Loading...
4.01 4.1 AGREEMENTSMARREN COUNTY—Solid Waste and Recycling Disposal and Transportation Services for 2021 w option for 2+1 year terns-5-3-2021 RESOLUTION AUTHORIZING INTERMUNICIPAL AGREEMENT BETWEEN THE COUNTY OF WARREN AND THE TOWN OF QUEENSBURY RELATING TO SOLID WASTE AND RECYCLING DISPOSAL SERVICES (WC 61-20) AND SOLID WASTE AND RECYCLING TRANSPORTATION SERVICES (WC 66-20) RESOLUTION NO.: 92021 INTRODUCED BY: WHO MOVED ITS ADOPTION SECONDED BY: WHEREAS, as a result of a competitive bidding process completed by Warren County (County) and for the benefit of local municipalities including the Town of Queensbury (Town), the County has arranged for Solid Waste and Recycling Disposal Services (WC 61-20) and Solid Waste and Recycling Transportation Services (WC 66-20) to be available to the Town through the various contractors who have been awarded contracts by the County for such services, and WHEREAS, the Town Board wishes to utilize the County's contractual arrangements for each of the Town's two transfer stations with the services to be provided and the prices for such services identified upon the terms and conditions as set forth in the County's Agreements for such services with the following contractors: 1. Solid Waste and Recycling Disposal Services with: Wheelabrator Hudson Falls, LLC; (Wheelabrator) Waste Management of New York, LLC, Inc., (Waste Management), County Waste & Recycling Services, Inc. (County Waste), Casella Waste Management, Inc. (Casella) and Perkins Recycling Corp. (Perkins); e 2. Solid Waste and Recycling Transportation Services with: Waste Management, County Waste and Casella; and WHEREAS, the County has presented the Town Board with a proposed Intermunicipal Agreement which sets forth the terms and conditions upon which the Town will participate and pay for such services with the term of the Intermunicipal Agreement to be from January 1, 2021 through December 31, 2021 with the option of extending for two (2) additional, one (1) year terms upon mutual agreement of the parties, NOW, THEREFORE, BE IT RESOLVED, that the Queensbury Town Board hereby approves and authorizes the Intermunicipal Agreement between Warren County and the Town of Queensbury regarding Solid Waste and Recycling Disposal Services (WC 61-20) and Solid Waste and Recycling Transportation Services (WC 66-20) with the services for each of the Town's two transfer stations to be provided on the terms and conditions set forth in the County's Intermunicipal Agreement including the prices for such services identified in Schedule A, with such services to be with the following contractors: 1. Solid Waste and Recycling Disposal Services with: Wheelabrator Hudson Falls, LLC; (Wheelabrator) Waste Management of New York, LLC, Inc., (Waste Management), County Waste & Recycling Services, Inc. (County Waste), Casella Waste Management, Inc. (Casella) and Perkins Recycling Corp. (Perkins); 2. Solid Waste and Recycling Transportation Services with: Waste Management, County Waste and Casella; and BE IT FURTHER, RESOLVED, that the Town Board further authorizes and directs the Town Supervisor to execute the Intermunicipal Agreement in the form substantially presented at this meeting as well as any other needed documentation, and BE IT FURTHER, RESOLVED, that the Town Board further authorizes and directs the Town Supervisor, Town Clerk, Transfer Station Supervisor and/or Town Counsel to take any further action necessary to effectuate the terms of this Resolution. Duly adopted this Yd day of May,2021,by the following vote: AYES NOES ABSENT: i INTERMUNICIPAL AGREEMENT BETWEEN THE COUNTY OF WARREN AND THE TOWN OF QUEENSBURY RELATING TO SOLID WASTE AND RECYCLING DISPOSAL SERVICES (WC 61-20) AND SOLID WASTE AND RECYCLING TRANSPORTATION SERVICES (WC 66-20) THIS INTERMUNICIPAL AGREEMENT (hereinafter referred to as the "Intermunicipal Agreement"), made by and between the County of Warren, a municipal corporation and political subdivision established under the laws of the State of New York, having its offices and place of business at the Warren County Municipal Center, 1340 State Route 9, Lake George, New York 12845 (the"County"), and The TOWN OF QUEENSBURY, a 'municipal corporation and political subdivision established under the laws of the State of New York, having its offices and principal place of business at Queensbury Town Office Building,742 Bay Road, Queensbury,New York 12804 (the "Town"), and WHEREAS, the County, for itself, and as lead agent for municipalities in Warren County has arranged for: 1)solid waste and recycling disposal services(WC 61-20);and 2)solid waste and recycling transportation services (WC 66-20), and WHEREAS, the County has entered into an agreement with Wheelabrator Hudson Falls, LLC (hereinafter collectively referred to as "Wheelabrator") to provide solid waste and recycling disposal services, (hereinafter referred to as "Disposal Agreement"), attached hereto and incorporated herein, and WHEREAS, the County has entered into an agreement with Waste Management of New York,LLC(hereinafter collectively referred to as"Waste Management")to provide solid waste and recycling disposal services(hereinafter referred to as"Disposal Agreement"), attached hereto and incorporated herein, and WHEREAS, the County has entered into an agreement with County Waste & Recycling Services, Inc. (hereinafter collectively referred to as "County Waste") to provide solid waste and recycling disposal services(hereinafter referred to as "Disposal Agreement"), attached hereto and incorporated herein, and WHEREAS,the County has extended their agreement with Casella Waste Management of New York,Inc. (hereinafter referred to as"Casella")to provide solid waste and recycling disposal services (hereinafter referred to as the "Disposal Agreement"), attached hereto and incorporated herein, and WHEREAS, the County has entered into an agreement with Perkins Recycling Corp., (hereinafter referred to as "Perkins") to provide solid waste and recycling disposal services (hereinafter referred to as the"Disposal Agreement"),attached hereto and incorporated herein, and WHEREAS, the County has entered into an agreement with Waste Management of New York,LLC, (hereinafter referred to as"Waste Management")to provide solid waste and recycling transportation services(hereinafter referred to as the"Transportation Agreement"),attached hereto ZAShared\2021 Docs\Solid Waste\Agreements\Queensbury\Queensbury 21.wpd\art\91-925-A-083g 1/27/21 1 S� and incorporated herein, and WHEREAS, the County has entered into an agreement with County Waste & Recycling Services, Inc. (hereinafter collectively referred to as "County Waste") to provide solid waste and recycling transportation services(hereinafter referred to as"Transportation Agreement"),attached hereto and incorporated herein, and WHEREAS,the County has entered into an agreement with Casella Waste Management,Inc. (hereinafter collectively referred to as"Casella").to provide solid waste and recycling transportation services(hereinafter referred to as"Transportation Agreement"), attached hereto and incorporated herein, and WHEREAS,both the Disposal Agreements and the Transportation Agreements commence on January 1, 2021 and terminate on December 31, 2021, with the option to extend these Agreements for two (2) additional one(1)year terms upon mutual agreement of the parties, and F WHEREAS, the Town desires to utilize the services of the Disposal Contractors, Wheelabrator,.Waste Management, County Waste, Casella and Perkins,pursuant to the terms and conditions of the Disposal Agreements, and WHEREAS, the Town desires to utilize the services of the Transportation Contractors, Waste Management, County Waste and Casella, pursuant to the terms and conditions of the Transportation Agreements, and WHEREAS,the County and the Town desire to enter into this Intermunicipal Agreement for the purpose of memorializing the terms and conditions of their agreement, and NOW,THEREFORE,in consideration of the above and the covenants,conditions and terms herein the County and the Town agree as follows: SERVICES: 1. The Town agrees, to utilize the Disposal Contractors for the services and prices identified in Schedule"A." Disposal of solid waste and recycling for each Disposal Contractor is governed by the Disposal Agreements attached hereto in Schedule"B." Materials may be deposited at a Town transfer station or Town owned facility. 2. The Town agrees to utilize the Transportation Contractors for the services and prices identified in Schedule "C." Transportation of solid waste and recycling for each Transportation Contractor is governed by the Transportation. Agreements attached hereto in Schedule "D." Materials may be deposited at a Town transfer station or Town owned facility. 3. The Town shall be solely entitled to and shall directly receive from the Disposal Contractors any and all recycling rebates due and owing under the Disposal Agreements,whether such rebates are provided in the form of a reimbursement or a credit for the amounts due thereunder. 4. The Town makes no guarantee as to the minimum or maximum amount of Town solid waste or recyclables,which will require disposal under the Disposal Agreements. ZAShared\2021 Docs\Solid Waste\Agreements\Queensbury\Queensbury 21.wpd\art\91-925-A-083g 1/27/21 2 5. Notwithstanding the foregoing,the Town shall not be responsible for any terms and conditions of the Disposal Agreements which relate to the disposal of solid waste or recyclables that are not within the Town's control, or otherwise identified in Schedule"A." PAYMENT FOR SERVICES: 1. The County shall incur no obligation or responsibility for payment for any services provided to the Town by the Disposal Contractors under the Disposal Agreements or by the Transportation Contractors under the Transportation Agreements. 2. The Town shall be directly responsible to the Disposal Contractors for payment of services rendered by such contractors to the Town under the Disposal Agreements. 3. The Town shall be directly responsible to the Transportation Contractors for payinent of services rendered by such contractors to the Town under the Transportation Agreements. TERM: 1. The term of this Intermunicipal Agreement shall run concurrently with the respective terms of the Disposal Agreements and Transportation Agreements. Therefore,this Intermunicipal Agreement shall commence January 1, 2021 and shall terminate December 31, 2021. Pursuant to the express provisions of the Disposal Agreements and Transportation Agreements, each such agreement may be extended at the option of the County for two (2) additional one (1) year terms upon mutual agreement of the parties. No later than October 1, 2021 the County shall provide the Town written notice of the County's intent ("notice of intent") to exercise the contract extension options for the 2022 year for the Disposal Agreements and the Transportation Agreements. The Town shall notify the County of the Town's intention to extend this Intermunicipal Agreement within thirty(30) days of receipt of the County's notice of intent. 2. In the event any or all of the Disposal Agreements are terminated under the terms of the Disposal Agreements prior to the termination date of the Disposal Agreements,the County will provide no less than thirty (30) days prior written notice to the Town of the termination of a particular Disposal Agreement. In such event.neither the Town nor the County shall have any obligation hereunder with respect to a Disposal Agreement once terminated. 3. In the event the Transportation Agreements'are terminated under the terns of the Transportation Agreements prior to the termination date of the Transportation Agreements, the County will provide no less than thirty(30)days prior written notice to the Town of the termination of a particular Transportation Agreement. In such event neither the Town nor the County shall have any obligation hereunder with respect to a Transportation Agreement once terminated. GENERAL TERMS: 1. In the event of a failure of the Disposal Contractors to meet their respective obligations under the Disposal Agreements, it shall remain the responsibility of the Town for appropriate disposal of any solid waste and recyclables under its control. ZAShared\2021 Docs\Solid Waste\Agreements\Queensbury\Queensbury 21.wpd\art\91-925-A-083g 1/27/21 3 { 2. In the event of a failure of the Transportation Contractors to meet their respective obligations under the Transportation Agreements,it shall remain the responsibility of the Town for appropriate transportation of any solid waste and recyclables under its control. 3. The Town shall defend,hold harmless,and indemnify the County against all actions, claims, demands, liabilities, and/or damages including liabilities and damages for pollution caused by hazardous and non-hazardous solid waste and recyclables which may in any manner be imposed on or incurred by the County as a consequence or arising out of any act,default,or omission on the part of the Town, its officials, employees, agents, servants, and/or assigns in connection with the disposal and disposition of solid waste and recyclables under the Disposal Agreements and the Transportation Agreements. 4. The County shall defend,hold harmless,and indemnify the Town against all actions, claims,demands, liabilities,and/or damages including liabilities and damages for pollution caused by hazardous and non-hazardous solid waste and recyclables which may in any manner be imposed on or incurred by the Town as a consequence or.arising out of any act, default, or omission on the part of the County, its officials, employees,agents,servants, and/or assigns in connection with the Disposal Agreements and the Transportation Agreements. 5. Any type of discrimination and harassment is against Warren County policy and is unlawful. The Town acknowledges and agrees that they have read the entirety ofthe Warren County Policy Against Discrimination and Harassment, a copy of which can be found online at https://warrencountyny.gov/hr/forms.plip under the link labeled Discrimination and Harassment. The Warren County Sexual Harassment Policy applies to all personnel in a contractual or other business relationship with the County. This Intennunicipal Agreement incorporates the entire Policy as a material term of this Intermunicipal Agreement. The Town shall follow the Policy in its entirety. If a complaint does arise, the Town is-to notify Warren County promptly. To the fullest extent permitted by law, the Town shall indemnify, hold harmless and defend Warren County, its Board, officers, employees and volunteers against any and all losses, claims, actions, demands, damages, liabilities, or expenses, including but not limited to attorney's fees and all other costs to defense, resulting from the Town and/or agent's breach of this Policy. 6. The Town shall carry General Liability coverage in the amounts of at least $1,000,000 per occurrence and $2,000,000 aggregate and Automobile Liability of at least $1,000,000 with respect to the Town and any of its employees or agents. The Town shall name the County, its Board, officers and employees as an additional insured on a primary,non-contributory basis to the Provider's General Liability policy. The Town is also required to carry Workers' Compensation and Disability Insurance. All coverage must be issued by an insurance company authorized to do business in New York State and maintaining an A.M. Best rating of A-or better. 7. The Town shall name the County as an additional insured under any policies of insurance that the Town may have in effect which provide for coverage of the liability assumed hereunder. The Town shall provide evidence of such insurance to the County Attorney's office.The failure of the Town to provide such Certificate of Insurance shall not be deemed a waiver by the County of the Town's obligation to provide same insurance coverage. In addition and in the event of any defect in any Certificate of Insurance,regardless of when such defect may be discovered,the acceptance by the County of any such Certificate of Insurance shall not be deemed a satisfaction of Z:\Shared\2021 Docs\Solid Waste\Agreements\Queensbury\Queensbury 21.wpd\art\91-925-A-033g 1/27/21 -4 is the requirement that the Town provide insurance coverage as noted anywhere in this Agreement. 8. This Intennunicipal Agreement may not be assigned,in whole or in part,by the Town without prior approval by the County in writing and signed by a duly authorized representative of the County. Consent shall not limit the County's right to enforce this provision on assigned parties. 9. In the event that it is necessary for either party to transmit to either party written . notice or communications that are anticipated in accordance with the terms and provisions of this Intermunicipal Agreement, the same shall be considered delivered upon personal delivery and/or the same by ordinary mail to the following persons and/or addresses: Warren County Department of Public Works Town of Queensbury ATTN: Kevin Hajos Queensbury Town Office Building 1340 State Route 9 742 Bay Rd Lake George,NY 12845 Queensbury,New York 12804 Delivery by snail shall be considered .accomplished or complete when the notice or communication is appropriately enclosed in an envelope or similar wrapping with postage attached and deposited in a receptacle maintained or owned by the United States Postal Service for the -deposit or acceptance of mail. 10. The captions in this Intermunicipal Agreement shall be for reference purposes only and shall not be deemed to interpret or characterize the Intennunicipal Agreement in any manner. 11. In the event that any provision of this Intermunicipal Agreement shall be determined by a Court of Law to be illegal and/or unenforceable,the Intermunicipal Agreement,to the extent the Courts have determined practical shall continue in full force and effect between the parties as if the said illegal or unenforceable provision were not contained a part thereof. 12. This Intermunicipal Agreement contains the entire agreement between the parties with respect to the subject matter hereof, and supersedes all prior Intermunicipal Agreements and understandings, if any. This Intermunicipal Agreement cannot be changed or modified except by mutual written agreement. 13. Any dispute under this Intermunicipal Agreement or related to this Intermunicipal Agreement shall be decided in accordance with the laws of the State of New York and brought exclusively before the United States District Court for the Northern District of New York or the appropriate State Court located within the County of Warren. 14. In the event that any schedule or attachment to this Intermunicipal Agreement shall conflict with the various numbered clauses or provisions of this Intennunicipal Agreement, such clauses or provisions shall be controlling, as to the intended agreement of the parties. 15. The Town agrees to retain all records related to this contract for a period of six(6) years and agrees to allow the County, through the appropriate County officials and those legally allowed, to review and or audit such records. In the event that a review or audit is requested, the records shall be made available at the Town offices or, at the request of the County, at the Warren ZAShared\2021 Docs\Solid Waste\Agreements\Queensbury\Queensbury 21.wpd\art\91-925-A-083g 1/27/21 5 i i County Municipal Center with the understanding that copies of such records may be made by the designated County officials. Records shall be made available upon ten(10) days written notice or within ten (10) days of the delivering of written notice by the County. 16. This Intermunicipal Agreement may be executed and delivered in any number of ,t counterparts, each of which so executed and delivered shall be deemed to be an original and all of which shall constitute one and the same instrument. Documents executed,scanned and transmitted electronically and electronic signatures shall be deemed original signatures for the purposes of this Intermunicipal Agreement and all matters related thereto, with such facsimile, scanned and i electronic signatures having the same legal effect as original signatures. a IN WITNESS THEREOF, this Intermunicipal Agreement has been executed by the duly authorized officer of the respective parties. .i Approved as to Form: COUNTY WARREN J !J Assistant Warren Co ty Attorney RA ER, hairwoman Bo rd f Sup rvisors Date: TOWN OF QUEENSBURY i By: I. JOHN STROUGH, SUPERVISOR Date: F i; is ZAShared\2021 Docs\Solid Waste\Agreements\Queensbury\Queensbury 21.wpd\art\91-925-A-083g 1/27/21 . 6 R CERTIFICATE OF LIABILITY INSURANCE DATE6122/2020 oslzzlzo2o THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. Aslatement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Mary Lou Weil,ACSR NAME: Marshall&Sterling Upstate,Inc. AHONN Exl: (518)587-1342 alc,r:o: (518)587-1348 125 High Rock Ave.,Suite 206 E-MAIL ss: mweil@marshallsterling.com INSURER(S)AFFORDING COVERAGE NAIC 0 Saratoga Springs NY 12866 INSURER A: Argonaut Insurance Co. 19801 INSURED INSURER B Town of Queensbury INSURER C: 742 Bay Road INSURER D: INSURER E: Queensbury NY 12804 INSURER F: COVERAGES CERTIFICATE NUMBER: CL2062285699 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICYPERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE POLICY EFF POLICY EXP UNITS LTR INSD WVD POLICY NUrdaER hly1lOD1YYYY RUAIDDIYYYY X C0141AERCIAL GENERAL LIABILITY EACH OCCURRENCE S 1.000.000 DAMAGEft NTEU 100,000 CLAIMS-MADE a OCCUR PREMISES Ea occunence S MED EXP(Any one parson) s EXCLUDED A Y PE-4624684 07/0112020 07/01/2021 PERSONAL&ADV INJURY S 1,000,000 GEN'LAGGREGATE LIMITAPPLIES PER: GENERALAGGREGATE S 3,000,000 X POLICY ECT LOC PRODUCTS-COMPIOPAGG S 3.000,000 OTHER: Employee Benefits Liab s included AUTOMOBILE LIABILITY EaM1accciden SINGLE LIMIT S 1,000,000 X ANYAUTO BODILY INJURY(Par person) S A OWNED SCHEDULED BA-4624684 07101/2020 0710112021 BODILY INJURY(Per aeetdmi) S AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE S AUTOS ONLY AUTOS ONLY Per accident Underinsured motorist s 1.000,000 X UMBRELLALIAB OCCUR FACHOCCURRENCE S 10.000,000 A EXCESS LIAB HCLAfMS-fIADE Y UMB-4624684 07/01/2020 07/01/2021 AGGREGATE S 10,000,000 DED RETENTION S S WORKERS COMPENSATION SEA UTE I ERH AND EMPLOYERS'LIABILITY YIN ANY PROPRIETORIPARTNERIEXECUTIVE ❑ NIA E.L.EACH ACCIDENT S OFFICERIMEM13ER EXCLUDED? (Mandatory in NH) E.L.DISFASE-FA EMPLOYEE S 11 yes,describe under DESCRIPTION OF OPERATIONSboloer E.L.DISEASE-POLICYLIAfIT S DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be altached if more space is required) Warren County,its Board,officers and employees are listed as an additional insured on a primary,non-contributory basis when requires by a written contract or agreement.(Form#TRI GL 36OPE(09-07)attached) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BECANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Warren County 1340 State Route 9 AUTHORIZED REPRESENTATIVE Lake George NY 12845 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD 360© ADDITIONAL COVERAGE MODIFICATIONS PUBLIC ENTITY - Commercial General Liability SUMMARY OF COVERAGES AND INDEX: The following is an alphabetical listing of the various coverages afforded by this endorsement. No coverage is pro- vided by this summary. Please refer to the individual coverage explanations within this endorsement for a detailed explanation of terms, conditions and what is and what is not covered. COVERAGE LIMIT PAGE Additional Insureds by Written Contract,Agreement or Permit Included 4 Amendment of Personal&Advertising Injury Included 3 Broadened Definition of Who Is An Insured Included 4 Broadened Insured Contract Definition Included 5 Chartered Aircraft Included 2 Damage To Premises Rented To You Included 2 Extended Property Damage Included 5 Method of Sharing Included 5 Newly Acquired Organizations Included 4 Non-Audit Provision Included 6 Property Damage Liability—Elevators&Sidetrack Agreements Included 2 Supplementary Payments Bail Bonds $2,500 4 Daily Loss of Earnings $1,000 4 Watercraft Liability included 2 Worldwide Coverage Territory Included 6 GL-360 PE(09107) °Copyright Argonaut Group Inc.2001. All rights reserved. Page 1 of 5 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. 3600 -ADDITIONAL COVERAGE MODIFICATIONS Commercial General Liability PUBLIC ENTITY The following modifies insurance provided under the Commercial General Liability Coverage Part: 1. WATERCRAFT The following replaces item 2.g.(2)of SECTION I-COVERAGES-COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY: (2) Any watercraft you own, use or rent that is not being used to carry persons or property for a charge; 2. CHARTERED AIRCRAFT The following is added to Exclusion 2.g.under SECTION I-COVERAGES—COVERAGE A.BODI- LY INJURY AND PROPERTY DAMAGE LIABILITY: (6) An aircraft chartered with crew. 3. PROPERTY DAMAGE LIABILITY-ELEVATORS AND SIDETRACK AGREEMENTS The following is added under SECTION I-COVERAGES-COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY: A. 2. Exclusions j. (3), (4)and (6)do not apply to the use of elevators. B. Exclusion R.does not apply to: a. The use of elevators;or b. Liability assumed under a sidetrack agreement The insurance afforded by reason of this provision is excess over any valid and collectible property insurance(including any deductible)available to the insured, and SECTION IV-COMMERCIAL GENERAL LIABILITY CONDITIONS 4. Other Insurance is changed accordingly. 4. DAMAGE TO PREMISES RENTED TO YOU LIABILITY 1. The last paragraph of 2. EXCLUSIONS,SECTION I—COVERAGES-COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY is replaced with the following: Exclusion c.through n.do not apply to damage by fire,lightning, explosion,smoke,water or leakage or discharge from an automatic fire protection or extinguishing system to premises while rented to you or temporarily occupied by you with permission of the owner. A separate limitof in- surance applies to this coverage as described in SECTION III-LIMITS OF INSURANCE. GL-360 PE(09/07) °Copyright Argonaut Group Inc.2001. All rights reserved. Paget of 5 2. Paragraph 6. of SECTION III-LIMITS OF INSURANCE is replaced by the following: 6. Subject to 5. above,the Damage To Premises Rented To You Limit of$100,000 is the most we will pay for damages because of"property damage"to premises while rented to you or temporarily occupied by you with permission of the owner, arising out of any one"occur- rence"and caused by fire,lightning,explosion,smoke,water, or leakage or discharge from an automatic fire protection or extinguishing system or any combination thereof. Subject to the Damage to Premises Rented To You Limit, the most we will pay to refill or recharge an automatic fire protection or extinguishing system is$2,500. 3. Paragraph 4. b. (2), first instance, of SECTION IV-COMMERCIAL GENERAL LIABILITY CON- DITIONS is replaced by the following: (2) That is insurance for fire, lightning, explosion, smoke,water, or leakage or discharge from an automatic fire protection or extinguishing system for premises while rented to you ortempo- rarily occupied by you with permission of the owner. S. PERSONAL AND ADVERTISING INJURY 1. Under SECTION I-COVERAGES-COVERAGE B. PERSONAL AND ADVERTISING INJURY LIABILITY 2. Exclusions a.(1)and a.(2)are deleted and replaced with the following: a. (1) Arising out of oral,written, televised, videotaped or electronic publication of material,if done by or at the direction of the insured with knowledge of its falsity; a. (2) Arising out of oral,written,televised,videotaped or electronic publication of material whose first publication took place before the beginning of the policy period; 2. SECTION V-DEFINITIONS,item 1."Advertising injury",is deleted and replaced with the follow- ing: 1. "Advertising injury"means injury arising out of one or more of the following offenses: a. Oral,written,televised,videotaped or electronic publication of material that slanders or libels a person or organization or disparages a person's or organization's goods,prod- ucts or services; b. Oral,written,televised,videotaped or electronic publication of material that violates a person's right of privacy; c. Misappropriation of advertising ideas or style of doing business;or d. Infringement of copyright, title or slogan. 3. SECTION V-DEFINITIONS, 14."Personal injury", item d, is deleted and replaced by the follow- ing: d. Oral,written, televised,videotaped or electronic publication of material that slanders or libels a person or organization or disparages a person's or organization's goods, products or ser- vices. 6. SUPPLEMENTARY PAYMENTS SECTION I-COVERAGES, SUPPLEMENTARY PAYMENTS-COVERAGES A AND B is revised as follows: 1. In paragraph 2., the limit of$250 for bail bonds is increased to$2,500. GL-360 PE(09/07) 0 Copyright Argonaut Group Inc.2001. All rights reserved. Page 3 of 5 2. In paragraph 4.,the limit of$250 for daily loss of earnings is increased to$1,000. 7. ADDITIONAL INSUREDS The following are added to paragraph 2.of SECTION II-WHO IS AN INSURED but only foracts within the scope of their employment by you or while performing duties related to the conduct of your business: e. Any member of the governing body of the named insured. f. Any boards, commissions or councils of the named insured and their members. ._ g. Any elected or appointed officer of the named insured. h. Any authorized volunteer of the named insured. 8. NEWLY ACQUIRED ORGANIZATIONS Under SECTION II-WHO IS AN INSURED, paragraph 4. is deleted and replaced with the following: 4. If you are an organization other than a partnership or joint venture, any organization you new- ly acquire or form over which you exercise controlling interest and actively manage and to which no other similar insurance is available will be deemed to be a named insured. a. Coverage A does not apply to"bodily injury"or"property damage"that occurred before you acquired or formed the organization; and b. Coverage B does not apply to"personal injury"or"advertising injury"arising out of an of- fense committed before you acquired or formed the organization. 9. ADDITIONAL INSUREDS BY WRITTEN CONTRACT,WRITTEN AGREEMENT OR PERMIT The following is added to SECTION If-WHO IS AN INSURED: 5. Subject to all the terms,conditions and exclusions contained within this policy, an insured is any person or organization with whom you agreed, because of a written contract,written agreement or permit,to provide insurance. a. The above applies only with respect to"your work,""your product'or premises owned or used by you. b. The above does not apply unless the written contract, or written agreement has been ex- ecuted or permit issued prior to the"bodily injury","property damage","personal injury" or "advertising injury". c. The Limits of Insurance applicable to the additional insured are those specified in the written contract,written agreement or permit or in the Declarations for this policy,which- ever are less. The Limits of Insurance are inclusive of and not in addition to the Limits of Insurance shown in the Declarations. GL-360 PE(09/07) °Copyright Argonaut Group Inc.2001. All rights reserved. Page of 5 10. BROADENED INSURED CONTRACT DEFINITION The following changes are made to paragraph 9.'Insured Contract'of SECTION V—DEFINITIONS: 1. Item c. is replaced with the following: c. Any easement or license agreement; 2. Item d. is deleted. 11. EXTENDED BODILY INJURY AND PROPERTY DAMAGE Exclusion a. of SECTION I—COVERAGES-COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY is replaced by the following: a. Expected or Intended Injury "Bodily injury"or"property damage"expected or intended from the standpoint of the insured. This exclusion does not apply to"bodily injury"or"property damage"resulting from the use of reasonable force to protect persons or property. 12. METHOD OF SHARING The following is added to SECTION IV-COMMERCIAL GENERAL LIABILITY CONDITIONS 4.c. Method of Sharing: In any case in which the named insured has entered into an agreement with another party,whereby such other party has undertaken to provide liability insurance to the named insured,the liability cov- erage furnished herein shall be excess over any valid and collectible insurance (whether primary, excess, contingent or on any other basis)that has been provided for the benefit of the named in- sured,except, insurance specifically arranged to be excess of this policy. When this insurance is excess by reason of the foregoing, we will have no duty to defend any claim or suit that such other insurer has a duty to defend. if no other insurer defends,we will undertake to do so, but we will be entitled to the insured's rights against all those other insurers. 13. NON AUDIT PROVISION Unless required by state law Paragraph 5. Premium Audit of SECTION IV-COMMERCIAL GEN- ERAL LIABILITY CONDITIONS is deleted. 14. WORLDWIDE COVERAGE TERRITORY The definition of"coverage territory"of SECTION V—DEFINITIONS is replaced by the following: "Coverage territory"means anywhere in the world. GL-360 PE(09/07) °Copyright Argonaut Group Inc.2001. All rights reserved. Page 5 of 5 STATE OF NEW YORK WORKERS' COMPENSATION BOARD CERTIFICATE OF PARTICIPATION IN WORKERS' COMPENSATION GROUP SELF-INSURANCE 1a.Legal Name and Address of Business Participating in Group 1d.Corporate Contact Name of Business referenced in box"1a" Self-Insurance(Use Street Address Only) Business Telephone Number of Business referenced in box"1a" Town of Queensbury John Strough 742 Bay Rd. 518-761-8201 Queensbury,NY 12804 le.NYS Unemployment Insurance Employer Registration Number of business referenced in box"1a" 1 b.Effective Date of Membership in the Group 7/1/2014 1c.The Proprietor,Partners,or Executive Officers are lf.Federal Employer Identification Number of Business referenced X❑ included(only check box if all partners/officers included) in Box"I a". ❑ all excluded or certain partners/officers excluded 146002393 2.Name and Address of the Entity Requesting Proof of Coverage 3.Name and Address of Group Self-Insurer (Entity Being Listed as Certificate Holder) Warren County Public Employer Risk Management Association PO Box 12250 1340 Route 9 Albany,NY 12212-2250 Lake George,NY 12845 RE:Proof of Workers'Compensation Coverage; This certifies that the business referenced above in box"1a"is complying with the mandatory coverage requirements of the New York State Workers'Compensation Law as a participating member of the Group Self-Insurer listed above in box"T'and participation in such group self-insurance is still in force.The Group Self-Insurer's Administrator will send this Certificate of Participation to the entity listed above as the certificate holder in"box 2". The Group Self-Insurer's Administrator will notify the above certificate holder within 10 days IF the membership of the participant listed in box"1a"is terminated. (these notices may be sent by regular mail.) Otherwise,this Certificate is valid for a maximum of one year from the date certified by the group self-insurer. If this certificate is no longer valid according to the above guidelines and the business referenced in box "I a" continues to be named on a permit, license or contract issued by the certificate holder, the business must provide the certificate holder either with a new certificate or other authorized proof of the business is comp lying with the mandatory coverage requirements of the New York State Workers'Compensation Law. Under penalty of perjury, I certify that I am an authorized representative of the Group Self-insurer referenced above and that the business referenced in box"I a"has the coverage as depicted on this form. Certified by: Steve Altieri. President (Print narpe of aulhar��izerepresentative of the Group Self-insurer) Certified by: _ C/� 10/6l2020 Signature Dale Title: President Telephone Number: 1-888-737-6269 GSI-105.2(2-02) CERTIFICATE HOLDER COPY PRCert.uff WORKERS COMPENSATION LAW Section 57 Restriction on issue of permits and the entering into contracts unless compensation is secured. 1. The head of a state or municipal department board,commission or office authorized or required by law to issue any permit for or in connection with any work involving the employment of employees in a hazardous employment defined by this chapter,and notwithstanding any general or special statute requiring or authorizing the issue of such permits,shalt not issue such permit unless proof duly subscribed by an insurance carrier is produced in a form satisfactory to the chair,that compensation for all employees has been secured as provided by this chapter.Nothing herein,however,shall be construed as creating any liability on the part of such state or municipal department,board commission or office to pay any compensation to any such employee if so employed. 2. The head of a state or municipal department,board,commission or office authorized or required by law to enter into any contact for or in connection with any work involving the employment of employees in a hazardous employment defined by this chapter, notwithstanding any general or special statute requiring or authorizing any such contract,shall not enter into any such contract unless proof duly subscribed by an insurance carrier is produced in a form satisfactory to the chair,that compensation for all employees has been secured as provided by this chapter. Please Note:-This Certificate is valid only through the policy dates indicated above,OR,a maximum of one year after this form is approved by the authorized representatives of the Group Self-Insurer.At the expiration of those dates,if the business continues to be named on a permit or contract issued by the above government entity,the business must provide that government entity with a new Certificate.The business must also provide a new Certificate upon notice of GSI-105.2(2.02)Reverse PRCertF_PG2.uff N11,E workers' CERTIFICATE OF INSURANCE COVERAGE YORIC STATE COIT1penSati011 Board DISABILITY AND PAID FAMILY LEAVE BENEFITS LAW PART 1.To be completed by Disability and Paid Family Leave Benefits Carrier or Licensed Insurance Agent ofthat Carrier 1 a.Legal Name&Address of Insured(use street address only) 1 b.Business Telephone Number of Insured TOWN OF QUEENSBURY 518-761-8240 742 BAY ROAD QUEENSBURY,NY 12804 1 c.Federal Employer Identification Number of Insured or Social Security Number Work Location of Insured(Only required if coverage is specifically limited to certain locations in New York State,i.e.,Wrap-Up Policy) 146002393 2.Name and Address of Entity Requesting Proof of Coverage 3a.Name of Insurance Carrier (Entity Being Listed as the Certificate Holder) ShelterPoint Life Insurance Company Warren County 1340 State Route 9 3b.Policy Number of Entity Listed in Box"1 a" Lake George, NY 12845 DBL612164 3c.Policy effective period 07/01/2020 to 06/3012021 4. Policy provides the following benefits: A.Both disability and paid family leave benefits. 0 B.Disability benefits only. C.Paid family leave benefits only. 5. Policy covers: A.All of the employers employees eligible under the NYS Disability and Paid Family Leave Benefits Law. © B.Only the following class or classes of employer's employees: ALL EMPLOYEES NOT REQUIRED BY LAW FOR DB ONLY Under penalty of perjury,I certify that I am an authorized representative or licensed agent of the insurance carrier referenced above and that the named insured has NYS Disability and/or Paid Family Leave Benefits insurance coverage as described above. Date Signed 10/6/2020 Byj { (signature of insurance carrier's authorized representative or NYS Licensed Insurance Agent oflhatinsurance carrier) Telephone Number 516-829-8100 Name and Title Richard White, Chief Executive Officer IMPORTANT: If Boxes 4A and 5A are checked,and this form is signed by the insurance carrier's authorized representative or NYS Licensed Insurance Agent of that carrier,this certificate is COMPLETE.Mail it directly to the certificate holder. If Box 4B,4C or 5B is checked,this certificate is NOT COMPLETE for purposes of Section 220,Subd.8 of the NYS Disability and Paid Family Leave Benefits Law.It must be mailed for completion to the Workers'Compensation Board, Plans Acceptance Unit,PO Box 5200,Binghamton,NY 13902-5200. PART 2.To be completed by the NYS Workers'Compensation Board(only if Box 4C or 58 of Part 1 has been checked) c� State of New York Workers' Compensation Board According to information maintained by the NYS Workers'Compensation Board,the above-named employer has complied with the NYS Disability and Paid Family Leave Benefits Law with respect to all of his/her employees. Date Signed By (Signature of Authorized NYS Workers'compensation Board Employee) Telephone Number Name and Title Please Note:Only insurance carriers licensed to write NYS disability and paid family leave benefits insurance policies and NYS licensed insurance agents of those insurance carriers are authorized to issue Form DS-120.1.insurance brokers are NOT authorized to issue this form. DB-120.1 (10-17) 1�4�II�IIIIIiIIIIIiIIIIIIIINIII(IIIII0II-►1I►7I►IIii««< C� RESOLUTION No. 525 OF 2020 RESOLUTION INTRODUCED BY SUPERVISORS CONOVER,HOGAN,LEGGE,TT,BRAYMCR,BRUNO, MAGOWAN,MERLINO,STROUGH AND WILD AWARDING BID AND AUTHORIZING AGREEMENT WITH VARIOUS BIDDERS FOR SOLID WASTE AND RECYCLING TRANSPORTATION SERVICES FOR WARREN COUNTY(WC 66-20). WHEREAS, the Purchasing Agent has advertised for sealed bids for Solid Waste and RecycIing Transportation Services for Warren County(WC 66-20), and WHEREAS,the Superintendent of Public Works has recommended the following awards: Contractor Amount Waste Management of New York, LLC Prices listed on tab sheet Attn: Patrick Martino 100 Ransier Drive West Seneca,NY 14224 County Waste&Recycling Services, Inc. Prices listed on tab sheet Attn: Mark Ceresa 1927 Route 9 Clifton Park,NY 12065 Casella Waste Management,Inc. Prices listed on tab sheet Attn: Michael Stehman 136 Sicker Road Latham,NY 12110 now, therefore, be it RESOLVED,that the Warren County Purchasing Agent be, and hereby is,authorized and directed to notify the aforementioned bidders of the acceptance of their proposals, and be it further RESOLVED,that the Warren County Board of Supervisors hereby authorizes the Chairman of the Board of Supervisors to execute agreements with the above listed bidders, pursuant to the terms and provisions of the specifications (WC 66-20), for a-terin commencing January 1, 2021 and tenninating December 31,2021,with the option to extend the agreement for two(2)additional one(1)year terms upon mutual agreement of the parties, without the need for a further resolution, as well as to execute any intermunicipal agreements relating to same, in a forin approved by the County Attorney, and be it further RESOLVED, that the funds shall be expended from the appropriate departmental Budget Code. \art\058-20 DECEMBER 18,2020 BOARD MEETING C� garb of of erbisf T5 RESOLUTION No. 526'OF 2020 RESOLUTION INTRODUCED BY SUPERVISORS CONOVER,HOGAN,LEGGETT,BRAYMGR,BRUNO, MAGOWAN,MERLINO,STROUGH AND WILD AWARDING BID AND AUTHORIZING AGREEMENT WITH VARIOUS BIDDERS FOR SOLID WASTE AND RECYCLING DISPOSAL SERVICES (WC 61-20) WHEREAS, the Purchasing Agent has advertised for sealed bids for Solid Waste and Recycling Disposal Services (WC 61-20), and WHEREAS,the Superintendent of Public Works has recommended the following awards: Contractor Amount Wheelabrator Hudson Falls,LLC Prices listed on tab sheet Attn: Bruce Stanas 93 River Street Hudson Falls,NY 12839 Waste Management of New York, LLC Prices listed on tab sheet Attn: Patrick Martino 100 Ransier Drive West Seneca,NY 14224 County Waste&Recycling Services,Inc. Prices listed on tab sheet Attn: Mark Ceresa 1927 Route 9 Clifton Park,NY 12065 CaseIla Waste Management of New York, Inc. Prices listed on tab sheet Attn: Michael Stehman 58 Clifton Country Road Clifton Park,NY 12065 Perkins Recycling Corp. Prices listed on tab sheet Attn: William Danko, Jr. 299 Lower Warren Street Queensbury,NY 12804 now,therefore,be it RESOLVED,that the Warren County Purchasing Agent be, and hereby is, authorized and directed to notify the aforementioned bidders of the acceptance of their proposals, and be it further RESOLVED,that the Warren County Board of Supervisors hereby authorizes the Chainnan of the \art\057-20 DECEMBER 18,2020 BOARD UEETING RESOLUTIONNO. 526 OF 2020 PAGE 2OF2 Board of Supervisors to execute agreements with the above listed bidders, pursuant to the terms and provisions of the specifications (WC 61-20), for a term commencing January 1, 2021 and terminating December 31,2021,with the option to extend the agreement for two(2)additional one(1)year terms upon mutual agreement of the parties,without the need for a further resolution,in a form approved by the County Attorney, and be it further RESOLVED,that the funds shall be expended from the appropriate departmental Budget Codes for expenses incurred for solid waste and recycling disposal services provided for the County,and be it further RESOLVED,that interinunicipal agreements with any towns of Warren County wishing to partake of the aforementioned agreements for solid waste and recycling disposal services are hereby authorized, with each individual town assuming the cost of the services received. \art\057-20 DE•CEMBER 18, 2020 BOARD MEETING �� ����� �6 �99 SPECIFICATION:WC 61-20 1TEM:�SOLID WASTE AND RECYCLABLE DISPOSAL SERVICES DATE: NOVEMBER 17,2020 TIME:3:00 P.M. PLACE: HUMAN SERVICES BUILDING BID REQUEST/SPECIFICATIONS SECTION 1. REQUEST FOR BIDS FOR SOLID WASTE AND/OR RECYCLABLE DISPOSAL:, Warren County,for itself and as lead agent for various municipalities within Warren County,is requesting bids for the disposal of municipal solid waste and recyclables,over which the County and municipalities have control, at a New York State licensed facility being operated in accordance with all applicable federal,state and local environmental, hard use or other laws, rules, regulations and permit conditions. The disposal services are requested for a term commencing on January 1,2021 and terminating December 31,2021 with the potential for 2 annual renewals through December 31,2023. Please note that this bid does not request hauling services. This will be requested via a separate bid. Please note.No containers will be required by the vendors under these specifications. Provision of containers,if required,may be negotiated as part of the hauling bid/contracts. SECTION 2. NATURE AND QUANTITY OF MUNICIPAL SOLID WASTE AND RECYCLABLES: A. Generally Municipal solid waste and recyclables are generated from residential and commercial/institutional uses located in the County. The County and municipalities therein generally control solid waste and recyclables that are 1) generated from municipal operations;and 2)deposited at local municipal collection sites known or identified as transfer facilities.There are a number of private contract haulers servicing the various residents and municipal properties in Warren County,so the County and municipalities do not collect or have control of all of the solid waste and recyclables within the County. B. Controlled Municipal Solid Waste Estimates (Based on 2018 or 2019 quantities to the best of our knowledge. Lake Luzerne and Thurman estimates are unchanged due to lack of data): Collection Site Processible C&D Total Tons County of Warren 70.3 109.37 179.67 Town of Bolton 499.18 496.9 "996.08 Town of Chester 467.86 419.66 887.52 Town of Hague 138.26 104.56 242.82 Town of Horicon 252.35 307.59 559.94 Town of Johnsburg 905 340 1245 Town of Lake George 615.7 53.4 669.10 Village of Lake George 137.82 0 137.82 Town of Lake Luzerne 1030 243.08 1273.08 Town of Queensbury- 1138.05 0 1138.05 Luzerne Rd. Town of Queensbury- -727.62 0 727.62 Ridge Rd. Town of Stony Creek 139 77 216 Town of Thurman 83.14 64.21 147.35 Town of Warrensburg 937.8 243.8 1181.6 Total 7142.08 2459.57 9601.65 3 SPECIFICATION: WC 61-20 ITEM: SOLID WASTE AND'RECYCLABLE DISPOSAL SERVICES DATE: NOVEMBER 17,2020 TIME:3:00.P.M. PLACE:HUMAN SERVICES BUILDING BID REQUEST/SPECIFICATIONS ATTACHMENT "A" RECXCLABLES Municipality Newspaper magazines Cardboard Glass Plastics Bolton 14.98 10.99 44.91 105 19.91 Chester 25.38 12.4 70 16.29 Hague 12.46 tons of single stream 11.55 Icoyclables Horicon 19.33 19.9 66 6.89 Johnsburg 37.89 39.24 9 11.27 Lake George 49.22 w 92.69 75 9.41 Lake Luzerne* 40.3 49.54 25.29 Queensbuty- 29.72 51.79. 39.54 30 21.16 Ridge Rd.2" Queensbur - 45.67 39.93 50.57 30 '53.8 Luzerne Rd.** Stony Creek 16.25 6.16 11.4 8 Thurman* 1.5 12.04 Warrensburg 9.89 11.75 48.32 18 20.7 *Used estimates from previous bid as no current data is available **Used estimates from previous bid as new data did not provide breakdown by-site. Total 2018 tonnage was very close to previous bid's estimates. Tires are not listed as there is no current data on disposal. All numbers above represent total annual tonnage. 15 SPECIFICATION: WC 61-20 ITEM: SOLID WASTE AND RECYCLABLE DISPOSAL SERVICES DATE:NOVEMBER 17,2020 TIME:3:00 P.M. PLACE:HUMAN SERVICES BUILDING BID REQUEST/SPECIFICATIONS PROPOSAL OF: Wheelabrator Hudson Falls L.L.C. Company Name TO: Julie A.Butler, Purchasing Agent Warren County Human Services Building Td Floor 1340 State Route 9 Lake George,NY 12845 The undersigned having carefully examined the bid specifications covering the service of solid waste and/or recyclable disposal,will provide all necessary facilities,machinery,tools,apparatus,labor and other means of service and do all the work and provide said services. (You may bid for either solid waste disposal or recyclables. lfyou bid forsolid waste,you must bid the alternate bid as ►yell.) PRICE PER TON FOR DISPOSAL OF PROCESSIBLE WASTE (Fixed through December 31,2021) 3 • SO lTON Year 2 (1/1/22 - 12131/22): l'{ So /TON Year 3 (111/23 - 12131/23): j �� S� rroN PRICE PER TON FOR DISPOSAL OF NON-PROCESSIBLE WASTE: (Fixed through December 31,202b NIA /TON Year 2(1/l/22- 12/31/22): NIA /TON Year 3 (1/l/23 - 12/31/23): N/A /TON PRICE PER TON FOR DISPOSAL OF C&D WASTE: NIA /TON (Fixed through December 31,2021) Year 2(111/22- 12/31/22): N/A /TON Year 3 (1/1/23 - 12/31/23): NIA /TON 9 SPECIFICATION:WC 61-20 ITEM: SOLID WASTE AND RECYCLABLE DISPOSAL SERVICES DATE:NOVEMBER 17,2020 TIME:3:00 P.M. PLACE:HUMAN SERVICES BUILDING BID REQUEST/SPECIFICATIONS PRICE PER EACH FOR DISPOSAL OF TIRES: (Fixed through December 31, 2021) NIA /EACH AUTO N/A /EACH TRUCK Year 2 (1/l/22- 12/31/22): NIA /EACH AUTO NIA /EACH TRUCK Year 3 (1/1/23 - 12/31/23): NIA. (EACH AUTO NIA /EACH TRUCK If Bidder does not bid per each tire,please provide a price per ton below: Year 1 (1/1/21 - 12/31/21): J d /TON Year 2(1/1/22- 12/31/22): 1 7" /TON Year 3 (1/1/23 - 12/31/23): /TON PRICE/PAYMENT FOR RECYCLABLES: Please attach schedule of fees or rebates for the specific categories of recyclables set forth in Section 2C of these specifications. If acceptance of any category is at no cost,please identify such by using e BIDDER'S FACILITIES ACCEPTING WASTE/RECYCLABLES: Name of Facility &Address _Tync(s) of Waste/Recyclables Accepted Wheelabrator Hudson Falls, L.L.C. Municipal Solid Waste; Tires 93 River Street Hudson Falls, NY 12839 10 SPECIFICATION:WC 61-20 ITEM: SOLID WASTE AND RECYCLABLE DISPOSAL SERVICES DATE:NOVEMBER 17,2020 TIME:3:00 P.M. PLACE:HUMAN SERVICES BUILDING BID REQUEST/SPECIFICATIONS PROPOSAL OF: Waste Management of New York, LLC Company Name TO: Julie A.Butler, Purchasing Agent Warren County Human Services Building 3`d Floor 1340 State Route 9 Lake George,NY f2845 The undersigned having carefully examined the bid specifications covering the service of solid waste and/or recyclable disposal,will provide all necessary facilities,machinery,tools,apparatus,labor and other means of service and do all the work and provide said services. (You may bidfor eithersolid waste disposal or recyclables. Ifyou bidfor solid waste,you must bid the alternate bid as well.) PRICE PER TON FOR DISPOSAL OF PROCESSIBLE WASTE: (Fixed through December 31,2021) $54.00 NON Year 2 (1/l/22- 12/31/22): $55.50 /TON Year 3 (1/l/23 -'12/3 1/23)': $57.00 /TON• PRICE PER TON FOR DISPOSAL OF NON-PROCESSIBLE WASTE: (Fixed through December 31,2021) $54.00 /TON Year 2 (1/l/22-12/31/22): $55.50 /TON Year 3 (1/l/23 - 12/31/23): $57.00 /TON PRICE PER TON FOR DISPOSAL OF C&D WASTE: (Fixed through December 31,2021) $60.00 /TON Year 2 (1/1/22- 12/31/22): $62.00 /TON Year,3 (1/l/23 - 12/31/23): $64.00 /TON 9 SPECIFICATION:WC 61-20 ITEM: SOLID WASTE AND BBCYCLABLE DISPOSAL SERVICES DATE: NOVEMBER 17,2026 TIME:3:00 P.M. PLACE:HUMAN SERVICI!.S BUILDING BID REQUEST/SPECXFZCA-TZONS PRICE PER EACH FOR DISPOSAL OF TIRES: (Fixed through December 31, 2021) $15.00 /EACH AUTO $20.00 /EACH TRUCK Year 2 (1/1/22- 12/31/22): _ $16.00 /EACH AUTO $21.00 /EACH TRUCK Year 3 (1/1/23 - 12/31/23): $17.00' /EA.CHAUTO $22.00 /EACH TRUCK If Bidder does not bid per each tire,please provide a price per ton below: Year 1 (1/1121 -.12/31/21): N/A /TON Year 2(1/1/22- 12/31/22): NIA /TON• Year 3 (1/1/23- 12/31/23): NIA /TON: PRICE/PAYMENT FOR RECYCLABLES: Please attach schedule of fees or rebates for the specific categories ofrecyclables set forth in Section 2C of these specifications. If acceptance of any category is at no cost,please identify such by using a(coil No Bid BIDDER'S FACILITIES ACCEPTING WASTE/RECYCLABLIS: Name of Facility &Address TvneLl of Waste/Recyclables Accented WM Green Ridge•RDF Municipal Solid Waste(MSW) 424 Peters Road, Gansevoort, NY 12831 Construction&Demolition Debds:(C&D) Industrial&Special Waste :10 SPEC.IFICATION: WC 6.1-20 ITEM: SOLID WASTE AND RECYCLABLE DISPOSAL SERVICES DATE: NOVEMBER I7,2020 TIME:3:00 P.M. PLACE:HUMAN SERVICES BUILDING BID REQUEST/SPECIFICATIONS PROPOSAL OF: 000 WOE 'RQC L jC-1)nQSey'V1 Ce = . Company Name TO: Julie A.Butler, Purchasing Agent Warren.County Human Services Building 3`d Floor 1340 State Route 9 Lake George,NY 12845 The undersigned having carefully examined the bid specifications covering the service of solid waste and/or recyclable disposal, will provide all necessary facilities,machinery, tools,apparatus,labor and other means of service and do all the work and provide said services. (You may bidfor either solid waste disposal or recyclables. Ifyou bidfor solid waste,you must bid the alternate bid'as we14) PRICE PER TON FOR DISPOSAL OF PROCESSIBLE WASTE: o0 (Fixed through December 31,2021) -7 /TON Year 2 (1/l/22- 12/31/22): -7-7. a 5 (TON Year (1/l/23 - 12/3 1123): -7q • S /TON PRICE PER TON FOR DISPOSAL OF NON-PROCESSIBLE WASTE : 00 /TON (Fixed through December 31,2021) Year 2(111/22- 12/31/22): -7'7- a .5 /TON Year 3 (111/23 - 12/31/23): `]q . S /TON PRICE PER TON FOR DISPOSAL OF C&D WASTE. --7 S ''o /TON (Fixed through December 31,2021) Year 2(1/1/22- 12/31/22): --1-7 , a5 /TON Year 3 (1/l/23 - 12/31/23), `79 •Sr] /TON 9 SPECIFICATION:WC 61-20 ITEM: SOLID WASTE AND RECYCLABLE DISPOSAL SERVICES DATE:NOVEMBER 17,2020 TIME:3:00 P.M. PLACE:HUMAN SERVICES BUILDING BID REOUESTISPECIFICATIONS PRICE PER EACH FOR DISPOSAL OF TIRES: o0 (Fixed through December 31,2021) /EACH AUTO 15 /EACH TRUCK Year 2(1/1122- 12/31/22): • Jr /EACH AUTO 00 /EACH TRUCK oL Year 3 (1/l/23- 12/31/23): /EACHAUTO s /EACH TRUCK If Bidder does not bid per each tire,please provide a price per ton below: Year 1 (1/l/21 - 12/31/21): �JaS. /TON Year 2(1/1/22- 12/31/22): Ll •? S /TON Year (1/1/23 - 12/31/23): �Jyy � /TON PRICE/PAYMENT FOR RECYCLABLES: Please attach schedule of fees or rebates for the specific categories ofrccyclables setforthin Section 2C of these specifications. If acceptance of any category is at no cost,please identify such by using a BIDDER'S FACILITIES ACCEPTING WASTE/RECYCLABLES: Name of FReility &Address Type(s) of Waste/Recvclabies Accepted 4u CaA`nq ?Soce SSUe. 1 V9 13 n .l? V-1 9 �l�r, 1�ry�e ssi1�IL Korb- inn, ----ram _ f�(1aq azi ne 15 1 Corr;qa�e tl ea vd�o`r�, G Io ss '?10 A CS 10 Bid No WC78-19 Date 17-Nov-20 Recycling Disposal Charges ACE CARTING 10913 NT-149 Fort Ann, NY 12827 Price Per Ton Rebate Newspaper $95/Ton $0 Magazines $95/ton $0 Corrugated Cardboard $95/ton $0 Glass $95/ton $0 Plastic $95/ton $0 SPECIFICATION:WC 61-20 ITEM: SOLID WASTE AND RECYCLABLE DISPOSAL SERVICES DATE:NOVEMBER 17,2020 TIME:3:00 P.M. PLACE:HUMAN SERVICES BUILDING BID REQUEST/SPECIFICATIONS PROPOSAL OF: Casella Waste Management of New York, Inc. TO: Julie A.Butler, Purchasing Agent Company Name Warren County Human Services Building ) Floor 1340 State Route 9 Lake George,NY 12845 The undersigned having carefully examined the bid specifications covering the service of solid waste and/or recyclable disposal, will provide all necessary facilities,machinery,tools,apparatus, Iabor and other means of service and do all the work and provide said services.. (Yost nzay bid for either solid ivaste disposal or recyclables. Ifyou bid forsolid waste,you must bid i/ie alternate bid as well.) PRICE PER TON FOR DISPOSAL OF PROCESSIBLE WASTE: (Fixed through December 31,2021) $83.00 /TON Year 2(1/1/22- 12/31/22): $87.00 /TON Year 3 (l/i/23 - 12/31/23): $90.00 /TON PRICE PER TON FOR DISPOSAL OF NON-PROCESSIBLE WASTE: $100.00 (Fixed through December 31,2021) /TON Year 2(1/l/22- 12/31/22): $104.00 /TON Year 3 (1/1/23 - 12/31/23): $108.00 /TON PRICE PER TON FOR DISPOSAL OF C&D WASTE: (Fixed through December 31,2021) $89.00 /TON Year 2(1/l/22- 12/31/22): $92.00 /TON Year 3 (1/1/23 - 12/31/23): $95.00 /TON 9 SPECIFICATION:WC 61-20 ITEM: SOLID WASTE AND RECYCLABLE DISPOSAL SERVICES DATE:NOVEMBER 17,2020 TIME:3:00 P.M. PLACE:HUMAN SERVICES BUILDING BID REQUEST/SPECIFICATIONS, PRICE PER EACH FOR DISPOSAL OF TIRES: (Fixed through December 31,2021) $15.00 /EACH AUTO $15.00 /EACH TRUCK Year 2 (1/l/22- 12/31/22): $16.00 /EACH AUTO $16.00 /EACH TRUCK Year 3 (1/l/23 - 12/31/23): $17.00 /EACH AUTO $17.00 /EACH TRUCK If Bidder does not bid per each tire,please provide a price per ton below: Year 1 (1/1/21 - 12/31/21): n/a /TON Year 2(1/l/22- 12/31/22): n/a /TON Year 3 (1/1/23 - 12/31/23): n/a /TON PRICE/PAYMENT FOR RECYCLABLES: Please attach schedule of fees or rebates for the specific categories ofrecyclables set forth in Section 2C of these specifications. If acceptance of any category is at no cost,please identify such by using a"0". Year 1 (1/1/21- 12/31/21): ACR- $155/ton *See Attachment A for explanation of formula BIDDER'S FACILITIES ACCEPTING WASTE/RECYCLABLES: Name of Facility&Address. Tyj)e�sl of Waste/Recyclables Accented. Casella Waste Management of New York, Inc. Municipal Solid Waste, Construction Hiram Hollow Transfer Station & Demolition Debris, Recyclable Material, 100 Washburn Rd, Bulky_Waste Items _ Gansevoort, NY _._....._. __-. -- .---__-.— 10 .................................................................................................................................... ATTACHMENT A Zero-sort Recycling Formula: Residential ACR-Threshold=Rebate (Charge) Average Commodity Revenue"(ACR)"-means the current market value for each recyclable commodity(including residue tons) multiplied by the product mix percentage of each recyclable commodity ton from the facility for the residential line of business over the same month,less any direct costs of Processor related to transportation,capital improvements,storage,or marketing of product. Rebate(Charge)-means the percentage of value paid to the Generator when the ACR is greater than the Threshold.When the Rebate is negative,each dollar below the ACR will be charged to the Generator. Rebate Split=50% to Generator when ACR is above Threshold Threshold-means the base rate required to process recyclable material (including increases in labor expenses)and to cover capital investments.Annual 4%price increase to the threshold on each anniversary date of contract. Euarnple (current) Pricing Scenario: '�Totla ri s�[Vlar"ef�ikRif, -ACR=$26.51/ton Threshold=$155/ton Pricing Formula$26.51-$155=$128.49/ton Rebate/Charge:50%over Threshold(to Generator)and dollar for dollar below the Threshold(to Processor) Net Charge to Generator is$128.49/ton ($128.49 x 100%) .................................................................................................................................... RECYCLING ° SOLUTIONS ° ORGANICS ° COLLECTION ENERGY LANDFILLS casellaxom Perkins .recycling Corp. 299 Lower Warren Queensbury, NY 12804 Phone: 518-798-4041 January 1, 2021 —December 31,2021. BID FOR RECYCABLES MUNICIPALITY NEWS MAGAZINES CARDBOARD Bolton -125.00 125.00 -125.00 Chester 125.00 -125.00 125.00 Hague 125.00 125.00 -125.00 Horicon -125.00 -125.00 -125.00 Johnsburg -125.00 125.00 -125.00 Lake George -125.00 125.00 -125.00 Queensbury 125.00 125.00 -125.00 Ridge Road Queensbuty -125.00 125.00 -125.00 Luzurne Road Stony Creek -125.00 -125.00 -125.00 i Warrensburg -125.00 -125.00 -125.00 Lake Luzurne -125.00 -125.00 -125.00 *PRICES ARE PER TON EDULE "AA➢99 TABLE OF CONTENTS DISPOSAL AGREEMENTS Wheelabrator Hudson Falls, LLC Agreement Waste Management of New York, LLC Agreement County Waste & Recycling Services, Inc. Agreement Casella Waste Management of New York, Inc. Agreement Perkins Recycling Corp. Agreement