PROPOSAL CAR, TRUCK, AND HEAVY EQUIPMENT TIRES

Similar documents
PROPOSAL LIQUID CALCIUM CHLORIDE

PROPOSAL GUIDE RAIL VEGETATION CONTROL

PROPOSAL GRANULAR FILL (BANK RUN GRAVEL)

PROPOSAL LIQUID MAGNESIUM CHLORIDE

LEGAL NOTICE REQUEST FOR QUALIFICATIONS. Broome County Multi-Jurisdictional All-Hazard Mitigation Plan Update

PROPOSAL BITUMINOUS ASPHALT CONCRETE NON-CAPITAL PROJECTS PAVING

Traffic Control Signal Design & Engineering Services

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

EXHIBIT B. Insurance Requirements for Environmental Contractors and/or Consultants

WESTON SCHOOL DISTRICT BOILER CLEANING. MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

COUNTY OF OSWEGO PURCHASING DEPARTMENT

Police Department Dispatch Architectural Services

Contractor s Insurance Requirements

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

Specifications for the Application Of Silane Penetrating Sealer to Various Bridge Decks in Otsego County

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

EXHIBIT B. Insurance Requirements for Construction Contracts

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office

INDEMNIFICATION AND INSURANCE AGREEMENT BY AND BETWEEN CITY OF XX AND RENEWABLE FUNDING, LLC

PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS

EXHIBIT G. Insurance Requirements. [with CCIP]

EXHIBIT C - Contract for Residential Fire Sprinkler Demonstration Trailer

WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter

This form must be signed twice (one time on each signature line below) and submitted with the bid in order for the bid to be considered.

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

OGC-S Owner-Contractor Construction Agreement

Performance CONTRACTORS, INC. HAULING TERMS AND CONDITIONS

PLEASE READ ALL SPECIFICATIONS AND REQUIREMENTS OF THIS BID CAREFULLY AS CHANGES, ADDITIONS OR DELETIONS TO THIS BID MAY HAVE BEEN MADE.

BOARD OF EDUCATION DEPEW UNION FREE SCHOOL DISTRICT COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS

SUBCONTRACT CONSTRUCTION AGREEMENT

The Nuts and Bolts of Contract Risk. Marilyn Rivers, CPCU ARM AIC Director Risk and Safety City of Saratoga Springs, NY

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

Request for Proposals. The Town of Ogden is accepting Proposals for the following:

OUTAGAMIE COUNTY ASPHALTIC CONCRETE MATERIALS

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

APPENDIX A. Main Extension Agreement (MEA)

TRENTON AGRI PRODUCTS LLC INSURANCE & INDEMNIFICATION TERMS & CONDITIONS

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

ARTICLE V Indemnification; Insurance

REQUEST FOR PROPOSALS FOR THE REPLACEMENT OF TRUCK SCALE. for the DUTCHESS COUNTY RESOURCE RECOVERY AGENCY POUGHKEEPSIE, NEW YORK

CITY OF NIAGARA FALLS, NEW YORK

APPENDIX G WATER DISTRICT MAIN EXTENSION AGREEMENT

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT

Drexel University Independent Contractor Service Provider Agreement. Name: [ ] Limited Liability Company [ ] Professional Corporation

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE

Request for Proposal Automobile Driver Education Services RFP #

Master Service Agreement (Updated 9/15/2015)

City of New Rochelle New York

(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid.

#REVISED MEMORANDUM OF UNDERSTANDING BETWEEN FULTON COUNTY, GEORGIA AND THE ATLANTA HAWKS FOUNDATION, INC

Sample. Sub-Contractor Insurance & Indemnification Agreement

Employee Health Benefits Consulting Services

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

W I T N E S S E T H:

RFP GENERAL TERMS AND CONDITIONS

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY Request for Bids (RFB)

The schedule of events associated with this Request for Proposals (RFP) is as follows: RFP release date: July 01, 2016

Bernards (Project Name) CCIP Insurance Manual

PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT

ITHACA COLLEGE EQUIPMENT LEASE MASTER AGREEMENT. 1. TERM: This Agreement is effective from (insert dates for a three year period).

Subcontract Agreement

Request for Quote RFQ# Date: 02/01/2017

REQUEST FOR QUOTATION

SECTION IV CONTRACT BID NUMBER

APPENDIX A STANDARD CLAUSES FOR SCHUYLER COUNTY CONTRACTS PLEASE RETAIN THIS DOCUMENT FOR FUTURE REFERENCE.

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

REQUEST FOR PROPOSAL FOR GENERAL REASSESSMENT SERVICES

REQUEST FOR PROPOSALS FOR RISK MANAGEMENT INSURANCE CONSULTANT/BROKER SERVICES

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

West Ridge Park Ballfield Light Pole Structural Assessment

TERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS

PROCUREMENT DEPARTMENT 4 WORLD TRADE CENTER 150 GREENWICH STREET, 21 ST FL. NEW YORK, NY ADDENDUM # 1

Standard Subcontract

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

REQUEST FOR QUALIFICATIONS

CITY OF NIAGARA FALLS, NEW YORK

5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED.

Request for Bid/Proposal

REQUIRED AT PROPOSAL STAGE:

7/14/16. Hendry County Purchase Order Terms and Conditions

TERREBONNE PARISH CONSOLIDATED GOVERNMENT MINIMUM INSURANCE REQUIREMENTS PROFESSIONAL SERVICES (ARCHITECTS, ENGINEERS, CONSULTANTS, ETC.

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

Snow Removal Services

EMERGENCY VEHICLE UPFIT BID #17/ CITY OF SPARKS, NEVADA

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC

SUBCONTRACT (SHORT FORM)

Notice to Bidders. No faxed or ed bids will be accepted. Bids received after the closing time will not be accepted.

Transcription:

Gary Hammond, P.E. Commissioner of Public Works Tioga County Department of Public Works 477 Route 96 Owego, New York 13827 (607) 687-0302 Fax (607) 687-4453 Richard Perkins, P.E. Deputy Commissioner of Public Works PROPOSAL CAR, TRUCK, AND HEAVY EQUIPMENT TIRES The Tioga County Commissioner of Public Works will receive sealed proposals at the Tioga County Public Works Department, 477 Route 96, Owego, New York, until l1:00 A.M. Wednesday, January 24, 2018. All bids shall be submitted in accordance with the attached instruction sheets. All bids shall be made on the attached proposal sheets. Exceptions may be rejected. All bids shall be submitted in a sealed envelope marked: TIRE BID DO NOT OPEN UNTIL 1-24-18 AT 11:00 AM All bidders shall submit signed copies of the required NON-COLLUSION CERTIFICATES with their bid proposals. Failure to do so may constitute grounds for rejection. The County Commissioner of Public Works or his agents reserves the right to reject any or all proposals. Tioga County reserves the right to reject or accept all or any part of any bid solely as it deems in the best interest of Tioga County. The successful bid contract may be extended for a period of one (1) year if it is mutually agreeable to both the Commissioner and the low bid contractor. Any Town, Village, or School District in Tioga County may participate in the bid. The award of this contract shall be based on the lowest responsible bid. Bidders must bid on all components of each section and all items bid must be from a single manufacturer to be eligible for award. An award will be based on all products meeting Tioga County s specifications as outlined in the bid document. A no bid on any item within a group may disqualify the bidder from the group award. Considerations will be made to availability of material, delivery, and past history as well as the current standing of the supplier within the industry. There shall be no assignment of this contract to any other party by the successful bidder without County authorization. Tioga County Department of Public Works Page 1 of 12

CONTRACT TERM: The term of this contract will extend through January 22, 2019. Delivery must be made within 24 hours of the order. DETAILED SPECIFICATIONS: Each bidder is to furnish cuts, diagrams, or drawings and specifications prepared by the manufacturer for each type of tire being bid. Please indicate on the above the actual tire being bid. The prices bid shall be effective through January 22, 2019. All tire prices are to be NET delivered prices at bidder s place of business. All truck tires shall be at least a 100 level tire manufactured by a major tire company. All truck and heavy equipment tires shall consist of a nylon cord construction. All tires shall be blackwall. Bidders must be capable of changing all tires on rims as listed. No tires manufactured as seconds will be accepted at time of purchase. All tires shall be free of blemishes, cuts, plugs, and patches. Patches used inside tires to balance them will not be accepted. HIGH PERFORMANCE TIRES CERTIFIED TO 120 MPH. All automobile tires are to be a minimum 60,000 mile tires. All traction tread tires are to be non-directional, deep open design with sharp edge cleats. The successful bidder, at its own cost and expense, agrees to the insurance, indemnification, and general terms and conditions set forth as attached hereto entitled Tioga County, New York General Contract and Insurance Specifications, which are to be incorporated herein by reference as if fully set forth. CANCELLATION: Tioga County reserves the right to cancel the contract for unsatisfactory workmanship or unsatisfactory service at any point in the contract year, upon issuance of ten (10) days written notice to that effect. AWARD: No formal bid award shall be made. The Municipality will determine at the time of need the most economical purchase based on the following: 1. The bid price of the tire(s). 2. The municipality s cost to pick up the tire(s), is calculated at $0.27/mile/tire between location of vehicle(s) and supplier s place of business (* based on New York State Dept. of Transportation rental rate and operator wages). 3. The bidder s per mile per tire cost to deliver the tires to the municipality. Tioga County Department of Public Works Page 2 of 12 OR

4. The size and number of tires being purchased as a group. 5. The successful bid contract may be extended for a period of one (1) year if it is mutually agreeable to both the Commissioner and the low bid contractor. GUARANTEE: Tires shall be guaranteed under the terms of the manufacturer s standard published guarantee. Adjustments will be based on the contract price. TIRE BID PRICES: A. AUTOMOBILE TIRES SIZE PLY TYPE Manufactures Description $ Price / Each P195/60R-15 4 Tubeless, steel belted P195/65R-15 4 Tubeless, steel belted P205/65/15 4 Tubeless, steel belted P215/60R-16 4 Tubeless, steel belted P215/65/17 4 Tubeless, steel belted P225/60/16 4 Tubeless, steel belted P225/65/16 4 Tubeless, steel belted P225/65/17 4 Tubeless, steel belted All weather Tioga County Department of Public Works Page 3 of 12

P225/75/15 4 Tubeless, steel belted P225/75/16 4 Tubeless, steel belted P245/60/18 4 Tubeless, steel belted All weather H Rated High Speed Tires 225/60R 16 4 Tubeless, steel belted 1. Summer 235/55R 17 4 Tubeless, steel belted All weather 235/55R 17 4 Tubeless, steel belted 245/55R 18 4 Tubeless, steel belted All weather SIZE PLY TYPE Manufactures Description $ Price / Each 245/55R 18 4 Tubeless, steel belted V Rated High Speed Tires 225/60R-18 4 Tubeless, steel belted All weather 225/60R-18 4 Tubeless, steel belted B. TRUCK TIRES SIZE PLY TYPE Manufactures Description $ Price / Each LT215/85/16 LT225/70R-16 Traction Mud / LT225/70R-19.5 Traction Mud / Tioga County Department of Public Works Page 4 of 12

LT225/75R-16 8 10 Tubeless, steel belted LT235/75R-16 8 Tubeless, steel belted LT235/85R-16 10 Tubeless, steel belted LT235/80R-17 10 Tubeless, steel belted LT245/70R-17 Tubeless Mud / LT245/70R-19.5 Tubeless - Rib LT245/70R-19.5 Tubeless Mud / LT245/75/16 10 Tubeless, steel belted LT255/70/16 10 Tubeless, steel belted LT255/75/16 10 Tubeless, steel belted LT265/70R-17 10 Tubeless, steel belted LT245/75R-17 10 Tubeless, steel belted LT275/55R-20 10 Tubeless, steel belted SIZE PLY TYPE Manufactures Description $ Price / Each 8.25 X R20 ** 12 Tube Traction 9.00 X 22.5R 12 Tubeless - Rib 9.00 X 22.5R 12 Tubeless - Traction 10.00 R20 ** 12 Tube Rib 10.00 R20 ** 12 Tube Traction 11.00 R22.5 14 Tube Rib 11.00 R22.5 14 Tube Traction 11.00 R24.5 12 Tubeless - Rib Tioga County Department of Public Works Page 5 of 12

11.00 R24.5 16 Tubeless - Traction 295/75-22.5 385/65 R22.5 ** 18 Tubeless - Rib 425/65 R22.5 18 Tubeless - Rib ** STEEL BELTED C. HEAVY EQUIPMENT TIRES SIZE PLY TYPE Manufactures Description $ Price / Each 9R 22.5 10.00 X 16.5 8 Tubeless - Traction 11L-15 SL 12.5/80-18 A6 14.00-24TG 14.5 LT Traction 14.9-28 Bar 16.9-24 10 Tube Lug 17.5R25 12 Tubeless Lug 18.4-38 Bar 19.5L-24 12 20.5R25 A Tubeless Lug 23.5R25 16 Tubeless Lug 385/65R 22.5 Pneumatic tire Price per Mounting Automobile Tires: At Bidder s Place of Business At Tioga County Garage, Catatonk, N.Y. Price per Mounting Truck Tires: At Bidder s Place of Business At Tioga County Garage, Catatonk, N.Y. Price per Mounting Heavy Equipment Tires: Tioga County Department of Public Works Page 6 of 12

At Bidder s Place of Business At Tioga County Garage, Catatonk, N.Y. Bidder s Delivery Price $ /mile/tire *** *** This bid is for a single tire delivered, if more than one (1) tire is delivered at time of order this number shall be divided by the number of tires being delivered (for example, if Bidder s delivery price is $.50/mile/tire and 5 tires are ordered for delivery, the cost per tire is $.10/mile/tire). Delivery must be made within 24 hours of the order. Tioga County Department of Public Works Page 7 of 12

The undersigned proposes and offers to furnish, to Tioga County, Car, Truck, and Heavy Equipment Tires which complies with the Specifications for which are attached. This proposal and offer is fully guaranteed to fulfill, in all respects, the minimum specifications as prepared by Tioga County. It is hereby certified that, in accordance with Section 103-D of the General Municipal Law, THERE HAS BEEN NO COLLUSION IN THIS BIDDING. Name of Company: Address of Company: Telephone Number: Name of Officer: Signature: Date: Municipalities should not use the county bid for any items involving labor. THE REQUIRED NON-COLLUSION FORM MUST ACCOMPANY BID. Gary Hammond, P.E. Commissioner Tioga County Public Works Tioga County Department of Public Works Page 8 of 12

TO ALL BIDDERS In accordance with the New York State General Municipal Law the following Non-Collusion form must accompany each proposal. NON-COLLUSIVE BIDDING CERTIFICATE By submission of this bid or proposal, the bidder certifies that: (A) this bid or proposal has been independently arrived at without collusion with any other bidder or with any competitor or potential competitor; (B) or proposal has not been knowingly disclosed and will not be knowingly disclosed prior to the opening of bids or proposals for this project, to any other bidder, competitor or potential competitor; (C) no attempt has been or will be made to induce any other person, partnership or corporation to submit or not to submit a bid or proposal; (D) 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 penalty of perjury, affirms the truth thereof, such penalties being applicable to the bidder as well as to the person signing in its behalf; (E) 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 in behalf of the corporate bidder. (Authorized Representative) (Signature) Tioga County Department of Public Works Page 9 of 12

TIOGA COUNTY, NEW YORK General Contract and Insurance Specifications Project Description or Contract Number: Tires 2018 Date Issued: Wednesday, January 03, 2018 7:54 AM Vendor name ( Contractor ): County Department: Public Works Please read these specifications very carefully. These specifications are part of your contract with Tioga County. It is advisable that you forward a copy of these specifications to your insurance agent. Tioga County s waiver of any requirement(s) set forth herein shall not constitute a waiver of any other contract provision. Part I. General Provisions 1. The Contractor shall procure and maintain during the term of this contract, at the Contractor s expense, the insurance policies listed in Part II with limits equal to or greater than the enumerated limits. 2. Every required policy, including any required endorsements and any umbrella / excess policy, shall be primary insurance. Insurance carried by Tioga County, its officers, or its employees, if any, shall be excess and not contributory insurance to that provided by the Contractor. 3. Every required coverage type shall be on an occurrence basis unless otherwise specified or allowed. 4. The Contractor may utilize a combination of primary and umbrella/excess liability coverage to achieve the limits required hereunder; such coverage must be at least as broad as the primary coverage. 5. Proof of insurance coverage shall be provided on an ACORD 25 form or acceptable equivalent. All insurance certificates must be approved by the County Department of Law or its designee. 6. The amount of self-insured retention or deductibles must be disclosed on the certificates of insurance. The contractor shall be solely responsible for any self-insured retention or deductible losses under each of the required policies. 7. Tioga County reserves the right to request a certified copy of any policy and any endorsement thereto. 8. All insurance shall be provided by insurance carriers licensed & admitted to do business in the State of New York and must be rated A, XI or better by A.M. Best (Current Rate Guide). 9. If the Contractor fails to procure and maintain the required coverage(s) and minimum limits such failure shall constitute a material breach of contract, whereupon Tioga County may exercise any rights it has in law or equity, including but not limited to the following: (a) immediate termination of the contract; (b) withholding any / all payment(s) due under this contract or any other contract it has with the vendor (common law set-off); OR (c) procuring or renewing any required coverage(s) or any extended reporting period thereto and paying any premiums in connection therewith. All monies so paid by Tioga County shall be Tioga County Department of Public Works Page 10 of 12

repaid upon demand, or at the County s option, may be offset against any monies due to the Contractor. Part II. Required Insurance Minimum coverage types and amounts 1. Coverage Type General Liability per standard ISO form or equivalent with no modification of coverage for contractual liability All endorsed policy exclusions shall be disclosed by submittal of Minimum Limits General Aggregate $2,000,000 Products & Completed Operations Aggregate $2,000,000 Personal & Advertising Injury $1,000,000 Each Occurrence $1,000,000 Medical Expense $5,000 forms Tioga County shall be named Additional Insured, on a primary, non-contributory basis. The additional insured requirement shall be provided by ISO endorsement forms CG 20 10, CG 20 37 and CG 20 01 (or equivalent forms) and shall not contain any exclusion for bodily injury or property damage arising from completed operations. Submittal of the specified Additional Insured forms is required with the ACORD 25. Automobile Liability (Comprehensive Form) Must cover owned, non-owned, leased and hired vehicles. $1,000,000 Combined Single Limit Umbrella / Excess Liability (Following Form) To extend over CGL, Auto Workers Compensation and Employer s Liability If you have no employees (sole proprietor) a NYS Workers Compensation Board issued waiver of the Workers Compensation requirement is acceptable $1,000,000 Each Occurrence $1,000,000 Annual Aggregate Part 1 Statutory Part 2 (Unlimited in NYS) $100,000 Each Accident $500,000 Disease Policy Limit $100,000 Disease Each Employee (Proof of either Workers Compensation Insurance or a NYS Workers Compensation Board issued waiver of the Workers Compensation insurance requirement is mandated by state law. There are no exceptions to this law. 2. The certificate face shall: indicate coverages and minimum amounts required in part II.1 provide that the coverage(s) shall not be cancelled, terminated or materially changed (including an insurance limits reduction) unless prior written notice has been given to the Tioga County. 3. The Additional Insured & Certificate Holder should read: County Of Tioga Attn: Law Department 56 Main Street, Owego, NY 13827 Tioga County Department of Public Works Page 11 of 12

Part III Defense and Indemnification The following provisions concerning indemnification shall not be construed to indemnify the County for damages arising from bodily injury to persons or property contributed to, caused by or resulting from the sole negligence of the County or its employees. The Contractor agrees to indemnify and hold the County of Tioga and any officer, employee and/or agent thereof free and harmless from any and all losse(s), penalty(ies), damages, settlement(s), cost(s), charge(s), professional fee(s) or other expense(s) or liability(ies) of every kind arising from or relating to any and all claim(s), lien(s), demand(s), obligation(s), action(s), proceedings or causes of action of any kind in connection with, or arising directly or indirectly from the negligent error(s) and/or omission(s) and/or act(s) of the Contractor (including Contractor s employees, agents and/or subcontractors) in the performance of this agreement. Without limiting the generality of the preceding paragraphs, the following shall be included in the indemnity hereunder: any and all such claims, etc., relating to personal injury, death, damage to property, or any actual or alleged violation of any applicable statute (including specifically but not limited to New York State Labor Law 200; 202; 240 & 241), ordinance, administrative order, executive order, rule or regulation, or decree of any court of competent jurisdiction in connection with, or arising directly or indirectly from, errors and/or negligent acts by the Contractor, as aforesaid,. Part IV Safety Tioga County specifically reserves the right to suspend or terminate all work under this contract whenever Contractor and/or contractor s employees or subcontractors are proceeding in a manner that threatens the life, health or safety of any of contractor s employees, subcontractor s employees, county employees or member(s) of the general public on county property. This reservation of rights by Tioga County in no way obligates Tioga County to inspect the safety practices of the Contractor. If Tioga County exercises its rights pursuant to this part, the contractor shall be given three days to cure the defect, unless Tioga County, in its sole and absolute discretion, determines that the service cannot be suspended for three days due to Tioga County s legal obligation to continuously provide contractor s service to the public or Tioga County s immediate need for completion of the Contractor s work. In such case, Contractor shall immediately cure the defect. If the Contractor fails to cure the identified defect(s), Tioga County shall have the right to immediately terminate this contract. In the event that Tioga County terminates this contract, any payments for work completed by the Contractor shall be reduced by the costs incurred by Tioga County in re-bidding the work and /or by the increase in cost that results from using a difference vendor. Tioga County Department of Public Works Page 12 of 12