NO: (516)322-4293 US EPA ID NUMBER: AUTHORIZED WASTE TYPES BY DESTINATION FACILITY., The Permittee is Authonzed to Transport the Following Waste Type(s)to the Destination Facility listed Destination Facility location Waste Type(s), Note 110 Sand Company Clean Fill Disposal Site Melville,NY Non-Hazardous Industrial/Commercial Babylon Resource-Recovery,Facility West Babylon NY Non-Hazardous Industrial/Commercial Tully Environmental FLUSHING,NY Non-Hazardous.Iridust6aYCoftimercial- Sludge from Sewage or Water-Supply Treatment Plant Tully Environmental Inc d/b/a Clearbrook Deer Park,NY' Non-Hazardous,industrial/C I ornmercial Petroleum Contaminated-Soil NOTE.By acceptance of this permit,the permittee agrees that the permit is-coritfng6nt�upon strict comoliarce with the Environmental Conservation Law,all applicable regulations,and the General Conditions panted on the back of this page. ADDRESS. New York State Department of Environmerital Conservation Division of Materials Management-Waste Transporter Program 6.25 Broadway,9th Floor Albany,NY 12233-7251 -7 AUTHORIZED-SIGNATURE'. _,4e Date. PAGE I OF 2 RL This renewc-d permit iS tlotl/alid Ontil Rile ef fective date lisred On the permit. NEW YORK STATE DEPARTMENT OF ENVIRONMENTAL CONSERVATION DIVISION OF MATERIALS MANAGEMENT PART 364 WASTE TRANSPORTER PERMIT NO. RA-1129 Pursuant to Article 27,Titles 3 and 15 of the Environmental Conservation Law and 6 NYCRR 364 PERMIT ISSUED TO: PERMIT TYPE: WINTERS BROS HAULING OF LONG ISLAND, LLC ❑ NEW 120 NANCY STREET © RENEWAL WEST BABYLON, NY 11704 ❑ MODIFICATION CONTACT NAME: TIM COREY EFFECTIVE DATE: 08/20/2017 COUNTY: SUFFOLK EXPIRATION DATE: 0811912018 TELEPHONE NO: (516)322-4293 US EPA ID NUMBER: AUTHORIZED VEHICLES: The Permittee is Authorized to Operate the Following Vehicles to Transport Waste: (Vehicles endosedin z>'s are authorized to haul Residential Raw Sewage and/or Septage only) 4(Four)Permitted Vehicle(s) NY 21587MG NY 21592MG NY 44473MG NY 47325MG End of List PAGE 2 OF 2 1 WASTE TRANSPORTER PERMIT GENERAL CONDITIONS The permittee must: 1. Carry a copy of this waste transporter permit in each vehicle to transport waste. Failure to produce a copy of the permit upon request is a violation of the permit. 2. Display the full name of the transporter on both sides of each vehicle and display the waste transporter permit number on both sides and rear of each vehicle containing waste.The displayed name and permit number must be in characters at least three inches high and of a color that contrasts sharply with the background. 3. Transport waste only in authorized vehicles.An authorized vehicle is one that is listed on this permit. 4. Submit to the Department a modification application for additions/deletions to the authorized fleet of vehicles.The permittee must wait for a modified permit before ope *rathe vehicles identified in the modification application. S. Submit to the Department a modification application to add a new waste category or a new destination facility, or to change the current waste or destination facility category.The permittee must wait for a modified permit before transporting new waste types or transporting to new destination facilities. 6. Submit to the Department a modification application for change of address or company name. 7. Comply with requirements for placarding and packaging as set forth in New York State Transportation Law as well as any applicable federal rules and regulations. 8. Contain all wastes in the vehicle so there is no leaking, blowing,or other discharge of waste. 9. Use vehicles to transport only materials not intended for human or animal consumption unless the vehicle is properly cleaned. 10. Comply with requirements for manifesting hazardous waste, regulated medical waste,or low-level radioactive waste as set forth in the New York State Environmental Conservation Law and the implementing regulations.Transporters who provide a pre-printed manifest to a generator/shipper/ offeror of regulated waste shall ensure that all information is correct and clearly legible on all copies of the manifest. 11. Deliver waste only to transfer,storage,treatment and disposal facilities authorized to accept such waste. Permittee must demonstrate that facilities are so authorized if requested to do so. 12. Maintain liability insurance as required by New York State Environmental Conservation Law. 13. Maintain records of the amount of each waste type transported to each destination facility on a calendar- year basis.The transporter is obligated to provide a report of this information to the Department at the time of permit renewal, or to any law enforcement officer,if requested to do so. 14. Pay regulatory fees on an annual basis. Non-payment may be cause for revocation or suspension of permit. 15. This permit is not transferrable.A change of ownership will invalidate this permit. 16. This permit does not relieve the permittee from the obligation to obtain any other approvals or permits, or from complying with any other applicable federal,state, or local requirement. 17. Renewal applications must be submitted no less than 30 days prior to the expiration date of the permit to: New York State Department of Environmental Conservation Division of Materials Management,Waste Transporter Program 625 Broadway,91h Floor Albany, NY 12233-7251 J I Town of Southold Bid—Materials Hauling Services 3.0 AGREEMENT BID PRICE EVALUATION: TASK 1 EVALUATION BID PRICE(C&D): 225,500.00 (in numerals) TASK 2 EVALUATION BID PRICE(SS): %407.000 00 �(in numerals)numerals) TOTAL AGREEMENT COST: $632,500.00 (in numerals) SIGNATURE BLOCK The undersigned hereby submits the foregoing prices to furnish Materials Hauling Services as described in this solicitation: Bidder: Winters Bros.Hauling of Long Island,LLC 120 Nancy Street,West Babylon,NY 11704 Firm-Corporation Address By: May 2nd,2018 r (de-Authorized Representative Date Print: Kevin T.Nolan Chief Operating Officer Title 27 r � y 2.0 UNIT PRICE BID SCHEDULE, MATERIALS HAULING SERVICES, SOUTHOLD TOWN, NEW YORK The undersigned hereby submits the following prices bid to furnish C&D and Single Stream Haul Services,to Southold Town,New York for the term on or about May 18,2018 through on or about May 17,2021 2.1 - TASK 1: C&D HAULED TO BROOKHAVEN LF 2.1.1 MODE OF TRANSPORT Please indicate the transportation method(s)proposed for providing services for this task under this Agreement,as follows: Vehicle Type (e.g.,roll-off,tractor-trailer, etc): tractor-trailer Container Size(volume): loo yards 2.1.2 C&D HAUL SERVICES PRICING Year One The Haul Service applicable unit price(i.e., cost per truckload)for AGREEMENT YEAR ONE (1) (@ May 18,2018—May 17,2019)is Six hundred seventy five dollars (in words) dollars and zero cents($ 675.00 ). (CDC 1) (in numerals) for an estimated 164 loads(trips)in the AGREEMENT YEAR(CDT1). (#of loads in numerals) Total Year One C&D Trucking Price(CDC1 x CDT1): $ 110,700.00 (TCDCi) Year Two The Haul Service applicable unit price(i.e., cost per truckload)for AGREEMENT YEAR TWO (2) (@ May 18,2019—May 17,2020) is Seven hundred (in words) dollars and zero cents($ 700.00 ). (CDC2) (in numerals) for an estimated 164 loads (trips)in the AGREEMENT YEAR(CDT2). (#of loads in numerals) Total Year Two C&D Trucking Price(CDC2 x CDT2): $ 114,800.00 (TCDC2) 23 r � Town of Southold Bid—Materials Hauling Services 2.1.2 C&D HAUL SERVICES PRICING (cont'd) The Haul Service applicable unit price(i.e., cost per truckload)for OPTION YEAR ONE(1) (@ May 18,2020—May 17,202 1)is seven hundred twenty five (in words) dollars and zero cents($ 725.00 ). (CDC3) (in numerals) for an estimated 164 loads(trips) in the OPTION YEAR(CDT3). (#of loads in numerals) Total Year Three C&D Trucking Price(CDC3 x CDT3): $ 118,900.00 (TCDC3) TASK 1 EVALUATION BID PRICE: TOTAL 2-YEAR COST FOR C&D TRUCKING: (Add Year 1 and Year 2 totals above. Enter here and in AGREEMENT BID PRICE EVALUATION box on page 27): Two hundred twenty five thousand five hundred dollars (in words) 225.500.00 (in numerals) AVERAGE 2-YEAR TRUCKLOAD COST FOR C&D TRUCKING: (TCDC1 +TCDC2) (CDT1 + CDT2) _ $687.50 (in numerals) I 1 24 Town of Southold Bid—Materials Hauling Services 2.2 TASK 2: SINGLE STREAM RECYCLABLES TO TOWN OF BROOKHAVEN MRF 2.2.1 MODE OF TRANSPORT Please indicate the transportation rriethod(s)proposed for providing services for this task under this Agreement,as follows: Vehicle Type(e.g.,roll-off,tractor-trailer,etc): tractor-trailer Container Size(volume): 100 yards 2.2.2 SINGLE STREAM HAUL SERVICES PRICING Year One The Haul Service applicable unit price(i.e.,cost per truckload)for AGREEMENT YEAR ONE(1) (@ May 18, 2018—May 17,2019) is six hundred seventy five (in words) Dollars and zero cents($ 675.00 ). (SSC1) (in numerals) for an estimated 296 loads (trips)in the AGREEMENT YEAR(SSTI). (#of loads in numerals) Total Year One SS Trucking Price(SSC1 x WTI): $ 199,800.00 (TSSC1) Year Two The Haul Service applicable unit price(i.e., cost per truckload)for AGREEMENT YEAR TWO (2) (@ May 18,2019—May 17,2020)is seven hundred (in words) dollars and zero cents ($ 700.00 ). (SSC2) (in numerals) for an estimated 296 loads (trips)in the AGREEMENT YEAR(SST2). (#of loads in numerals) i Total Year Two SS Trucking Price(SSC2 x SST2): $207,200.00 (TSSC2) I i l I 1 25 Town of Southold Bid-Materials Hauling Services 2.2.2 SINGLE STREAM HAUL SERVICES PRICING (cont'd) The Haul Service applicable unit price(i.e., cost per truckload)for OPTION YEAR ONE(1) (@ May 18,2020-May 17,202 1)is seven hundred twenty five (in words) dollars and zero cents ($ 725.00 ). (SSC3) (in numerals) for an estimated 296 loads(trips)in the OPTION YEAR(SST3). (#of loads in numerals) Total Year Three SS Trucking Price(SSC3 x SST3): $214,600.00 (TSSC3) TASK 2 EVALUATION BID PRICE: TOTAL 2-YEAR COST FOR SS TRUCKING: (Add Year 1 and Year 2 totals above. Enter here and in AGREEMENT BID PRICE EVALUATION box on page 27): Four hundred cPVPn thnncnnd dnllnrc (in words) $407,000.00 (in numerals) AVERAGE 2-YEAR TRUCKLOAD COST FOR SS TRUCKING: (TSSC1 +TSSC2) (SSTs +SST2) - $687.50 (In numerals) 26 Town of Southold Bid—Materials Hauling Services APPENDIX A—SUBCONTRACTORS (if applicable) The Bidder hereby states that it proposes, if awarded an Agreement to use following haul subcontractors on this project. Subcontractor/ Contract Trade Individual Address Phone# Specialties 1. N/A 2. N/A 3. N/A 4. N/A 5. N/A Name of idder: w' ters Bros.Hauling of Long Island,LLC By: 7, Date: 5/2/2018 Authorized Signature) e n T.Nolan,Chic operating Officer NOTE: If blank not applicable, fill in with N/A 29 Town of Southold Bid—Materials Hauling Services APPENDIX B—FORM OF PERFORMANCE BOND (if required) Bond No. KNOW ALL MEN BY THESE PRESENTS,that (hereinafter called the "principal") and (hereinafter called the "Surety") are held and firmly bound to the Town of Southold(hereinafter called the "Owner")in the full and just sum of dollars (TBD)good and lawful money of the United States of America, for the payment of which sum of money,well and truly to be made and done,the Principal binds himself,his heirs, executors,administrators and assigns and the Surety binds itself,its successors and assigns,jointly and severally,firmly by these presents. WHEREAS,the Principal has entered into a certain written Agreement bearing date on the day of ,20 ,with the Owner for the Town of Southold construction debris and recycled newspaper Haul Services,a copy of which Agreement is annexed to and hereby made part of this bond as though herein set forth in full. NOW, THEREFORE,the conditions of this obligation are such that if the Principal,his or its representatives or assigns, shall well and faithfully comply with and perform all the terms,covenants and conditions of said Agreement or his (their,its)part to be kept and performed and all modifications, amendments, additions and alterations thereto that may hereafter be made, according to the true intent and meaning of said Agreement, and shall fully indemnify and save harmless the Owner from all cost and damage which it may suffer by reason of failure so to do, and shall fully reimburse and repay the Owner for all outlaw and expense which the Owner may incur in making good any such default, and shall protect the said Owner against, and pay any and all amounts, damages, costs and Judgments which may or shall be recovered against said Owner or its officers or agents or which the said Owner may be called upon to pay to any person or corporation by reason of any damages arising or growing out of the doing of said work, or the repair of maintenance thereof, or the manner of doing the same,or the neglect of the said Principal,or his (their,its)agents or servants or the improper performance of the said work by the said Principal,or his (their, its)agents or servants, or the infringement of any patent or patent rights by reason of the use of any materials furnished or work done as aforesaid or otherwise,then this obligation shall be null and void, otherwise to remain in full force and effect; Performance Bond Appendix B Page 1 of 2 30 Town of Southold Bid—Materials Hauling Services PROVIDED,HOWEVER,the Surety,for value received hereby stipulates and agrees,if requested to do so by the Owner,fully perform and complete the work mentioned and described in said Agreement,pursuant to the terms, conditions, and covenants thereof,if for any cause the Principal falls or neglects to so fully perform and complete such work and the Surety further agrees to commence such work of completion within ten(10) calendar days after written notice thereof from the Owner and to complete such work within ten(10)calendar days from the expiration of the time allowed the Principal in the Agreement the completion thereof; and further PROVIDED,HOWEVER,the Surety,for value received, for itself and its successors and assigns,hereby stipulates and agrees that the obligation of said Surety and its bond shall be in no way impaired or affected by an extension of time,modification,work to be performed thereunder,or by any payment thereunder before the time required herein, or by any waiver of any provisions thereof, or by any assignment, subletting or other transfer of any work to be performed or any monies due or to become due thereunder; and said Surety does hereby waive notice of any and all of such extensions, modifications, omissions,additions, changes,payments,waivers, assignments, subcontracts and transfers, and hereby expressly stipulates and agrees that any and all things done and omitted to be done by and in relation to assignees, subcontractors, and other transferees shall have the same effect as to said Surety as though done or omitted to be done be or in relation to said Principal. IN WITNESS WHEREOF,the Principal has hereunto set his (their,its)hand and seal and the Surety has caused this instrument to be signed by its and its corporate seal to be hereunto affixed this day of 20 Principal (If Corporation add By: Seal and Attestation) Attest: Surety (If Corporation add By: Seal and Attestation) Attest: Address of Surety Performance Bond Appendix B Page 2 of 2 I I 31 SOUTHOLD 2017 MATERIALS SHIPPED TO BROOKHAVEN Single-Stream Recvclables C&D Tons #Loads Tons #Loads JAN 192 21 141 8 FEB 163 17 192 11 MAR 162 23 183 10 APR 201 22 287 19 MAY 206 21 269 18 JUN 314 32 216 14 JUL 305 31 232 16 AUG 327 32 317 19 SEP 277 27 222 14 OCT 246 26 226 13 NOV 209 20 214 13 DEC 241 24 147 9 TOTAL: 2,843 296 2,646 164 - SOUTHOLD 2017 MATERIALS SHIPPED TO BROOKHAVEN Single-Stream Recyclables C&D Tons #Loads Tons #Loads JAN 192 21 141 8 FEB 163 17 192 11 MAR 162 23 183 10 APR 201 22 287 19 MAY 206 21 269 18 JUN 314 32 216 14 JUL 305 31 232 16 AUG 327 32 317 19 SEP 277 27 222 14 OCT 246 26 226 13 NOV 209 20 214 13 DEC 241 24 147 9 TOTAL: 2,843 296 2,646 .164 2018 MATERIALS HAULING BIDS ACTUAL HISTORY C&D Single Stream #Trips $/trip Total #Trips $/trip Total 2016 146 $424 (avg) $61,910 309 $427 (avg) 131,850 2017 164 430 70,520 296 430 127,280 132,430 259,130 $391,560 BIDS RECEIVED WINTERS BROS YR 1 164 $675 $110,700 296 $675 $199,800 YR 2 164 700 114,800 296 700 207,400 225,500 407,200 $632,700 KETCHAM YR 1 164 $422.22 $ 69,244.08 296 $422.22 $124,977.12 YR 2 164 422.22 69,244.08 296 422.22 124,977.12 138,488.16 249,954.24 $388,442.40 TRINITY YR 1 156 $400 $ 62,400 350 $400 $140,000 YR 2 156 400 62,400 350 400 140,000 124,800 280,000 $404,800 #0002198300 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 weeks(s),successfully commencing on 04/19/2018 Principal Clerk Sworn to before me this �4 day of . CHRISTINA VOLINSKI NOTARY PUBLIC-STATE OF NEW YORK No. 01V06105050 Qualified in Suffolk County My Commission Expires February 28,2020 TYPESET. Mon Apr 16 15.25 37 EDT 2018 LEGAL NOTICE NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN,in accor- dance with the provisions of Section 103 of the General Municipal Law,that sealed bids are sought and requested for Materials Hauling Services by the Town of Southold for one year.Specifications and bid proposal form may be obtained at the Office of the Town Clerk,Town of Southold,Town Hall, PO Box 1179,53095 Main Road,Southold, New York 11971 The sealed bid will be received by the Town Clerk, at the Southold Town Hall, PO Box 1179, 53095 Main Road, Southold, New York, until 2:00 P.M., Thursday, May 3, 2018 at which time they will be opened and read aloud in public.The Town Board of the Town of Southold reserves the right to refect any and all bids and waive any and all infor- malities in any bid should it be deemed in the best interest of the Town of Southold to do so. All bids must be signed and sealed in en- velopes plainly marked`Bid on Materials Hauling Services",and submitted to the Of- fice of the Town Clerk.The bid price shall not include any tax,federal,state,or local,from which the Town of Southold is exempt Dated April 14,2018 ELIZABETH A NEVILLE SOUTHOLD TOWN CLERK 2198300 LEGAL NOTICE NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 of the General Municipal Law, that sealed bids are sought and requested for Materials Hauling Services by the Town of Southold for one year. Specifications and bid proposal form may be obtained at the Office of the Town Clerk, Town of Southold, Town Hall, PO Box 1179, 53095 Main Road, Southold,New York 11971. The sealed bid will be received by the Town Clerk, at the Southold Town Hall, PO Box 1179, 53095 Main Road, Southold,New York, until 2:00 P.M., Thursday, May 3, 2018 at which time they will be opened and read aloud in public. The Town Board of the Town of Southold reserves the right to reject any and all bids and waive any and all informalities in any bid should it be deemed in the best interest of the Town of Southold to do so. All bids must be accompanied by a Non-Collusive Bid Certificate, and 5% bid security. Bids must be signed and sealed in envelopes plainly marked "Bid on Materials Hauling Services", and submitted to the Office of the Town Clerk. The bid price shall not include any tax, federal, state, or local, from which the Town of Southold is exempt. Dated: April 14, 2018 ELIZABETH A. NEVILLE SOUTHOLD TOWN CLERK PLEASE PUBLISH ON APRIL 19, 2018 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 Solid Waste Coordinator Bunchuck BIDDER'S SOLICITATION MATERIALS HAULING SERVICES AGREEMENT DOCUMENTS TOWN OF SOUTHOLD STATE OF NEW YORK TOWN OF SOUTHOLD Prepared by: Solid Waste Management District P.O. Box 962 Cutchogue, NY 11935 April 2018 TABLE OF CONTENTS NOTICE TO BIDDERS 4 GENERAL SERVICES SOUGHT 5 BID INSTRUCTIONS 6 GLOSSARY OF TERMS 7 SECTION A- SUBMISSION REQUIREMENTS 9 1.0 Project Purpose 9 2.0 Schedule 9 3.0 Examination Of Agreement Documents 9 4.0 Information to be Submitted 10 4.1 Contractual Bid 10 4.2 Supplemental Information 10 5.0 Bid Format 10 6.0 Submission of Bid 10 7.0 Execution Of Agreement 11 8.0 Consideration Of Bids 11 9.0 Selection Of Contractor 11 10.0 Acceptance of Bid 11 11.0 Assignment 12 12.0 Insurance and Bonds 12 12.1 Insurance 12 12.2 Bonds 12 13.0 Indemnity (Hold Harmless) 12 14.0 Payments 13 15.0 Default 13 16.0 Term of Agreement 13 17.0 Rights and Options 13 SECTION B - BID SPECIFICATION 14 1.0 Requirements 15 2.0 Program Goals and Objectives 15 3.0 Character and Amounts of Materials 15 3.1 Quantities-C&D 15 3.2 Quantities-SS 15 3.3 Non-Compliance Waste 16 4.0 Schedule of Cutchogue Transfer Station 16 5.0 Program Activities 16 5.1 Contractor Responsibilities 16 5.2 Town Responsibilities 17 5.3 Routing Mode 17 5.4 Town of Southold Accident and Damage Policy 17 6.0 NYSDEC Part 360 Permit to Operate 18 7.0 Compensation 18 8.0 Safety and Health Regulations 18 9.0 Contacts 18 2 11.0 Supporting Data 18 SECTION C—CONTRACTOR BID FORM 19 1.0 General Bid Statement 20 2.0 Unit Price Bid Schedule 23 2.1 C&D Hauled to Brookhaven LF 2.1.1 Mode of Transportation 23 2.1.2 C&D Haul Services Pricing 23 2.2 Single Stream Hauled to Brookhaven MRF 25 2.2.1 Mode of Transportation 25 2.2.2 Single Stream Haul Services Pricing 25 3.0 Agreement Bid Price Evaluation 27 4.0 Signature Page 27 SECTION D—APPENDICES 28 Appendix A— Subcontractors 29 Appendix B—Performance Bond 30 3 NOTICE TO BIDDERS MATERIALS TRUCKING SERVICES The Town of Southold will receive sealed bids for materials trucking services for the items identified herein (i.e., construction and demolition debris (C&D) and single stream recyclables (SS) consisting of tin/aluminum cans, glass and plastic containers, cardboard, newspaper, mixed paper, and other acceptable residential recyclables, such bids to then be opened and publicly read aloud. The trucking services sought by the Town will involve moving C&D and SS collected at the Town's waste and recycling Transfer Station on Cox Lane in Cutchogue, NY to one or more specified destinations. THIS SOLICITATION SEEKS TRUCKING SERVICE(S) ONLY. NO DISPOSAL OR RECYCLING SERVICES ARE SOUGHT. PLACE: Office Of the Town Clerk Southold Town Hall 53095 Main Road Southold,New York 11971 (631) 765-1800 DATE: Thursday, May 3, 2018 TIME: 2:00 PM (LATE BIDS WILL NOT BE OPENED) 4 TOWN OF SOUTHOLD MATERIALS TRUCKING SERVICES GENERAL SERVICES SOUGHT The Town seeks prices for each of the following trucking tasks, in accordance with this Bid Solicitation: TASK 1: A bid price PER TRIP, to provide equipment and labor for hauling construction & demolition debris (C&D) from the Town of Southold Transfer Station at 6155 Cox Lane, Cutchogue, NY to the Town of Brookhaven C&D Landfill at 350 Horseblock Road,Yaphank,NY. TASK 2: A bid price PER TRIP to provide equipment and labor for hauling single stream recyclables (SS) consisting of tin and aluminum cans, plastic containers, glass bottles, newspaper, cardboard, mixed paper and other acceptable items collected through the Town of Southold's residential recycling program, from the Town of Southold Transfer Station at 6155 Cox Lane, Cutchogue,NY to the Town of Brookhaven Materials Recovery Facility (MRF), operated for the Town of Brookhaven by Green Stream Recycling, located at 350 Horseblock Rd.,Yaphank,NY. THE TOWN IS CURRENTLY UNDER INTER-MUNICIPAL AGREEMENTS (IMA) TO DELIVER THE MATERIALS COVERED BY TASK 1 AND TASK 2 TO THE BROOKHAVEN DESTINATIONS SPECIFIED. THESE DESTINATIONS ARE NOT EXPECTED TO CHANGE DURING THE TERM OF ANY CONTRACT ENTERED INTO PURSUANT TO THIS BID. BY SUBMITTING A BID FOR THESE TASKS, THE BIDDER IS COMMITTING TO DELIVER SAID MATERIALS TO THESE LOCATIONS. BASIC AWARD CRITERIA The winning bid submitted in response to this solicitation will be based on the lowest unit price (i.e.,price per truckload) submitted by a responsible bidder for the two TASKS combined. The Town expects a single contractor to perform both Tasks. Responders are asked to bid separate prices for each year of the 3-year term, however only prices bid for the f rst two (2)years will be used for the purpose of calculating a unit price evaluation (i.e.,price per truckload). TERM The term of this Agreement shall be TWO (2) years from commencing from the date of award, expected to be on or about May 8, 2018. The Town and the winning bidder shall have a mutual option of renewing the Agreement for an additional one year term by agreeing together in writing to do so not less than thirty (30) days prior to the expiration of the initial term, at the price(s) agreed to herein. 5 BID INSTRUCTIONS Bids must be made in writing on the forms furnished. The successful Bidder may be required to furnish a performance Bond, and insurance in accordance with the instructions in the Bid Solicitation (APPENDIX B). The bid price shall not include any tax, Federal, state, or local, from which the Town of Southold is exempt. A Bidder may not withdraw his bid within forty-five (45) days after the opening of the bids, but may withdraw his Bid at any time prior to the scheduled time for the opening of bids. The Town reserves the right to reject any or all bids and to waive informalities, should this action be in the best interest of the Town of Southold. Bid Solicitation containing submission requirements, instructions, technical specifications, and bidding forms may be examined free of charge and at the following location on weekdays from 8:00 A.M. to 4:00 P.M.: Office Of the Town Clerk Southold Town Hall 53095 Main Road Southold,New York 11971 Bid Solicitation may be picked up at: Office of the Town Clerk Southold Town Hall 53095 Main Road Southold,New York 11971 Bidders should direct any questions concerning this solicitation to Mr. James Bunchuck, the Southold Town Solid Waste Coordinator at the Southold Town Transfer Station office 6155 Cox Lane, Cutchogue,NY 11935 (631) 734-7685. Bidders may visit the Transfer Station during normal business hours of 7:00 am—5:00 pm, 7 days a week(except holidays). Appointments are not necessary, but may be scheduled by calling Mr. Bunchuck. Elizabeth A. Neville Town Clerk 6 GLOSSARY OF TERMS ADMINISTRATOR- Shall mean the Coordinator of construction and demolition debris (or his agent) Of the Town of Southold, New York. AGREEMENT - Shall mean a Form operating agreement set forth by the Town and resulting from this Bid Solicitation between the Town of Southold and the successful Bidder to be executed in 2018 . AGREEMENT DOCUMENTS - Shall include the notice to bidders, instructions, bid solicitation, bid Forms, information schedules, proposal, payment bond, bid bond, Agreement, performance bond, certificates of insurance, glossary of terms any general conditions or special conditions, and any addenda. The Agreement Documents will Form a part of the Agreement. AGREEMENT YEAR- Shall mean the period of the first 365 days from the date a contract(s)/award(s)pursuant to this solicitation is signed by the parties. BIDDER- Shall mean any party or parties submitting in proper form a bid to perform the work as specified in the Agreement Documents. The successful Bidder selected by the Town to perform the specified work will thereafter be known as the Contractor. BID PRICE - Shall mean the unit cost to determine the ranking of bidders. BID SOLICITATION - Shall mean this document, specifications, and any bid addenda issued. COMMENCEMENT DATE - Shall mean the date a contract(s)/award(s)pursuant to this solicitation is signed by the parties. CONSTRUCTION MATERIALS AND/OR DEMOLITION DEBRIS (C&D) - Shall mean solid waste resulting from the construction, renovation, equipping, remodeling, repair and demolition of structures and roads. Such waste includes, but is not limited to, bricks, concrete and other masonry materials, soil, rock, wood, wall coverings, plaster, drywall, non-asbestos insulation and roofing shingles. CONTRACT DOCUMENTS - Shall have the same meaning as Agreement Documents. CONTRACTOR- Shall mean the party contracting to perform the work, or the heirs, executors, administrators, agents, or successors thereof. COUNTY - Shall mean Suffolk County, State Of New York. DAILY- Sunday to Saturday, inclusive. DESTINATION SITES —Permitted disposal site(s) designated by the Town for C&D and permitted recycling facilities designated by the Town. EPA - Environmental Protection Agency (Federal). HAUL SERVICES UNIT PRICE - Shall mean the Contractor's compensation in dollars for each ton of C&D debris or recyclables actually hauled from the Town Of Southold Transfer Station to the Town Designated Disposal/Recycling Site. 7 GLOSSARY Glossary of Terms (cont'd) HAZARDOUS WASTE - Shall mean (1) any "hazardous waste" as defined under the Resource Conservation and Recovery Act, 42 US.C. Section 6901 et seq., or "hazardous substance" as defined under the comprehensive Environmental Response, Compensation, and Liability Act, 42 U.S.C. Section 9601 et seq., or "hazardous waste" as defined under New York Environmental Conservation Law Section 27-0901 et seq., as each such law may be amended from time to time, and the regulations promulgated there under, and any analogous or succeeding Federal, state or local law, rule or regulation and regulations promulgated there under and (2) any other material which any governmental agency or unit having appropriate jurisdiction shall determine from time to time cannot be processed at the facility because it is harmful, toxic or dangerous. NOTICE OF AWARD - Shall mean written notice from the Town of Southold to the successful Bidder that the Town of Southold intends to award an Agreement to the successful Bidder, subject to compliance with all their terms and conditions of the Agreement Documents. NYSDEC -New York State Department Of Environmental Conservation. ONP—Old Recycled Newsprint brought to the Southold MSW Transfer Station by residents and curbside collection carters, including newspaper, glossy inserts, magazines, paperback books, office paper, and construction paper. ONP is NOT intended to include paper used for cleaning or hygiene purposes such as paper towels, napkins, or tissues. OSHA - Federal Williams-Steiger Occupations Safety &Health Act of 1970, plus subsequent revisions. PERMIT- Shall mean any and all permits, licenses, approvals, certificates of public convenience and necessity, Franchises or authorizations which must be issued by any Governmental Body having jurisdiction thereof to legally enable the Contractor to transport and/or dispose Of construction and demolition debris. PERMITTEE - Shall mean any person issued a valid permit to haul construction and demolition debris or to construct, establish, maintain or operate a construction and demolition debris Disposal Site. RCRA - Resource Conservation Recovery Act(Federal). SINGLE STREAM—Shall mean tin and aluminum cans, plastic containers, glass bottles, newspaper, cardboard, mixed paper and other items acceptable to Green Stream Recycling collected through the Town of Southold's residential recycling program, SOLID WASTE - Shall mean all putrescible and non-putrescible materials or substances, including but not limited to garbage, refuse, rubbish, ashes, agricultural wastes, and offal. (Solid Waste does not include C&D waste, recyclables, hazardous, or infectious waste). SUBCONTRACTOR- Shall mean an individual, firm or corporation having a direct contract with the Contractor for services, equipment, materials and/or labor. 8 SECTION A SUBMISSION REQUIREMENTS BIDDERS INFORMATION, INSTRUCTIONS AND AWARD BASIS 1.0 PROJECT PURPOSE The Town of Southold seeks bids for the hauling of construction and demolition debris (C&D) and single stream recyclables (SS) from the Town of Southold Transfer Station to specified permitted Destination Site(s) owned and operated by the Town of Brookhaven. 2.0 SCHEDULE The schedule below is an estimate of the time period leading up to the commencement of the Agreement. Its intent is to provide each Bidder with an idea of when certain events may occur. The dates given are guidelines and should not be construed as firm dates or deadlines due to the multiple parties involved in the decision making process. EVENT DATE Bid Opening 2:00 PM, May 3, 2018 Town Board Approval May 8, 2018 Agreement Executed On or Before May 18, 2018 Operations Commencement Day Agreement is Executed 3.0 EXAMINATION OF AGREEMENT DOCUMENTS, FAMILIARITY WITH THE WORK It is the responsibility of each Bidder before submitting a Bid to (a) examine the Bid Documents thoroughly; (b) become familiar with conditions at the Town of Southold Transfer Station and Destination Sites that may affect cost, progress,performance or furnishing of the work; (c) become familiar with and consider all federal, state and local laws, regulations ordinances,permits, approvals and orders that may effect the cost, progress, performance or furnishing of the work; (d) study any Bid and/or Agreement Documents carefully; and (e) notify the Town Clerk of all conflicts, errors or discrepancies in the Agreement Documents. The submission of a Bid becomes a representation that Bidder has complied with every requirement of this Bid Solicitation, that the Bid is based upon performing and furnishing the work required by the Agreement Documents, and that the Agreement Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performing and furnishing the work. 9 4.0 INFORMATION TO BE SUBMITTED WITH PROPOSAL 4.1 Contractual Bid For the purpose of assisting the Town in determining the responsible Bidders for this Bid Solicitation, the Bidder is required to submit the following minimum information with his bid: i. Contractor Bid Form ii. Supplemental Information as described in 4.2 4.2 Supplemental Information In addition to the aforementioned forms, the Bidder is required to submit the following supplemental information with his bid: i. A statement that the Bidder has or will acquire all manpower, materials and supplies, mobile equipment, etc., necessary to provide the Town with all services sought under the Agreement. ii. A copy of any current Permit(s) to transport C&D and/or municipal recyclables as required. iii. A list of any Subcontractors the Bidder intends to use to complete any portion of the work. The Bidder is advised that any Agreement awarded will be contingent upon the use of the subcontractor(s) so identified. In the event that the Bidder desires to change the number or identity of such subcontractor(s),the proposed change must be submitted to the Town for approval. (SEE APPENDIX A). 5.0 BID FORMAT Form Preparation Bid prices shall be submitted in the form described in this Bid Solicitation(SEE PAGE 25 ). Bid prices shall be properly filled in, using both words and numerals where indicated. BIDS SHALL NOT BE QUALIFIED, MODIFIED, LIMITED OR RESTRICTED IN ANY WAY. In the event a specification is not applicable, it shall be so indicated. Incomplete bids may not be considered, depending on the nature of the missing information. 6.0 SUBMISSION OF BID Each Bidder shall submit a complete set of his Bid which shall be enclosed in a sealed envelope plainly marked on the outside with the title of the work and the name and address of the Bidder. No Bid will be considered unless filed on or before the time and at the place designated in the Notice to Bidders. Bids received after the time set for the opening will be returned to Bidders unopened. When sent by mail, preferably registered, the sealed Bid, marked as above, should be enclosed in an additional envelope similarly marked and addressed to: Elizabeth Neville Southold Town Clerk Town Hall 53095 Main Road Southold,New York 11971 10 7.0 EXECUTION OF AGREEMENT, FURNISHING OF BONDS The successful Bidder, or its legally authorized representative, shall appear in person within ten(10) days of the Notice of Award by the Town at the place and time designated by the Town to execute the Agreement and other Agreement Documents for Materials Hauling Services, if so required by the Town. Under the terms of a contract awarded pursuant to this bid, the successful Bidder may be required, at its own cost and expense, to procure, execute and deliver to the Town a Performance Bond equal to the estimated cost of trucking services provided under the terms of this bid over a period of 180 days. This bond, if required (as shown by example in Appendix B), would be maintained at the Contractor's own expense for the term of the Agreement. Failure to do so would constitute a breach of the Agreement and/or contract entered into between the parties. In such event,the Town may determine that such Bidder has abandoned the Agreement and the Town shall be entitled to take action for any and all damages it may suffer as the result of such breach. 8.0 CONSIDERATION OF BIDS The Town of Southold reserves the right to reject any/or all bids for haul and disposal services if such action is deemed to be in the best interests of the Town. To be considered responsive to this Bid Solicitation, each Bidder shall A) provide equipment, labor, maintenance and management services to haul C&D and recyclables from the Town of Southold Transfer Station designated Destination Site(s) as set -forth in Section B - Bid Specifications. B) Provide evidence of all current valid state and Federal permits, licenses, local ordinances, etc., required by law to receive construction and debris at the designated Disposal Site(s). C) Provide evidence of physical and financial capability to perform services described in the bid specifications. 9.0 SELECTION OF CONTRACTOR Only bids solicited from firms or combinations thereof, who have sufficient management, operating, and maintenance experience to fulfill the Town's goads and comply with the applicable local, state, Federal laws, ordinances, and regulations will be accepted. The Town will review the bids and make a selection recommendation based on the evaluation criteria included in this Bid Solicitation or take such other action as it deems in its best interest. Any agreement awarded hereunder will be to the responsible Bidder whose Evaluation Unit Bid Price is the lowest. The Town of Southold reserves the right, in its sole discretion, to reject all bids submitted in response to this Bid Solicitation. 10.0 ACCEPTANCE OF BID The acceptance of a Bid will be a Notice of Award signed by a duly authorized representative of the Town, and no other act of the Town shall constitute the acceptance of a Bid. The acceptance of a Bid shall bind the successful Bidder to perform the work described in the Bid Documents and to execute any other Agreement Documents that may be required by the Town. 11 11.0 ASSIGNMENT The successful Bidder to whom any Agreement shall be let, granted, or awarded shall not assign, transfer, convey, sublet, or otherwise dispose of the Agreement or of his right, title, or interest therein or his power to execute such Agreement, to any person or corporation without the prior written consent of the Town. 12.0 INSURANCE AND BONDS 12.1 Insurance For the period the Agreement is in effect, Contractor must maintain insurance acceptable to the Town in the kinds and amounts set forth below. All such insurance coverage shall be provided by companies licensed to do business in New York State. The Town of Southold and its agent shall be named as an additional insured and coverage shall not be changed or cancelled until thirty (30) days written notice has been given to the Town. Within ten (10) days of the Notice of Award, Contractor shall furnish to the Town evidence that it maintains the following types and amounts of insurance: 1. Worker's Compensation Insurance - A Policy covering the operations of the Contractor in accordance with the provisions of Chapter 41 of the Laws of 1914 as amended, known as the Worker's Compensation Law, covering all operations Of the Contractor, whether performed by him or by his subcontractors. The Agreement shall be void and of no effect unless the person or corporation making or executing same shall secure compensation coverage for the benefit of, and keep insured during the life of said Agreement such employees in compliance with provisions of the Worker's Compensation Law. 2. General Liability (Comprehensive Form) Insurance - Contractor's liability insurance issued to and covering legal liability of the Contractor with respect to all work performed by him under the Agreement. 12.2 Bonds In the event the Contractor secures a Performance Bond from any of its subcontractors, said bond shall also name the Town of Southold as a dual obligee. 13.0 INDEMNITY (HOLD HARMLESS) Contractor shall agree to defend, indemnify and save harmless the Town against any and all liability, loss, damage, detriment, suit, claim, demand, cost, charge, attorney's fees and expenses of whatever kind or nature which the Town may directly or indirectly incur, suffer or be required to pay by reason of or in consequence of the carrying out of or the performance of the terms of such Agreement, or the failure to carry out any of the revisions, duties, services or requirements of such Agreement, whether such losses and damages are suffered or sustained by the Town directly or its employees, licensees, agents, engineers, citizens or by other persons or corporations, including any of the Contractor's employees and agents who may seek to hold the Town liable therefor. This obligation shall be ongoing, survive the term of the Agreement and include, but not be limited to, claims concerning non-sudden environmental impairments. 12 14.0 PAYMENTS Contractor shall receive monthly payments for services performed during the prior calendar month upon submission of an invoice (with a Town voucher)that shall contain an itemized list of trips from the Town of Southold Transfer Station including the tonnage of all materials hauled and the manifest number for each load removed. Such payments shall be made within sixty (60) days of the Town's approval of Contractor's invoice. Contractor's monthly invoice shall include a daily summary of tonnage received by Contractor at the Transfer Station. The Town shall be entitled to deduct from any payment owing to Contractor any sums expended by the Town to cure any default or other non-compliance by Contractor. 15.0 DEFAULT In the event the Contractor fails to perform its obligations under the Agreement, the Town may terminate such Agreement, and the Town may procure the services from other sources and hold the Contractor responsible for any excess costs incurred and deduct from payments owing to the Contractor and/or draw upon the Performance Bond as full or partial reimbursement for such excess costs. The Town reserves the right to terminate the Agreement for just cause. 16.0 TERM OFAGREEMENT The term of this Agreement(s) shall be two (2) years commencing on the date of execution of the Agreement. The Town and the contractor(s), shall have the mutual option of renewing the Agreement for one (1) additional one (1) year term through written notice not less than thirty (30) days prior to the expiration of the term. 17.0 RIGHTS AND OPTIONS The Town of Southold,New York, reserves and holds at the following rights and options upon issuing this Bid Solicitation: 1. To award an Agreement to the candidate whose bid is judged to be the lowest responsible bid pursuant to Section 103 of the General Municipal Law of the State of New York. 2. To reject any and/or all bids. 3. To issue subsequent bid solicitations. 4. To issue additional and subsequent solicitations for statements of qualifications, and conduct investigations or interviews with respect to the qualifications of each Bidder. 5. To designate another public body, private or public agency, group, or authority to act in its behalf for evaluation and Agreement negotiations. 6. To designate another public body, private or public agency, group, or authority to act in its behalf for contract administration of this project at any time during the Agreement period. 13 SECTION B BID SPECIFICATIONS (TECHNICAL/MANAGEMENT) 14 SECTION B BID SPECIFICATIONS TECHNICAL/MANAGEMENT 1.0 REQUIREMENTS This request for bids is issued for the Town of Southold, State of New York, Town Hall, 53095 Main Road, Southold,New York, 11971 (Telephone (63 1) 765-1800) The effort, shall be known as the Town of Southold Materials Trucking Services. The Town of Southold seeks to engage a qualified Contractor to haul Construction and Demolition Debris (C&D) and single stream recyclables (SS) received at its MSW Transfer Station in Cutchogue, NY to Town-designated Destination Sites. The Town will need to dispose of approximately 2,500 tons of C&D and 3,500 tons of SS during each year of the agreement. Specifically, the contractor(s) must provide equipment, labor, maintenance, management and policies to operate a transportation system for hauling C&D and SS as described herein. The contractor must perform all work in accordance with applicable federal, state, and local regulatory requirements. 2.0 PROGRAM GOALS AND OBJECTIVES The goal of this project is the continued safe and reliable hauling and disposal of the C&D debris and SS from the Town Of Southold Transfer Station at minimum cost to the citizenry. 3.0 CHARACTER AND AMOUNTS OF MATERIALS The wastes which are to be hauled and disposed of under terms of this bid solicitation are to include typical C&D wastes and SS from a suburban community, as described in the Glossary of Terms. This Agreement will not provide any guarantees with respect to the volume of waste to be hauled and/or disposed of by Contractor. 3.1 Quantities—C&D It is believed that only about 20% of the C&D waste generated within the Town passes through the Transfer Station, as a result of relatively high tip fees that discourage use by larger commercial carters. Should economic conditions change, an increase in tonnage handled by the transfer station is possible. In 2017 2,600 tons of C&D waste were handled at the Town Transfer Station. CURRENT PRACTICE: The Town currently utilizes a 100-cubic yard walking floor trailer for C&D removal. In 2017 the average weight of un-processed C&D in each trailer load was 16 tons (net). 3.2 Quantities— SS The Town collected approximately 2,900 tons of single stream recyclables in 2017. Changes to the Town's Recycling programs may affect the quantity and characteristics of the SS recyclables received at the Town of Southold Transfer Station. 15 CURRENT PRACTICE: The Town currently utilizes 100-cubic yard walking floor trailers for SS removal. The average weight of SS in each trailer load is 10 tons (net). 3.3 Non-Compliance Waste If the Contractor discovers any non-compliance waste (hazardous, regulated medical or special wastes), the Contractor shall notify the Town and dispose of the noncompliance waste in accordance with local, state and Federal regulations. Compensation for such waste disposal services shall be provided for by the Town. 4.0 SCHEDULE OF CUTCHOGUE TRANSFER STATION The Town of Southold Transfer Station is open 7 days a week, except holidays, from 7:00 A.M. to 5:00 P.M. The Transfer Station's business office hours are 8:00 A.M. —4:00 P.M. Monday through Friday. The Transfer Station is closed on the following holidays: New Year's Day Martin Luther King Day Lincoln's Birthday Presidents Day Easter Sunday Memorial Day Independence Day Labor Day Columbus Day Election Day Veterans Day 12:00 Noon day before Thanksgiving Thanksgiving 12:00 Noon day before Christmas Christmas 12:00 Noon day before New Year's Day 5.0 PROGRAM ACTIVITIES 5.1 Contractor Responsibilities The Contractor will be expected to be available to remove materials from the Transfer Station during the following hours: Monday through Sunday 7:00 A.M. to 4:00 P.M., although Sunday removals are generally not expected to be needed unless specifically requested by the Town. The Contractor will be expected to provide sufficient frequency of service so that C&D delivered to the Town Transfer Station can be loaded within 72 hours of its delivery, and SS is loaded upon accumulation at the Transfer Station of not more than 100 cubic yards. The Town is prepared, with adequate prior coordination, to "live load" contractor trailers/containers upon arrival at the Town Transfer Station; alternatively,the contractor may stage transfer containers at the Transfer Station for loading by Transfer Station Staff as needed. All containers shall have covers available, although any empty containers delivered to the Transfer Station for staging shall be left open. 16 THE TOWN WILL CONSIDER ALL TRANSPORT OPTIONS, WITH A PREFERENCE HOWEVER TOWARD THOSE THAT PROPOSE CONTAINERS OF A SIZE LARGE ENOUGH TO HOLD THE STANDARD MAXIMUM WEIGHT ALLOWED BY NEW YORK STATE DOT (80,000 LBS), SUCH AS 100 CUBIC YARD CAPACITY LONG-HAUL TRANSFER TRAILERS. 5.2 Town Responsibilities Town staff will load materials into contractor containers using a front end wheel loader. For staged trailers, after loading, the Town will bring trailers to the Town's truck scales for weighing to prevent overloading and to document haul and disposal tonnages. Town personnel will then cover (tarp) the loads prior to leaving the site. The Town will at all times exercise due caution with regard to loading and/or moving the Contractor's equipment and agrees to notify the Contractor promptly of any damage or unusual occurrence with regard to the equipment while it is under the care and control of the Town. For live-loaded trailers,the contractor will be responsible for ensuring adequate coverage of the load prior to leaving the Transfer Station facility. 5.2 Routing Mode Contractor will have the right to select the route(s) for travel from the Town of Southold transfer Station to the Destination Site(s). Contractor warrants and guarantees that, in selecting and utilizing such route(s), Contractor will insure that it is not violating any applicable motor vehicle height(overpass clearance), motor vehicle weight restrictions, local ordinances or Interstate Commerce Commission regulations. Contractor will indemnify and hold the Town harmless from any claims, fines and other damages assessed upon or incurred by the Town as a result of any violations of applicable restrictions or regulations relating to the routes traveled by the Contractor. 5.4 TOWN OF SOUTHOLD ACCIDENT AND DAMAGE POLICY The Contractor and The Town shall be required to prepare an Accident Report for any accidents and/or damage that occur while performing respective duties under the term of the Agreement. Both parties agree to notify the other immediately of any major occurrences such as bodily injury or structural damage to the Town's Transfer Station or the Town's or Contractor's equipment. An Accident Report will be submitted to the appropriate within twenty-four (24) hours containing the date, time, location, and complete description of all incidents. If occurring at the Town's facility, the offending parts or representative/s thereof shall also be recorded and required to sign any accident/damage report prior to departing the Town of Southold Transfer Station. 6.0 NYSDEC PART 360 PERMIT TO OPERATE The Town Of Southold operates the Transfer Station under a New York State Department of Environmental Conservation (NYSDEC) Part 360 Permit to Operate. A copy of NYSDEC Permit is available for viewing at the Transfer Station business office upon request.. 17 7.0 COMPENSATION The Town will compensate the Contractor for materials hauled on a per-trip basis. The Contractor's manifest summary may be used for billing purposes, but will be compared against the Town's scale receipts before the Town makes payment. In the event of any dispute over differences in net trip counts between the Town and Contractor's records, the Town may make payment upon the trip count it deems to be most correct, until the dispute is reconciled. Any claims for differences must be filed in writing within sixty (60) days of occurrence or the Town's calculation shall be deemed final and binding between the parties. 8.0 SAFETY AND HEALTH REGULATIONS The Contractor shall comply with all current Federal Department of Labor, Safety and Health Regulations under the Occupational Safety and Health Act, 1972 (PL 91-596) and Section 107, Agreement Work Hours and Safety Standards Act (PL 91-54). The Contractor shall comply with all local, state and Federal regulations, laws and statutes which apply to the work and to safety in particular. The Contractor shall comply with New York State Department of Labor current requirements. The Contractor shall be solely and completely responsible for operational safety during performance of the Agreement. The obligation exists twenty-four (24) hours a day, each and every day throughout the term of the Agreement. The Town of Southold shall not have any responsibility for means, methods, sequences of techniques selected by the Contractor for safety precautions and programs, or for any failure to comply with laws, rules, regulations, ordinances, codes or orders applicable to the Contractor furnishing and performing the services under the terms of the Agreement 9.0 CONTACTS The Contractor shall provide the Town with a list of key personnel/staff that will be servicing the account for the contractor, including job title, names and telephone numbers. 10.0 SUPPORTING DATA In the event the Town requires any information in support of its' operations or to meet federal,state, or local reporting requirements, the Contractor agrees to furnish all licenses, permits and inspection reports regarding equipment and disposal sites which may be required by Town, County, State or Federal law within 48 hours of being requested by the Town. In the event the Contractor requires any information in support of its' operations or to meet federal, state, or local reporting requirements, the Town will provide such information as it applies to Southold Town operations. 18 SECTION C CONTRACTOR BID FORM 19 SECTION C TOWN OF SOUTHOLD MATERIALS HAULING SERVICES CONTRACTOR BID FORM 1.0 GENERAL BID STATEMENT TO: TOWN OF SOUTHOLD STATE OF NEW YORK 53095 MAIN ROAD SOUTHOLD,NEW YORK 11971 Gentlemen: The undersigned Bidder has carefully examined the forms and content of the Bid Solicitation, including notice to bidders, bid bond, sample operating agreement,performance bond, certificates of insurance, general conditions, bid specifications, and addenda, has familiarized itself with the sites of work, and hereby proposes to furnish all necessary services, permits, labor, materials, equipment, vehicles, and tools required to perform and complete the work in strict accordance with all of the bid documents written by or on behalf of the Town of Southold for this project. The undersigned Bidder agrees to abide by all conditions stated, intended, implied both particularly and generally by the terms of this Bid Solicitation, the Agreement to be provided by the Town, and the unit price Bid herein stated. 1. The Undersigned Bidder also agrees as follows: FIRST: If this bid is accepted,to execute the Agreement and furnish to the Town a satisfactory performance bond, and notification of insurance within ten (10) calendar days. SECOND: To begin Materials hauling services operations on the commencement date of any Agreement awarded hereunder. THIRD: To pay the Town any and all damages it may incur as a result of the Contractor's failure to perform all acts necessary to the execution of the Agreement as provided in the Bid Solicitation. FOURTH: During the performance of this Agreement, the Contractor hereby agrees as follows: a. The Contractor shall not discriminate against any employee or applicant for employment because of age, race, creed, color, sex, sexual orientation, marital status, national origin, or physical disability. 20 b. The Contractor shall comply with the provisions of Sections 290 through 301 of the Executive Law, shall furnish all information and reports deemed necessary by the State Commission for Human Rights under these nondiscrimination clauses and such sections of the Executive Law, and shall permit access to his books, records, and accounts by the State Commission for Human Rights, the Attorney General, and the Industrial Commissioner for purposes of investigation to ascertain compliance with these on discrimination clauses and such sections of the Executive Law and Civil Rights Law, c. This Agreement may be forthwith cancelled, terminated, or suspended, in whole or in part, by the Town upon the basis of a finding made by the State Commission for Human Rights that the Contractor has not complied with these nondiscrimination clauses. d. No laborer, workman or mechanic in the employ of the Contractor or subcontractor shall be permitted or required to work more than eight hours in any one calendar day, or more than five days in any one week except as otherwise provided in Labor Code Section 220. e. The Contractor shall include the provisions of clauses (a) through (e) in every subcontract or purchase order in such a manner that such provisions will be binding upon each subcontractor or vendor as to operations to be performed within the State of New York. FIFTH: By submission of this bid, the Bidder and each person signing on behalf of any Bidder certifies, and in case of a joint bid each party thereto certifies as to its own organization, under penalty of perjury that"to the best of his knowledge and belief: a. The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement for the purpose of restricting competition. b. Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the Bidder and will not knowingly be disclosed by the Bidder prior to opening. c. No attempt has been made nor will be made by the Bidder to induce any other person, partnership, or corporation to submit or not to submit a bid for the purpose of restricting competition. 2. The undersigned also declares that it has or they have carefully examined the Bid Solicitation requirements and sample operating agreement and that it has or they have personally inspected the actual location of work, together with the local sources of supply, has or have satisfied itself or themselves as to all the quantities and conditions, and waives all rights to claim any misunderstanding, omissions or errors regarding the same which such inspection and observation would have disclosed. 21 3. The undersigned submits herewith a bid guaranty within the form provided by the applicable bid documents in the amount of$5,000.00 (Appendix A) for any option or combination thereof. In the event this proposal is accepted, and the undersigned fails, within ten (10) calendar days after date of receipt of Notice Of Award from the Town to execute and deliver an Agreement in the form provided by the Town or fails to execute and deliver evidence of proper insurance coverage and performance bond in the amounts required and in the prescribed form within ten (10) days after Notice of Award, the bid guaranty shall be forfeited and be retained by the Town toward the satisfaction of liquidated damages and not as a penalty. Otherwise, the total amount of bid guaranty liquidated will be returned to the Bidder. 4. The Bidder has completed the Contract Bid Form and Unit Price Schedules in both words and numerals in accordance with these bid requirements. 22 2.0 UNIT PRICE BID SCHEDULE, MATERIALS HAULING SERVICES, SOUTHOLD TOWN, NEW YORK The undersigned hereby submits the following prices bid to furnish C&D and Single Stream Haul Services, to Southold Town,New York for the term on or about_May 18, 2018 through on or about Mqy 17 2021 2.1 TASK 1: C&D HAULED TO BROOKHAVEN LF 2.1.1 MODE OF TRANSPORT Please indicate the transportation method(s) proposed for providing services for this task under this Agreement, as follows: Vehicle Type (e.g., roll-off, tractor-trailer, etc): Container Size (volume): 2.1.2 C&D HAUL SERVICES PRICING Year One The Haul Service applicable unit price (i.e., cost per truckload) for AGREEMENT YEAR ONE (1) (@ May 18, 2018—May 17, 2019) is (in words) dollars and cents ($ ). (CDC1) (in numerals) for an estimated loads (trips) in the AGREEMENT YEAR(CDT1). (#of loads in numerals) Total Year One C&D Trucking Price (CDC1 x CDT1): (TCDC1) Year Two The Haul Service applicable unit price (i.e., cost per truckload) for AGREEMENT YEAR TWO (2) (@ May 18, 2019—May 17, 2020) is (in words) dollars and cents ($ ). (CDC2) (in numerals) for an estimated loads (trips) in the AGREEMENT YEAR(CDT2). (#of loads in numerals) Total Year Two C&D Trucking Price (CDC2 x CDT2): (TCDC2) 23 Town of Southold Bid—Materials Hauling Services 2.1.2 C&D HAUL SERVICES PRICING (cont'd) The Haul Service applicable unit price (i.e., cost per truckload) for OPTION YEAR ONE (1) (@ May 18, 2020—May 17, 2021) is (in words) dollars and cents ($ ). (CDC3,) (in numerals) for an estimated loads (trips) in the OPTION YEAR(CDT3). (#of loads in numerals) Total Year Three C&D Trucking Price (CDC3 x CDT3): (TCDC3) TASK 1 EVALUATION BID PRICE: TOTAL 2-YEAR COST FOR C&D TRUCKING: (Add Year 1 and Year 2 totals above. Enter here and in AGREEMENT BID PRICE EVALUATION box on page 27): (in words) (in numerals) AVERAGE 2-YEAR TRUCKLOAD COST FOR C&D TRUCKING: (TCDC1 +TCDC2) (CDT1 + CDT2) _ (in numerals) i 24 Town of Southold Bid—Materials Hauling Services 2.2 TASK 2: SINGLE STREAM RECYCLABLES TO TOWN OF BROOKHAVEN MRF 2.2.1 MODE OF TRANSPORT Please indicate the transportation method(s) proposed for providing services for this task under this Agreement, as follows: Vehicle Type (e.g.,roll-off, tractor-trailer, etc): Container Size (volume): 2.2.2 SINGLE STREAM HAUL SERVICES PRICING Year One The Haul Service applicable unit price (i.e., cost per truckload) for AGREEMENT YEAR ONE (1) (@ May 18, 2018—May 17, 2019) is (in words) Dollars and cents ($ ). (SSCI) (in numerals) for an estimated loads (trips) in the AGREEMENT YEAR(SST1). (#of loads in numerals) Total Year One SS Trucking Price (SSC1 x SST1): (TSSC1) Year Two The Haul Service applicable unit price (i.e., cost per truckload) for AGREEMENT YEAR TWO (2) (@ May 18, 2019—May 17, 2020) is (in words) dollars and cents ($ ). (SSC2) (in numerals) for an estimated loads (trips) in the AGREEMENT YEAR (SST2). (#of loads in numerals) Total Year Two SS Trucking Price (SSC2 x SST2): (TSSC2) 25 Town of Southold Bid—Materials Hauling Services 2.2.2 SINGLE STREAM HAUL SERVICES PRICING (cont'd) The Haul Service applicable unit price (i.e., cost per truckload) for OPTION YEAR ONE (1) (@ May 18, 2020—May 17, 202 1) is (in words) dollars and cents ($ ). (SSC3) (in numerals) for an estimated loads (trips) in the OPTION YEAR(SST3). (#of loads in numerals) Total Year Three SS Trucking Price (SSC3 x SST3): (TSSC3) TASK 2 EVALUATION BID PRICE: TOTAL 2-YEAR,COST FOR SS TRUCKING: (Add Year 1 and Year 2 totals above. Enter here and in AGREEMENT BID PRICE EVALUATION box on page 27): (in words) (in numerals) AVERAGE 2-YEAR TRUCKLOAD COST FOR SS TRUCKING: (TSSC1 +TSSC2) (SST1 + SST2) _ (In numerals) 26 Town of Southold Bid—Materials Hauling Services 3.0 AGREEMENT BID PRICE EVALUATION: TASK 1 EVALUATION BID PRICE (C&D): (in numerals) TASK 2 EVALUATION BID PRICE (SS): (in numerals) TOTAL AGREEMENT COST: (in numerals) SIGNATURE BLOCK The undersigned hereby submits the foregoing prices to furnish Materials Hauling Services as described in this solicitation: Bidder: Firm-Corporation Address By: Signature - Authorized Representative Date Print: Title 27 Town of Southold Bid—Materials Hauling Services SECTION D APPENDICES 28 Town of Southold Bid—Materials Hauling Services APPENDIX A—SUBCONTRACTORS (if applicable) The Bidder hereby states that it proposes, if awarded an Agreement to use following haul subcontractors on this project. Subcontractor/ Contract Trade Individual Address Phone# Specialties 1. 2. 3. 4. 5. Name of Bidder: By: Date: (Authorized Signature) NOTE: If blank not applicable, fill in with N/A 29 Town of Southold Bid—Materials Hauling Services APPENDIX B—FORM OF PERFORMANCE BOND (if required) Bond No. KNOW ALL MEN BY THESE PRESENTS, that (hereinafter called the "principal") and (hereinafter called the "Surety") are held and firmly bound to the Town of Southold (hereinafter called the "Owner") in the full and just sum of dollars (TBD) good and lawful money of the United States of America, for the payment of which sum of money, well and truly to be made and done, the Principal binds himself, his heirs, executors, administrators and assigns and the Surety binds itself, its successors and assigns,jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written Agreement bearing date on the day of , 20 , with the Owner for the Town of Southold construction debris and recycled newspaper Haul Services, a copy of which Agreement is annexed to and hereby made part of this bond as though herein set forth in full. NOW, THEREFORE, the conditions of this obligation are such that if the Principal, his or its representatives or assigns, shall well and faithfully comply with and perform all the terms, covenants and conditions of said Agreement or his (their, its) part to be kept and performed and all modifications, amendments, additions and alterations thereto that may hereafter be made, according to the true intent and meaning of said Agreement, and shall fully indemnify and save harmless the Owner from all cost and damage which it may suffer by reason of failure so to do, and shall fully reimburse and repay the Owner for all outlaw and expense which the Owner may incur in making good any such default, and shall protect the said Owner against, and pay any and all amounts, damages, costs and Judgments which may or shall be recovered against said Owner or its officers or agents or which the said Owner may be called upon to pay to any person or corporation by reason of any damages arising or growing out of the doing of said work, or the repair of maintenance thereof, or the manner of doing the same, or the neglect of the said Principal, or his (their, its) agents or servants or the improper performance of the said work by the said Principal, or his (their, its) agents or servants, or the infringement of any patent or patent rights by reason of the use of any materials furnished or work done as aforesaid or otherwise, then this obligation shall be null and void, otherwise to remain in full force and effect; Performance Bond Appendix B Page 1 of 2 30 Town of Southold Bid—Materials Hauling Services PROVIDED, HOWEVER, the Surety, for value received hereby stipulates and agrees, if requested to do so by the Owner, fully perform and complete the work mentioned and described in said Agreement, pursuant to the terms, conditions, and covenants thereof, if for any cause the Principal falls or neglects to so fully perform and complete such work and the Surety further agrees to commence such work of completion within ten (10) calendar days after written notice thereof from the Owner and to complete such work within ten (10) calendar days from the expiration of the time allowed the Principal in the Agreement the completion thereof, and further PROVIDED, HOWEVER, the Surety, for value received, for itself and its successors and assigns, hereby stipulates and agrees that the obligation of said Surety and its bond shall be in no way impaired or affected by an extension of time, modification, work to be performed thereunder, or by any payment thereunder before the time required herein, or by any waiver of any provisions thereof, or by any assignment, subletting or other transfer of any work to be performed or any monies due or to become due thereunder; and said Surety does hereby waive notice of any and all of such extensions, modifications, omissions, additions, changes,payments, waivers, assignments, subcontracts and transfers, and hereby expressly stipulates and agrees that any and all things done and omitted to be done by and in relation to assignees, subcontractors, and other transferees shall have the same effect as to said Surety as though done or omitted to be done be or in relation to said Principal. IN WITNESS WHEREOF, the Principal has hereunto set his (their, its) hand and seal and the Surety has caused this instrument to be signed by its and its corporate seal to be hereunto affixed this day of 20 Principal (If Corporation add By: Seal and Attestation) Attest: Surety (If Corporation add By: Seal and Attestation) Attest: Address of Surety Performance Bond Appendix B Page 2 of 2 31 STATEMENT OF NON-COLLUSION (To be completed by each Bidder) In accordance with Section 103-d General Municipal Law, effective September 1, 1966, every bid or proposal hereafter made to a political subdivision of the State of any public department, agency, or official thereof or to a fore district or any agency or official thereof for work or services performed or to be performed or goods sold or to be sold, shall contain the following statement subscribed to by the bidder and affirmed by such bidder as true under the penalties of perjury; non-collusive bidding certification. A. By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief: (1) The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or any competitor. (2) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor. (3) No attempt has been made or will be made by the bidder to induce any other person, partnership, or corporation to submit or not to submit a bid for the purpose of restricting competition. B. The person signing this bid or proposal certifies that he has fully informed himself regarding the accuracy of the statements contained in this certification, and under the statements contained in this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being applicable to the bidder, as well as the person signing in its behalf. C. That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signature of this bid or proposal on behalf of the corporate bidder. RESOLUTION Resolved that of the (Name of signatory) Be authorized to sign and submit the bid (Name of Corporation) Or proposal of this corporation for the following Project: and to include in such bid or proposal the certificate as to non-collusion required by section one-hundred-three- d (103-d) of the General Municipal Law as the act and deed of such corporation, and for any inaccuracies or miss-statements in such certificate this corporate bidder shall be liable under the penalties of perjury. The foregoing is true and correct copy of the resolution adopted by corporation at a meeting of the Board of Directors, held on the day of , 20 (SEAL OF THE CORPORATION) Laws of New York, 1965 Ch. 751, Sec. 103-d, as amended & effective on September 1, 1965. Signature 1 STATEMENT OF NON-COLLUSION (To be completed by each Bidder) In accordance with Section 103-d General Municipal Law, effective September 1, 1966, every bid or proposal hereafter made to a political subdivision of the State of any public department, agency, or official thereof or to a fore district or any agency or official thereof for work or services performed or to be performed or goods sold or to be sold, shall contain the following statement subscribed to by the bidder and affirmed by such bidder as true under the penalties of perjury; non-collusive bidding certification. A. By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief: (1) The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or any competitor. (2) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly,to any other bidder or to any competitor. (3) No attempt has been made or will be made by the bidder to induce any other person, partnership, or corporation to submit or not to submit a bid for the purpose of restricting competition. B. The person signing this bid or proposal certifies that he has fully informed himself regarding the accuracy of the statements contained in this certification, and under the statements contained in this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being applicable to the bidder, as well as the person signing in its behalf. C. That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signature of this bid or proposal on behalf of the corporate bidder. RESOLUTION Resolved that of the (Name of signatory) Be authorized to sign and submit the bid (Name of Corporation) Or proposal of this corporation for the following Project: and to include in such bid or proposal the certificate as to non-collusion required by section one-hundred-three- d (103-d) of the General Municipal Law as the act and deed of such corporation, and for any inaccuracies or miss-statements in such certificate this corporate bidder shall be liable under the penalties of perjury. The foregoing is true and correct copy of the resolution adopted by corporation at a meeting of the Board of Directors, held on the day of 320 (SEAL OF THE CORPORATION) Laws of New York, 1965 Ch. 751, Sec. 103-d, as amended & effective on September 1, 1965. Signature 1 Rudder, Lynda From: legals <legals@timesreview.com> Sent: Monday,April 16, 2018 3:36 PM To: Rudder, Lynda Subject: Re: Materials Hauling for publication Attachments: Ad_Order_Form[53].pdf,Ad_Image_Preview[33].pdf Hello, This notice has been scheduled,the attached documents serve as your confirmation, invoice and proof. Please review for accuracy. Payment is due upon receipt. Affidavits are processed and mailed out a week after the final publication date of the notice. Thank you. legals@timesreview.com LJt 77 ,zj, MEDUA GROUP Kimberly Gersic Sales Production Assistant 631.354.8013(direct) kqersic@timesreview.com www.timesreview.com PLEASE NOTE CANCELLATION POLICY:All ads are billed for entire run upon first publication date. Cancellations for publication dates can be made but there will be no adjustment to cost and refunds will not be given. There are no exceptions to this policy. TIM `..1 �yIaEVI .'W., MEDIA GROUP Kimberly Gersic Sales Production Assistant 1 631.354.8013(direct) kqersic@timesreview.com www.timesreview.com From: "Rudder, Lynda" <Ivnda.rudder@town.southold.ny.us> Date: Monday,April 16, 2018 at 10:25 AM To: Lindsay Riemer<legals@timesreview.com>, "Lisa Finn (lisaahfinn@gmail.com)" <lisaahfinn@gmail.com>, "Michaelis, Jessica" <iessicam@southoldtownny.gov>, "Reisenberg, Lloyd" <Lloyd.Reisenberg@town.southold.nv.us>, "Southold Local (denise@southoldlocal.com)" <denise@southoldlocal.com>, "Dinizio,James" dames.dinizio@town.southold.nv.us>, "Doherty,Jill" <iill.doherty town.southold.ny.us>, "Doroski, Bonnie" <Bonnie.Doroski@town.southold.ny.us>, "Ghosio, Bob" <bob.Rhosio@town.southold.nv.us>, Louisa Evans <Ipevans06390@gmail.com>, "Neville, Elizabeth" <E.Neville@town.southold.ny.us>, "Noncarrow, Denis" <denisn@southoldtownnv.Bov>, "Norklun, Stacey" <Stacey.Norklun@town.southold.nv.us>, "Rudder, Lynda" <lynda.rudder@town.southold.nv.us>, "Russell, Scott" <scottr@southoldtownny.gov>, "Standish, Lauren" <Lauren.Standish@town.southold.nv.us>, "Tomaszewski, Michelle" <michellet@town.southold.nv.us>,William Ruland <rulandfarm@vahoo.com>, "Duffy, Bill" <billd southoldtownny.gov>, "Hagan, Damon" <damonh@southoldtownny.gov>, "Silleck, Mary" <marys@southoldtownny.gov_> Cc: "Reisenberg, Lloyd" <Lloyd.Reisenberg@town.southold.ny.us> Subject: Materials Hauling for publication Please publish in the 4/19 edition of the Suffolk Times and the Town Website,thank you. z STATE OF NEW YORK) SS: COUNTY OF SUFFOLK) ELIZABETH A. NEVILLE, Town Clerk of the Town of Southold,New York being duly sworn, says that on the 16th day of April , 2018, a notice of which the annexed printed notice is a true copy was affixed, in a proper and substantial manner, in a most public place in the Town of Southold, Suffolk County,New York, to wit: Town Clerk's Bulletin Board, 53095 Main Road, Southold,New York. Bid on Material Hauling zabeth A. Neville out Town Clerk Sworn before me this 16th day of April 018. Notary Public LYNDA M.RUDDER Notary Public,State of New York No.01 RU6020932 Buslified in Suffolk County Commission Expires March 8,20.1a Rudder, Lynda From: Rudder, Lynda Sent: Monday,April 16, 2018 10:25 AM To: legals@timesreview.com; Lisa Finn (lisaahfinn@gmail.com); Michaelis,Jessica; Reisenberg, Lloyd; Southold Local (denise@southold'local.com); Dinizio,James; Doherty, Jill; Doroski, Bonnie; Ghosio, Bob; Louisa Evans; Neville, Elizabeth; Noncarrow, Denis; Norklun, Stacey; Rudder, Lynda; Russell, Scott; Standish, Lauren;Tomaszewski, Michelle; William Ruland; Duffy, Bill; Hagan, Damon; Silleck, Mary Cc: Reisenberg, Lloyd Subject: Materials Hauling for publication Attachments: Materials Hauling.doc Please publish in the 4/19 edition of the Suffolk Times and the Town Website,thank you. 4 Rudder, Lynda From: Rudder, Lynda Sent: Monday,April 16, 2018 10:25 AM To: legals@timesreview.com; Lisa Finn (lisaahfinn@gmail.com); Michaelis,Jessica; Reisenberg, Lloyd; Southold Local (denise@southoldlocal.com); Dinizio,James; Doherty, Jill; Doroski, Bonnie; Ghosio, Bob; Louisa Evans; Neville, Elizabeth; Noncarrow, Denis; Norklun, Stacey; Rudder; Lynda; Russell, Scott; Standish, Lauren;Tomaszewski, Michelle; William Ruland; Duffy, Bill; Hagan, Damon; Silleck, Mary Cc: Reisenberg, Lloyd Subject: Materials Hauling for publication Attachments: Materials Hauling.doc Please publish in the 4/19 edition of the Suffolk Times and the Town Website,thank you. 1 Rudder, Lynda From: Reisenberg, Lloyd Sent: Monday,April 16, 2018 10:51 AM To: Rudder, Lynda Subject: RE: Materials Hauling for publication Posted Lloyd H.Reisenberg Network and Systems Administrator Town of Southold,New York www.southoldtownny.gov Iloydr@southoldtownny.gov 0: 631-765-18911 M:631-879-1554 I F: 631-765-5178 CONFIDENTIALITY NOTICE: This communication with its contents may contain confidential and/or legally privileged information. It is solely for the use of the intended recipient(s). Unauthorized interception, review, use or disclosure is prohibited and may violate applicable laws including the Electronic Communications Privacy Act If you are not the intended recipient, please contact the sender and destroy all copies of the communication. From: Rudder, Lynda Sent: Monday, April 16, 2018 10:25 AM To: IeRals@timesreview.com; Lisa Finn (lisaahfinn@Rmail.com)<lisaahfinn@Rmail.com>; Michaelis,Jessica <jessicam@southoldtownny.gov>; Reisenberg, Lloyd <Lloyd.Reisenberg@town.southold.ny.us>; Southold Local (denise@southoldlocal.com) <denise@southoldlocal.com_>; Dinizio,James<iames.dinizio@town.southold.nv.us>; Doherty,Jill <rill.doherty@town.southold.nv.us>; Doroski, Bonnie <Bonnie.Doroski@town.southold.nv.us>; Ghosio, Bob <bob.Rhosio@town.southold.ny.us>; Louisa Evans<Ipevans06390@Rmail.com>; Neville, Elizabeth <E.Neville@town.southold.nv.us>; Noncarrow, Denis<denisn@southoldtownny.Rov>; Norklun, Stacey <Stacey.Norklun@town.southold.nv.us>; Rudder, Lynda <Ivnda.rudder@town.southold.ny.us>; Russell,Scott <scottr@southoldtownnv.gov>; Standish, Lauren <Lauren.Standish@town.southold.nv.us>;Tomaszewski, Michelle <michellet@town.southold.nv.us>; William Ruland <rulandfarm@vahoo.com>; Duffy, Bill <billd@southoldtownny.gov>; Hagan, Damon <damonh@southoldtownny.Rov>; Silleck, Mary<marvs@southoldtownny.Rov_> Cc: Reisenberg, Lloyd <Lloyd.Reisenberg@town.southold.ny.us> Subject: Materials Hauling for publication Please publish in the 4/19 edition of the Suffolk Times and the Town Website,thank you. 2 Southold Town Board - Letter Board Meeting of April 10, 2018 ®R" RESOLUTION 2018-328 Item# 5.14 1i ADOPTED DOC ID: 13992 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2018-328 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON APRIL 10,2018: RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs the Town Clerk to advertise for bids for the procurement of hauling services by the Solid Waste Management District for the shipping of construction and demolition debris (C&D) and for single stream recyclables received at the Cutchogue Solid Waste Transfer Station. Elizabeth A. Neville Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: James Dinizio Jr, Councilman SECONDER:William P. Ruland, Councilman AYES: Dinizio Jr,Ruland, Doherty, Ghosio, Evans, Russell Generated April 11, 2018 Page 27 Rudder, Lynda From: leg aIs_<legals@timesreview.com> Sent: Monday, April 16, 2018 3:36 PM To: Rudder, Lynda Subject: Re: Materials Hauling for publication Attachments: Ad_Order_Form[53].pdf;Ad_Image_Preview[33].pdf Hello, This notice has been scheduled,the attached documents serve as your confirmation, invoice and proof. Please review for accuracy. Payment is due upon receipt. Affidavits are processed and mailed out a week after the final publication date of the notice. Thank you. leKals@timesreview.com FI., c F EVE MEDIAGROUP Kimberly Gersic Sales Production Assistant 631.354.8013(direct) kqersic@timesreview.com www.timesreview.com PLEASE NOTE CANCELLATION POLICY:All ads are billed for entire run upon first publication date. Cancellations for publication dates can be made but there will be no adjustment to cost and refunds will not be given. There are no exceptions to this policy. REVIEW MED A GROUP Kimberly Gersic Sales Production Assistant 3 631.354.8013(direct) kgersic@timesreview.com www.timesreview.com From: "Rudder, Lynda" <Ivnda.rudder@town.southold.nv.us> Date: Monday, April 16, 2018 at 10:25 AM To: Lindsay Riemer<legals@timesreview.com>, "Lisa Finn (lisaahfinn@gmail.com)" <lisaahfinn@gmail.com>, "Michaelis, Jessica" <iessicam@southoldtownnv.gov>, "Reisenberg, Lloyd" <Lloyd.Reisenberg@town.southold.nv.us>, "Southold Local (denise southoldlocal.com)" <denise@southoldlocal.com>, "Dinizio,James" <iames.dinizio@town.southold.nv.us>, "Doherty,Jill" <Oil t.doherty@town.southoId.ny.us>, "Doroski, Bonnie" <Bonnie.Doroski@town.southold.nv.us>, "Ghosio, Bob" <bob.ghosio town.southold.nv.us>, Louisa Evans <Ipevans06390@gmail.com>, "Neville, Elizabeth" <E.Neville town.southold.nv.us>, "Noncarrow, Denis" <denisn@southoldtownnv.gov>, "Norklun, Stacey" <Stacey.Norklun town.southold.nv.us>, "Rudder, Lynda" <Ivnda.rudder@town.southold.nv.us>, "Russell, Scott" <scottr southoldtownnv.gov>, "Standish, Lauren" <Lauren.Standish@town.southold.nv.us>, "Tomaszewski, Michelle" <michellet@town.southold.nv.us>, William Ruland <rulandfarm@vahoo.com>, "Duffy, Bill" <billd@southoldtownny.gov>, "Hagan, Damon" <damonh@southoldtownny.gov>, "Silleck, Mary" <marvs@southoldtownny.gov> Cc: "Reisenberg, Lloyd" <Lloyd.Reisenberg@town.southold.ny.us> Subject: Materials Hauling for publication Please publish in the 4/19 edition of the Suffolk Times and the Town Website,thank you. 4