HomeMy WebLinkAboutPump Out Boat-Fishers Island
ELIZABETH A. NEVILLE
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
Richard Audette
Marine Boat Builders Company
253 Grandview Drive
PO Box 7826
Warwick, RI 02887
Dear Mr. Audette:
March 13, 2007
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (631) 765-6145
Telephone (631) 765-1800
sou tholdtown. northfor k. net
I have been advised by Mr. James McMahon and he has informed me that the we
have taken possession of the Pump Out Boat for Fishers Island. The bid deposit is being
returned to you. Thank you for your bid.
Ens.
Very truly yours,
Lynda M Bohn
Deputy Town Clerk
.
ELIZABETH A. NEVILLE
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
-,
.
Town Hall, 53095 Main Road
P.O. Box I179
Southold, New York I1971
Fax (631) 765-6145
Telephone (631) 765-1800
southoldtown.northfork.net
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
July 17, 2006
CERTIFIED MAIL
RETURN RECEIPT REQUESTED
Cliff Larsh
C & T Larsh & Sons, Inc
4775 S. Bluebird Terrace
Lecento, FL 34461
Dear Mr Larsh:
The Southold Town Board, at its regular meeting of July II, 2006
accepted the bid of Marine Boatbuilders for supplying a 19' boat for Fishers
Island. A certified copy of the resolution is enclosed. Thank you for submitting
your bid.
Ene.
Very truly yours,
d~M~
Lynda M. Bohn
Deputy Town Clerk
.
ELIZABETH A. NEVILLE
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
.
Town Hall, 53095 Main Road
P,O, Box 1179
Southold, New York 11971
Fax (631) 765-6145
Telephone (631) 765-1800
southoldtown, northfork.net
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
July 17, 2006
CERTIFIED MAIL
RETURN RECEIPT REQUESTED
Mr Darryl A. Smith
d/b/a Dalexco Enterprises
10 Cote Court
Coventry,RI 02816
Dear Mr Smith:
The Southold Town Board, at its regular meeting of July 11, 2006
accepted the bid of Marine Boatbuilders for supplying a 19' boat for Fishers
Island. A certified copy of the resolution is enclosed. Also, returned herewith is
the certified check you submitted with this year's bid. Thank you for submitting
your bid.
Ene.
J~~~
Lynda M. Bohn
Deputy Town Clerk
.
ELIZABETH A. NEVILLE
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
.
Town Hail, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (631) 765-6145
Telephone (631) 765-1800
southoldtown.northfork.net
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
CERTIFIED MAIL
RETURN RECEIPT REQUESTED
Richard Audette
Marine Boatbuilders Company
253 Grandview Drive
PO Box 7826
Warwick, RI 02887
Dear Mr Audette:
July 17, 2006
Congratulations. The Southold Town Board, at its regular meeting of July 1 I, 2006,
accepted the bid of Marine Boatbuilders Company for a 19' pump-out boat for Fishers Island. A
certified copy of the resolution is enclosed. Your current bid check will be returned to you at the
end of the contract.
Ene.
Very truly yours,
~Lf-IL rrtdL
Lynda M. Bohn
Deputy Town Clerk
Town of Southold - Lette.
. l~G.-
Bo Meeting of July 11, 2006
RESOLUTION 2006-579
ADOPTED
Item # 3
DOC ID: 1909 A
THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2006-579 WAS
ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON
JULY 11,2006:
RESOLVED that the Town Board of the Town of South old hereby accents the bid of
Marine Boatbuilders Cornnanv to sunnlv the town with a 19' Purnn-Out Boat for Fishers
Island in the amount of$55,508.00, all in accordance with the Town Attorney.
~~";tJ..
Elizabeth A. Neville
South old Town Clerk
RESULT: ADOPTED [UNANIMOUS)
MOVER: Albert Krupski Jr., Councilman
SECONDER: William P. Edwards, Councilman
AYES: Evans, Wickham, Ross, Edwards, Russell, Krupski Jr.
Generated July 12, 2006
Page 9
.
.
ELIZABETH A. NEVILLE
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
BID OPENING
PUMP-OUT BOATS
Bid Opening 6/110610:00 A.M.
23' Fibere:lass Boat
Tandem Boat Trailer
Marine Boatbuilders Co
253 Grand View Dr
POBox 7826
Warwick RI 02887
$79,000.00
$3,500.00
Darryl A. Smith
d/b/a Dalexco Enterprises
10 Cote Ct
Coventry RI 02816
$86,000.00
Included w/Boat price
C & T Larsh & Sons Inc
4775 S Bluebird Ter.
Lecanto FL 34461
Note: No bid check or bond
$87,000.00
$3,800.00
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (631) 765-6145
Telephone (631) 765-1800
southoldtown.northfork.net
Fishers Island Bo~j
$55,508.00
$21,999.119 *
$65,700.00
$69,200.00
*Bidder called. He entered the incorrect amount for the Fishers Island boat. He supplied the correct amount' of
his bid and will be faxing a letter to explain the error.
~ ~
,
I .J_,.. ,
Invitation to Bid
Plrelllll & IIIIIIIV
.a
11' PI.,.IIT 1111
To Be
.
Delivered To
FISHERS ISLAND
Town of Southold
Fishers Island Yacht Club & Marina
P.O. Box 141, West Harbor
FISHERS ISLAND, New York 06390
Date: May 10,2006
SOUTHOLD TOWN
ENGINEERING DEPARTMENT
SOUTHOLD TOWN HALL, 53095 MAIN ROAD, SOUTHOLD
1"'
.
.
INVITATION TO BID
PRO.JECT: Purchase and Delivery of a Fully Equipped 19' Fiberglass Pump-Out
Boat as noted in these specifications.
The Town Board of the Town of Southold will receive bids for the supply and delivery of a
fully equipped 19' Fiberglas Pump-Out Boat. Pump-out Boat shall be delivered to the
Fishers Island Yacht Club & Marina and/or as specified in the bid documents and in
accordance with the Specifications contained herein.
Bids will be received at the office of the Southold Town Clerk, Southold Town Hall, 53095
Main Road, Southold, New York 11971, until
10:00 AM, 1st
Day
June
Month
2006.
Year
All specifications are provided herein:
This invitation to bid is not an offer and shall in no way bind the Town of Southold to
award a contract for performance of the project. Should the Town of Southold decide to
award a contract, it shall be awarded to the lowest responsible bidder.
The Town of Southold reserves the right to waive any informalities, and to reject any or all
bids, and to retain bids for 45 days from the date of receipt. The CONTRACTOR SHALL
NOT withdraw his bid during this period.
Bid Security in the form of a certified check or Bid Bond in the amount of One Hundred ($100)
Dollars will be required of each bidder.
Please advise if you intend to bid or not.
Dated: Mav 09,2006
BY ORDER OF THE SOUTHOLD TOWN BOARD
By: Elizabeth A. Neville
Southold Town Clerk
Supply & Delivery -19' Pump.Qut Boat
A - 1
.
.
INSTRUCTIONS TO BIDDERS
A. PROPOSALS
Proposals must be made in strict accordance with the "Proposal Form" provided. The bidders shall
write in ink, both in words & numerals, the price for which he proposed: to furnish, supply and deliver
all Equipment in strict accordance with these specifications, and subject at all times to the approval
of the Town of Southold.
Each proposal must be signed in writing with the full name and address of bidder.
Each proposal must include a "Lump Sum" Cost for the supply, fabrication and delivery of the Boat.
Proposals shall be addressed as indicated on Invitation for Bids and shall be delivered enclosed in
an opaque sealed envelope marked "Proposal" bearing title of work, and Bidders Name. No
proposal shall be considered which has not been received by the Southold Town Clerk prior to the
hour and date stated.
B. PROPOSAL GUARANTY
A proposal will not be accepted or considered unless accompanied by a guaranty in the form of a
bid bond or certified check in the amount of One Hundred ($100) Dollars, and made payable to the
Town of Southold.
As soon as the proposal prices have been compared, the Owner shall return the bidder's bond or
the certified checks accompanying such proposals as, in his judgment, would not likely be involved
in making the award. All other proposal quantities will be held until the contract and contract bond
have been executed after which they will be released or returned to the respective bidders whose
proposals they accompanied.
C. OMISSIONS AND DISCREPANCIES
Bidders should carefully examine the requirements of these specifications and fully inform
themselves of all conditions and matters which can in any way affect the work or the cost thereof.
Should a bidder find discrepancies in or omissions from the specifications, or other documents or
should he be in doubt as to their meaning, he should at once notify the Town of Southold who may
issue a written instruction to all bidders.
D. PUBLIC OPENING OF PROPOSALS
Proposals will be opened and read publicly at the time and place indicated in the Invitation for Bids.
Bidders, their authorized agents, and other interested parties are invited to be present.
Supply & Delivery -19' Pump-out Boat
B-1
.
.
E. AWARD OF CONTRACT
Award of contract will be made as soon as practical. A contract may be awarded to a responsible
bidder other than the lowest money bidder, if it is in the best interest of the Town. No bid may be
withdrawn after scheduled closing time for receipt of bids for a period of 45 days pending execution
of a contract by successful bidder. The competency and responsibility of the bidder and his sub-
contractors will be considered in making the award. The Town reserves the right to waive any
technical error, to accept any bid, or to reject any or all bids.
The Town may either award the project or reject all proposals received within forty-five (45) days
after the formal opening of proposals. The acceptance of a proposal will be a notice in writing
signed by the Town Clerk and no other act shall constitute the acceptance of a proposal. The
acceptance of a proposal shall bind the successful bidder to execute the contract as stipulated
herein.
F. WITHDRAWALS OF PROPOSALS
Any bidder upon his or her authorized representative's written request presented not later than the
hour set for the opening thereof, will be given permission to withdraw his proposal. At the time of
opening the proposals, when such proposals are reached, it will be retumed to him unread.
G. REJECTION OF PROPOSALS
The Town reserves the right to waive any technical error and to reject any and/or all proposals.
Without limiting the generality of the foregoing, any proposal which in incomplete, obscure, or
irregular may be rejected; any proposal accompanied by an insufficient or irregular certified check or
bidder's bond bay be rejected, any proposal having interlineations, erasure or corrections may be
rejected.
H. TIME FOR EXECUTION OF CONTRACT
Any bidder whose proposal shall be accepted will be required to appear before the Town in person;
or if a firm or corporation, a duly authorized representative shall so appear, and execute six (6)
copies of the Contract within ten (10) days after notice that the Contract has been awarded to him.
Failure to execute Contract shall constitute a breach of the agreement effected by the acceptance of
the Proposal.
I. TIME LIMIT TO COMMENCE AND COMPLETE WORK
The contractor shall commence work as stipulated by him in the proposal form. The Town of
South old will require a reasonable time frame for delivery of the Pump-Out Boat. The Bidder shall
indicate a delivery date on the proposal form.
J. METHOD OF PAYMENT
The Town of South old shall pay the invoice, In Full, within thirty (30) days after receipt of the Pump-
Out Boat and acceptance of the product by the Town of Southold.
Supply & Delivery. 19' Pump-out Boat
B-2
.
.
INDEX TO SPECIFICATIONS
Page T-1:
TITLE SHEET
Section "An
Page A-1:
INVITATION TO BID
Section "B"
Page B-1 through B-2:
INSTRUCTIONS TO BIDDERS
Section "C"
Page C-1:
INDEX TO SPECIFICATIONS
Section "0"
Page 0-1:
PROPOSAL FORM
(To be completed by each Biddet)
Section "E"
Page E-1:
STATEMENT OF NON-COLLUSION
(To be completed by each Bidder)
Section "F"
Page F-1 through F-2:
NON-DESCRIMINATION CLAUSE
Section "G"
Page G-1 through G-5
GENERAL SPECIFICATIONS
Supply & Delivery -19' Pump-Out Boat
C-1
.
.
PROPOSAL FORM
sp ~ j.:2lJOh
Date:
NAME of
BIDDER:
~ &"~dCft4.e.
r.o. Bu" 76<!fj .
Warwick, RI 02887
(491) 732-Iw/b
Telephone: ~/- 73::? .. J"J-U-
TO: SOUTHOLD TOWN BOARD
TOWN HALL - 53095 MAIN ROAD
SOUTHOLD, NEW YORK 11971
MEMBERS OF THE BOARD:
The undersigned as bidder, declares that the only persons, company, or parties interested in this proposal as
principals are named below; that this proposal is made without any connection, directly or indirectly with any
other bidder for the same work; that it is in all respects fair and without collusion or fraud, and that no person
acting for or employed by the aforementioned owner is or will be interested directly or indirectly, in the
performance of the contract, or the supplies relating to it, or in any port/on of the profit thereof; that he has
carefully examined the contract documents dated: May 10,2006, including bidding requirements, contract,
general and special conditions and specifications; that he has satisfied himself by personal examination of the
proposed work, and by such other means as he may have chosen, as to the conditions and requirements of
the work; and he proposed and agrees that if his proposal be accepted he will contract to:
SUPPLY & DELIVER -19' Pump-Out Boat for Fishers Island, Town of Southold
and all other work in connection therewith, in accordance with the contract documents prepared by James A.
Richter, R.A., Southold Town Engineering Department, Southold Town Hall, 53095 Main Road, Southold, New
York, 11971, and shall comply with all the stipulations contained therein and that he will start the work as
directed by the Town, he will accept, in full payment thereof as listed below:
PURCHASE & DELIVERY OF A 19' FIBERGLAS PUMP.OUT BOAT:
THE BIDDER SHALL FURNISH AND DELIVER THE 19' PUMP-OUT BOAT IN ACCORDANCE WITH THESE
SPECIFICATIONS AND CONTRACT DOCUMENTS, THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED
FOR THE STIPULATED "LUMP SUM" OF:
~;:ij nw 7'?~A'../ r~4'~,ua4,..p~rN-~)-J ..:[f S"0 Sog ~
(written In words) (written In numbers)
z: / ,5,vr,/'"",_ /' ~ Jl9v"'-;t /P.t!I L.c::
4..r-/A-;.5 ./e.", R~,/~r .,,< CJ!CA,___
BIDDERS TIME FRAME FOR
THE DELIVERY OF BOAT:
(BOAT DELIVERY DATE)
We the undersigned, further agree that this proposal is a formal bid and shall remain in effect for a
period of forty-five (45) days, the Town will accept or reject this proposal or by mutual agreement
may extend this time pery'Od'
Signature ~ / Bidders
OfBidd~. - Address: ;?S3 ~A..,.P 0~...> .bte &..~
Telephone 41""1 _ 72.... _ 17--,-
Number: ,. GI.... /v
Date: S/.2" ).2 .U> t.
.
U/,4.e It/;UG
O'J...S87
If';:
Supply & Delivery -19' Pump..out Boat
D-1
.
.
llT~ QF ~ON:-;COLL.US!QN
(To be completed by each Bidder)
In accordance with Section 103-<1 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.
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.
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.
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.
That attached hereto (If a corporate bidder) Is a certified copy of resolution authorizing the execulfon of
this certificate by the signature of this bid or proposal on behalf of the corporate bidder.
RESOLUTION
Resolved that ;P~AJ ~#}C of the ~........;;,... d#.........,I~k..<' C__
(Name of signatory) (Name of Corporation)
authorized to sign and submit the bid or proposal of this corporation for the following Project:
(2)
(3)
B.
c.
be
Purchase & Delivery of a 19' Pump-Out Boat to Fishers Island
and to Include in such bid or proposal the certificate as to non-collusion required by section one-
hundred-three-d (103-<1) 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
/'"-""'-"'7 SI~
day of
qJA y'
,20~
(SEAL OF THE CORPORATION)
Laws of New York, 1965
Ch. 751, Sec. 103-d, 8S amended &
effective on September 1, 1965.
/~.~.~
Supply & Delivery -19' Pump-out Boat
E -1
.
.
NON-DISCRIMINATION CLAUSE
During the performance of this contract, the contractor agrees as follows:
a. The contractor will not discriminate against any employee or applicant for
employment because of race, creed, color, or national origin, and will rake affirmative
action to insure that they are afforded equal employment opportunities without
discrimination because of race, creed, color, or national origin. Such action shall be
taken with reference, but not limited to: recruitment, employment, job assignment,
promotion, upgrading, demotion, transfer, layoff or termination, rates of payor other
forms of compensation, and selection for training or retraining, including
apprenticeship and on-the-job training.
b. The contractor will send to each labor union or representative of workers with which
he has or is bound by a collective bargaining or other agreement or understanding, a
notice, to be provided by the Commission of Human Rights, advising such labor
union or representative of the Contractor's agreement under clauses "a." through
"h." hereinafter called "non-dlscrlmlnatlon clauses", and requesting such labor union
or representative to agree in writing, whether In such collective bargaining or other
agreement or understanding or otherwise, that such labor union or representative will
not discriminate against any member or applicant for membership because of race,
creed, color, or national origin, and will rake affirmative action to insure that they are
afforded equal membership opportunities without discrimination because of race,
creed, color, or national origin. Such action shall be taken with reference, but not be
limited to: recruitment, employment, job assignment, promotion, upgrading,
demotion, transfer, layoff or termination, rates of pay, or other forms of
compensation, and selection for training or retraining including apprenticeship and
on-the-job training. Such notice shall be given by the Contractor, and such written
agreement shall be made by such labor union or representative, prior to the
commencement of performances of this contract. If such a labor union or union
representative fails or refuses so to agree in writing, the Contractor shall promptly
notify the Commission for Human Rights of such failure or refusal.
c. The Contractor will post and keep posted in conspicuous places, available to
employee and applicants for employment, notices to be provided by the Commission
for Human Rights setting forth the substance of the provision of clauses "a." and "b."
and such provisions of the State's Laws against discrimination as the Commission
for Human Rights shall determine.
d. The Contractor will state, in all solicitations or advertisements for employees placed
by or on behalf of the Contractor, that all qualified applicants will be afforded equal
employment opportunities without discrimination because of race, creed, color, or
national origin.
Supply & Delivery -19' Pump-out Boat
F -1
r-
.
.
e. The Contractor will comply with the prevision of Sections 291-229 of the Executive
Law and the Civil Rights Law, will furnish all Information and reports deemed
necessary by the Commission for Human Rights under these non-dlscrlmlnatlon
clauses as such sections of the Executive Law and will, permit access to his books,
records, and accounts by the Commission for Human Rights and Owner
representatives counsel for the purposes of investigation to ascertain compliance
with these non-dlscrlmlnation clauses and such sections of the Executive Law and
Civil Rights Law.
f. This Contract may be forthwith canceled, terminated, or suspended In whole or In
part, by the contracting agency upon the basis of a finding made by the Commission
of Human Rights that the Contractor has not complied with these non-dlscrlmlnatlon
clauses, and the Contractor may be declared Ineligible for future contracts made by or
on behalf of the Owner/Contracting Agency until he satisfied the Commission for
Human Rights that he has established and Is carrying out a program In conformity
with the provisions ofthese non-dlscrlmlnatlon clauses. Such finding shall be made
by the Commission for Human Rights after conciliation efforts by the Commission
have failed to achieve compliance with these non-dlscrlmlnation clauses and after a
verified complaint has been filed with the Commission, notice thereof has been given
to the Contractor and an opportunity has been afforded him to be heard publicly
before three members on the Commission. Such sanctions may be imposed and
remedies otherwise provided by law.
g. If this Contract Is canceled or terminated under clause "f." ,in addition to other rights
of the Owner provided in this contract upon Its breach by the Contractor, the
Contractor will hold the Owner Harmless against any additional expenses or costs
incurred by the Owner In completing the work or In purchasing the services, material
equipment, or supplies contemplated by this contract, and the Owner may withhold
payments from the contractor In an amount sufficient for this purpose and recourse
may be had against the surety on the performance bond If necessary.
h. The Contractor will Include the provisions of clauses "a.", through "g." 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
jurisdictional local ofthe Project being contracted by the Owner. The Contractor will
take such action in enforcing such provisions of such subcontract or purchase as
Owner/Contracting Agency may direct, Including sanctions or remedies for non-
compliance. If the Contractor becomes Involved In or Is threatened with litigation
with a sub-contractor or vendor as a result of such direction by the Contraction
Agency/ Owner, the Contractor shall promptly so notify the Owner's representatives/
counsel, request him to intervene and protect the Interests ofthe Owner (Contracting
Agency's Jurisdictional area).
Supply & Delivery - 19' Pump-out Boat
F-2
.
.
GENERAL SPECIFICATIONS
All work shall comply with all particulars of the General Conditions, Supplementary General
conditions, Instructions to bidders and the General requirements of these specifications.
Section "A". DESCRIPTION of WORK:
1. Supply and Deliver one Nineteen (19') foot "Pump-Out Boar' to Fishers Island and the Town
of Southold.
2. It is the. intent of these specifications to. describe a "Pump-out Vessel" to be used in the
pumping out of waste from other vessels and to transport such waste to a proper disposal
facility. The Pump-out boat must meet standards for this type of vessel and bidder must be
able to attach a safety Coast Guard Label to each boat.
Section "B" " BIDDERS QUALIFICATIONS:
1. Bidder must have a minimum of thirty five (35) Pump-out Boats sold, delivered and accepted
by a client in a satisfactory manner.
2. Bidder must show proof that they are in the business of supplying and delivering Pump-out
Boats, finished and complete in all respects.
3. Bidder must be able to show purchase orders and proof of delivery with contact names and
Phone Numbers for each Boat Delivered. This list shall be provided to the Town upon
request.
4. Bidder shall provide pictures "With BID" of the boat to be supplied. Pictures must show full
side view, full inside view, full top view and full bottom view. Bids without pictures shall be
rejected.
Section "C" " MAKE / MODEL PUMP-oUT BOAT:
1. The Make and/or Model of the 19' Pump-out Boat shall be Marine Boatbuilders Co. Pump
Kleen, Year 2006. or approved Equal.
BOAT SPECIFICATIONS:
Overall Length:
Beam:
Draft:
Dead Rise:
Transom Angle:
Transom:
Transom Height:
Horse Power:
Weight:
Warranty:
19' Not including added platforms or pulpits.
7'-10.5" - Withoutfender system or rub rail.
10" Lightship
12" Full Load - 230 Gallons of Waste.
1 0 Degrees
12 Degrees
High density foam "E" glass. The resin is to be thermostat polyester
Two (2") inches thick. Core samples to be supplied.
25"
Coast Guard Approved - Rated for a Maximum of 180HP Single
Outboard Engine.
1,600 Pounds. (Lightship)
Five (5) Year - Structural Hull- Boat used for Marine Waste Only!
Ten (10) Year - Scavenger Waste Containment Cell.
Supply & Delivery" 19' Pump-out Boat
G-1
~ "
.
.
GENERAL SPECIFICATIONS CONTINUED:
Section "D" - ENGINE:
1. BF 150 Four Stroke As Manufactured by "HONDA" or Approved Equal.
STANDARD ENGINE FEATURES:
Engine Type:
Displacement:
Bore & Stroke:
Full Throttle RPM Range:
HP Rating @ Prop-shaft:
Gear Ratio:
Induction Scavenging:
Valves per Cylinder:
Fuel Delivery:
Ignition System:
Starting System:
Lubrication:
Cooling System:
Trim Range:
Tilt Range:
Gear Shift:
4-Stroke Inllne 4 Cylinder
2354 cc (144 Cubic Inches)
87x99 mm (3.43 x 3.9 Inches)
5000-6000 RPM
150 HP @ 5500 RPM
2.14: 1 (14/30)
DOHC
4
Programmed Fuel Injection
Micro Computer Programmed
Electric
Wet Sump
W~er Cool'l.d
-4 to + 16
72.
F-N-R
2. Installation shall include all gauges, cables, controls, wiring as needed or required for a
complete installation.
3. Three (3) Year Warranty.
Section "E" - MODIFIED "V" HULL DESIGN:
1. The hull shall be a modified "V" hull with a concave bottom, NOT convex.
2. The hull shall meet the above referenced "Boat Specifications" and shall be constructed of
hand laid woven, roving, and gun roving.
3. All Fiberglass is to be. "E" glass and resin thermo set polyester.
4. The Gelcoat is to be ISO NPG Thermo Set Gelcoat.
5. The transom or stringer system shall. be a composite laminate. There shall be NO wood in
the transom or stringer system. There shall be NO wood in the entire boat.
Section "F" - SCAVENGER WASTE CONTAINMENT CELL:
1. A Fiberglass 230 gallon Scavenger Waste Holding Tank shall be built into the hull. The
containment cell shall. be constructed completely below the water line. No part or parts of
the containment cell. shall be above the floor.
2. The Holding Tank shall have five (5) baffles and five (5) layers of fiberglass that include four
(4) layers of 240z. Cloth.
3. Installations shall include an Edson Pump to run the Sewage Tank operation and it shall be
located completely under the center console. This item shall include the installation of all
plumbing and vents. The Boat deck shall be clear of all obstructions and left free of Tripping
Hazards.
4. The capacity of the Holding Tank shall be certified, in writing, by an accredited Navel
Engineer. This Certification will be required from the successful bidder.
5. The Holding Tank must have a plunger type alarm that sounds when tank is full. All
switches, Gauges, Control wiring and sound alarm shall be mounted on center console.
Supply & Delivery -19' Pump-out Boat
G-2
'" .
.
.
GENERAL SPECIFICATIONS CONTINUED:
Section "G" - PUMP FOR CONTAINMENT CELL:
1. The electric pump for the Scavenger Waste Operation shall be as Manufactured by Edson.
The Model number of the Pump shall be. an electric diaphragm pump # 278EB-40 or Equal.
2. The Pump Vent shall be. located on the outside of the Starboard hull. The installation of the
pump and vent system shall be under the center console in a manner that will leave the Boat
deck clear of all obstructions and left free of Tripping Hazards.
3. All switches and controls. to run the. pump shall be mounted on the center console. All
equipment, switches and controls shall be waterproof and shall be a maximum of 75 amps.
Section "H" - BOAT DECK (Floor):
1. The Boat Deck (Floor) shall be compost Fiberglass. There shall be NO WOOD in the Boat
Deck (Floor or Structural Support).
2. The Boat Deck shall be free from any trip hazards. This shall include the lip of any
Containment Cell, any Pumps or plumbing, including vents.
3. The Deck must contain two (2) stowage areas in the stem and one (1) under the seat. The
seat stowage must have a cushion attached to be used as a leaning post or a seat, and
must contain lockable doors with adjustable shelves. There must be three stowage areas in
the bow. One (1) each on the starboard and port side with matching doors. There must also
bee another stowage area between the floor and deck directly in the bow with a matching
door. All stowage areas and the components that make up the stowage areas must be
fiberglass. Construction andlor installation of wood products will not be accepted.
4. The deck shall be self-bailing with tank empty or full. The deck shall have a minimum
freeboard of 26" in the bow and 20" in the stem. The deck shall be constructed of a
combination of hand laid woven, roving and gun roving. Fiberglass "E" glass and the resin
shall be thermostat Gelcoat (White). Deck shall include a large splash well for the outboard
engine and the backing up into seas to keep the water off the floor.
5. The boat Deck shall. include four (4) regular 10' SIS cleats secured to the Deck System.
The Boat Deck shall also include one (1) -1 O' SIS pop up cleat, SIS pop up chalks and pop
up running lights in the. bow.
Section "I" - FOAM FLOTATION:
1. Two part thermostat foam shall be injected between the floor and hull in all areas not
occupied by tanks and other essential equipment.
Section "J" " CENTER CONSOLE" WITH "T".TOP:
1. The center console shall be large enough to house the entire containment pump, including
all plumbing and vent piping.
2. The Console shall have a compass and a 7-panel circuit breaker.
3. The T-Top shall have a fiberglass hard top. It shall be sized to meet minimum industry
standards and clearances. It shall contain an aluminum painted electronic box with a
Plexiglas lockable door.
4. A fabricated tube shall run from the electronic box to the top of the center console that will
allow all wires to run through and be concealed.
Supply & Delivery -19' Pump-out Boat
G-3
. >' ~
.
.
GENERAL SPECIFICATIONS CONTINUED:
Section "K" - FUEL TANK:
1. The fuel tank shall. have a minimum capacity of thirty (30) gall.ons and shall. be mounted
under the Boat Deck Floor. Tanks mounted on the Deck or Floor will not be accepted.
Section "L" - FENDER SYSTEM:
1. The Boat shall require a complete all round fender system using 6" x lS" Polly Fenders.
Fenders shall. be secured by 3/16" stainless coated lifeline attached to the Boat Hull using
stainless steel. S/16" U-Clamps.
Section "M" - STEERING SYSTEM:
1. Steering shall be Teleflex Sea Star Hydraulic and include a 1S" stainless steel steering
wheel.
Section "N" - COAST GUARD PACKAGE:
1. This bid shall include. the foll.owing items for Coast Guard compliance. All items listed
herein, where applicable, shall be sized to fit the Boat Size Specified.
Quantltv:
(1 )
(4)
(1 )
(4)
(1)
(1)
(1 )
(2)
(2)
(1 )
(2)
Item:
Anchor
Life Vest
Air Horn
Fenders - 6" x 18"
Anchor Chain 1/2"X
Fire Extinguisher SBS
Anchor Line - 1/2" x 1S0'
Dock Line - 3/8" x 20'
Shackle - S/16"
Alert Flair Kit
Boat Cushion
Supply & Delivery -19' Pump-Out Boat
G-4
.
.
GENERAL SPECIFICATIONS CONTINUED:
Section "0" - ACCESSORIES REQUIRED:
1. One (1) VHF Marine Radio with Antenna.
2. One (1) raw water-wash down with twenty five (25') foot hose.
3. All wires from motor to center console shall be installed through a 4" PVC pipe under the
center console. The PVC Pipe shall have a transom drain on the outside of the transom 50
it may be drained for winter storage andlor ordinary maintenance.
4. A 1500 GPM automatic bilge pump shall be installed in the hull at the stem with a two (2")
inch through hole to the starboard side of the hull.
5. The Boat shall include and be supplied with a Coast Guard Approved Safety Package.
6. The Boat shall have two (2) - three (3") inch stainless steel bow eye and two (2) transom tie
downs.
7. The Boat shall have seven (7) - Ten (10") inch SIS Cleats (Aft and Mid-ship) and one Ten
(10") inch SIS Cleat in the Bow. The Bow shall also. contain two (2) chalks and two (2)
running Lights. All Cleats, Chalks and Running Lights in the. Bow shall be Stainless Steel
Pop-Ups. All cleats shall be reinforced by Fiberglass Backing Plates.
8. The Boat shall be Bottom Painted with an approved Black Bottom Paint installed as per
industry standards.
9. The Boat shall include a compass mounted on the. center console.
10. The Boat shall include the application of Graphics or Lettering consisting of the. following two
lines. (Top Line) Southold Town Pump-Out (Bottom Line) VHF - Channel 73
The Size and Style of Graphics shall conform to industry standards and shall be easily read
by adjacent Vessels. The final Size and Style of Graphics shall be coordinated and
approved by the Town Trustees prior to fabrication.
END OF SECTION:
Supply & Delivery -19' Pump-out Boat
G-5
,-
Marine Boatbui/ders CO.
PO BOX 7826
WARWICK Rl 02887
Telephone: 401-732-1975
FAX: 401-732-1528
E-Mail: lama1!fiiJJloLcom
Web site www.pumpboats.com
We are pleased to introduce our new 2005,19' PUMPOUT BOAT. This is
our third generation new mold. Built and designed from our eleven years
of experiences building PUMPOUT boats, Work boats, and Patrol boats.
Our boats are built for safety, simplicity, and stability. There is no wood in
our boats. not in the hull. not in the deck. not in the transom.
· MODIFIED V HULL DESIGN
Our PUMPOUT hull bottom is concave not convex like most hulls. This
allows for maximum stabilitv. and ease of handlinll. Our boat because of
its design will not yaw in a following sea. The hull is constructed with a
combination of hand laid woven, roving, and gun roving. All fiberglass is
"E" glass and the resin is thermo set polyester. The gelcoat is ISO NPG
thermo set gelcoat, normally 1.5" thick. Our boat has a l()..degree dead
rise at the stern, which allow the boat to plane quickly. The hull transom is
a cOmDosite laminate 1.5" thick. a total of 3" thick. There is no wood in
the transom.
· STRINGER SYSTEM
Our strinller Sl'stem is a U channel all fibel"tllass state of the art svstem.
There is no wood in our strinller svstem.
. Deck, Floor
The deck is constructed of a combination of hand laid woven, roving, and
gun roving. Fiberglass "E" glass applied and the resin is thermostat
gelcoat (white). The deck is finished with non-skid on horizontal surfaces.
Our deck is self-bailing at all times; weather containment is full or empty.
There is NO WOOD in our deck or floor. The floor is composet fiberglass.
r----
MARINE BOATBUILDERS CO. PUMPOUT BOAT page, 2
The deck has seven, cleats. Two chalks and running lights. The bow which
contains one. cleat. two chalks. and runnine liehts are all stainless 000
!lJZl:.
This lets you recess all items on the bow so that when you pull up along
other boats you have less chance of damaging your boat, or the other. This
is just another example of the differences between our product, and that of
others. We have listened to our customers for twelve years, and have made
this boat the best there is.
. FOAMED FLOTATION
Two-part thermostat foam is injected between the floor and hull in areas
not occupied by tank and other equipment.
· QUALITY GELCOAT
Only storm and blister resistant gelcoat is used to form the skin of each
PUMPOUT boat, wide varieties of colors are available. White is our
standard color included in the quote price; other color choices would be
extra cost.
. FUEL TANK
The fuel tank is 30 Ilallons and located below the deck.
· CONTAINMENT CELL
A built in 230 gallon fiberglass holding tank below the water line, is a
standard feature on our 19' PUMPOUT BOAT. The containment cell has
five layers of fiberglass that include three layers of 18 oz. Cloth. Our
containment cell has three baffles. The tank is equipped with an alarm
that sounds when tank is fulL
. PUMP
We recommend an Edson DIIIIfD 278EB-40 ditlDhrallm DIIIIfD.
The Edson DUIIID that runs the sewlllle tllnk is locllted comDletelv under
the center console. Also under the console lire intake. IInd dischlll'tle Dives.
Marine Boatbuilders CO.
Page 3,
Leavinll the entire deck free to anv trio haztlrds and much needed
additional workinll soace. The vent is located outside the starboard hulL
OTHER STANDARD FEATURES
1. Large size center console with windshield.
2. Grab rail around windshield.
3. Running lights.
4. Stainless steel bow eye and transom tie-downs.
5. Two 3" scuppers.
6. Heavy-duty rub rail.
7. 1100 G.P.M. automatic bilge pump. Ritchie compass
8. Two deep cycle series batteries, with (1) non-feed back battery
switch.
9. Raw water wash down pump.
10.Seat in front of center console
Dead rise:
Transom angle:
Approx. weight:
HP rating:
Freeboards:
. SPECIFICATIONS
Overall length: 19'
Beam: 7~0"
Draft: 1 0" lightship
12" full load
10 degrees
12 degrees
1,650Ibs. Lightship
180 HP
26" forward, 20" aft.
. WARRANTY
We offer afive (5) year warranty on the hull and a 100year warranty in the
holding tank. This warranty applies as long as the boat is used as a
Pumpout boat only.
MARINE BOATBUlLDERS CO.
PUMP-KLEEN@
PUMPOUT BOATS
19'
230 gallon holding tank comes with a Naval Architect/Engineer holding tank capacity certification.
Tel.: 401-732-1975 . \',n,'/w.pumpoutboats.com
...
.......
.~
, .
\1 .
!,w.
;"r,
.
....
Pump under Center Console
.
,-
. .
MARINE BOATBUILDERS CO.
PO BOX 7826
WARWICK, RI 02887
Web site: www.pumpoutboats.com
Phone: 401-732-1975 Fax: 401-732-4528 E-Mail: lanutg@ao/.com
MARINE BOATBUILDERS CO. PUMPOUT BOAT
REFERENCES ON BOATS SOLD
Partial Customer List and Contacts:
Mitchell Marine
509 Beachtel Blvd
Ocean Springs MS 39564
Cpt. John Ludwig
228-297-1092
Lady's Marina
73 Sea Is/and PKW
Suite 10 Beaufort, SC
Suite Steve Tully
843-521-0000
City Marina
PO Box 759
Chartstown, SC 29404
David Rogers
843-577-7702
Town Of Essex CT
Phillip J. Miller
Essex Towm Hall
29 West Ave.
Essex, Connecticut 06426
860-767-4340
The Last Detail, Inc
54 E 2f'D Court
Rivier Beach, FL 33404
561-841-3000
561-841-3002
.
-2-
.
Marine Boatbuilders Co
References, page, 2
Town of Bristol (2 boats)
10 Court Street
Bristol, RI 02809
Joseph Cabral
401-253-1700
Town of Riverhead
200 Howell Avenue
Riverhead, NY 11901
Mary Ann Tague
631-727-3200
Town of Southampton LI NY (7 boats)
Town Trustees
Town Hall
Scott Strough) 631-287-5717
Town Of Huntington ( 2 boats )
Huntington Long Island, NY
Glen Hulse 631-351-3373
&uHM.YwnU pB~~
TRUSTEES OF THE FREEHOOLDERS
AND COMMONAL TV OF THE
TOWN OF EAST HAMPTON, LI, NY
PO BOX 2496
Amagansett, New York 11930 631-267-8688
Village of Greenport
236 Third Street
Northport NY 11944 631-477-1217
Town of Oyster Bay
Syosset, NY 11791
Tom Bucholer
(3 BOATS)
631-677-5732
.
- 3 -
Marine Boatbuilders Co
Town of North Hempstead
Manhasset, LI NY.
Joel Zieff
Village of North port (2, boats)
Northport Long Island NY.
Jo Correia
White Plains, NY.
Westchester County
Jack Robbins
Long Island Soundkeeper
Norwalk, CT. ( 6 boats, runs one on LI)
Terry Becker
Metropolitan MWD (3) Boats
Water District of Southern California
PO Box 54153
Los Angeles, Calfomia 90054-0153
David McLory
Town of Barnstable
Harbormanter
230 South St
Hyannis, MA 02601
Eric
Abatelli
Catalina Mooring Service
PO Box 5066
Two Harbors CA 90704
Phone:
.
References, page, 3
516-767-2813
631-261-2521
914-242-6307
203-854-5330
213-704-1958
508-862-4741
310-510-4211
.
Marine Boatbuilders Co
Boston Water Boat Marina, Inc
Long Wharf, Boston
Larry Cannon
Garren Marine
Myrtle Beach SC 29577
Blaine Garren
Bristol Marine
Bristol RI 02809
Mike Tyska
Skull Creek Marina
Hilton Head SC 29925
Ross Lysinger
Town of Plymouth
11 Lincoln St.
Plymouth, MA 02360
Jo Ritz, or Tim Routhier
-4-
.
References, page, 4
617-523-1027
843-650-2626
401-253-2200
843-681-8436
508-830-4182
Dept. of Boating and Waterways
State of California, Sacramento, CA
Kevin Atkinson (3 boats) 916-263-8149
Town Of Stratford
Stratford, CT
AI Grunow, Harbormaster
Marine Boatbuilders Co
203-377-0733
.
-5-
References, page, 5
Columbia Island Marina
South Arlington, VA 22202
Kathy Degroot
202-347-0173
Adventure Yacht Harbor
Daytona Beach, FL. 32127
Bill Pixley
904-756-2180
Monmouth County Health Dept.
Freehold, NJ 07728
Lester Jargowsky 732-431-7456
Marine Boatbuilders Co. References page, 5
Dept. of Boating and Waterways
State of California, Sacramento, CA.
Kevin Atkinson 946-263-8149
Rivercrest Marina
)Madison, Indiana
Gary Richenson
812-265-5285
Town of Westerly (2, boats
Westerly, RI.
John Fusaro, JR
401-348-2538
Block Island RI (3 Boats)
Harbormaster
r
.
.
-6-
.
Marine Boatbuilders Co References, page, 6
Town of Bridgeport Connecticut
Bridgeport, CT.
Jo Savino 203-395-6854
State of New Mexico (2) boats
Huerman Lujan or Randy Herrera 505-827-0478
505-827-7407
City of Annapolis Maryland
Maryland
Ulric Dahlgren
410-263-7973
Half Moon Bay
Metro County, CA.
Dan Temko
415-726-4382
More boats and references are available upon request.
Friday, June 02.2006 :2:43 PM
To: Lin.ooper
.F,omA.'"\jrryl Smith, .
Page: 1 of 1
Fax
Name: Darryl Smith
Company: Dalexco Enterprises
Voice Number: 508/536-6804
Fax Number:
Date: Friday, June 02, 2006
Total Pages 1
Subject: Misquoted quote!
Name: Linda Cooper
Company: Town of Southold
Voice Number:
Fax Number: (631) 7656145
Note: Dear Linda,
!
I would like to appolagize for a mistake that was made on my bid opened June 1 st regarding!
the 19' Pump out Boat.
The quoted price of $21 ,000.00 was the estimated cost of a fixed pump out station, not the b4at
in the specifications. The value of the 19' boat is to be of $65,700.00. '
The two quotes were being prepared at the same time and somehow got mixed up. We will ~ot
be able to supply a boat for $21,000.00. '
Sorry for any trouble this may have caused.
Feel free to call with any questions.
Sincerely,
Darryl A Smith
Dalexco Enterprises.
.
/lUXkl)
Invitation to Blil
Purelllll & 11111111
.1
11' PI.,.IIT IIII
To Be
Delivered To
FISHERS ISLAND
Town of Southold
Fishers Island Yacht Club & Marina
P.O. Box 141, West Harbor
FISHERS ISLAND, New York 06390
Date: May 10, 2006
SOUTHOLD TOWN
ENGINEERING DEPARTMENT
SOUTHOLD TOWN HALL, 53095 MAIN ROAD, SOUTHOLD
.
.
INVITATION TO BID
PROJECT: Purchase and Delivery of a Fully Equipped 19' Fiberglass Pump-Out
Boat as noted in these specifications.
The Town Board of the Town of Southold will receive bids for the supply and delivery of a
fully equipped 19' Fiberglas Pump-Out Boat. Pump-out Boat shall be delivered to the
Fishers Island Yacht Club & Marina and/or as specified in the bid documents and in
accordance with the Specifications contained herein.
Bids will be received at the office of the Southold Town Clerk, Southold Town Hall, 53095
Main Road, Southold, New York 11971, until
10:00 AM, 1st
Day
June
Month
2006.
Year
All specifications are provided herein:
This invitation to bid is not an offer and shall in no way bind the Town of Southold to
award a contract for performance of the project. Should the Town of Southold decide to
award a contract, it shall be awarded to the lowest responsible bidder.
The Town of Southold reserves the right to waive any informalities, and to reject any or all
bids, and to retain bids for 45 days from the date of receipt. The CONTRACTOR SHALL
NOT withdraw his bid during this period.
Bid Security in the form of a certified check or Bid Bond in the amount of One Hundred ($100)
Dollars will be required of each bidder.
Please advise if you intend to bid or not.
Dated: May 09. 2006
BY ORDER OF THE SOUTHOLD TOWN BOARD
By: Elizabeth A. Neville
Southold Town Clerk
Supply & Delivery -19' Pump-out Boat
A-1
.
.
INSTRUCTIONS TO BIDDERS
A. PROPOSALS
Proposals must be made in strict accordance with the "Proposal Form" provided. The bidders shall
write in ink, both in words & numerals, the price for which he proposed: to fumish, supply and deliver
all Equipment in strict accordance with these specifications, and subject at all times to the approval
of the Town of Southold.
Each proposal must be signed in writing with the full name and address of bidder.
Each proposal must include a "Lump Sum" Cost for the supply, fabrication and delivery of the Boat.
Proposals shall be addressed as indicated on Invitation for Bids and shall be delivered enclosed in
an opaque sealed envelope marked "Proposal" bearing title of work, and Bidders Name. No
proposal shall be considered which has not been received by the Southold Town Clerk prior to the
hour and date stated.
B. PROPOSAL GUARANTY
A proposal will not be accepted or considered unless accompanied by a guaranty in the form of a
bid bond or certified check in the amount of One Hundred ($100) Dollars, and made payable to the
Town of Southold.
As soon as the proposal prices have been compared, the Owner shall return the bidder's bond or
the certified checks accompanying such proposals as, in his judgment, would not likely be involved
in making the award. All other proposal quantities will be held until the contract and contract bond
have been executed after which they will be released or returned to the respective bidders whose
proposals they accompanied.
C. OMISSIONS AND DISCREPANCIES
Bidders should carefully examine the requirements of these specifications and fully inform
themselves of all conditions and matters which can in any way affect the work or the cost thereof.
Should a bidder find discrepancies in or omissions from the specifications, or other documents or
should he be in doubt as to their meaning, he should at once notify the Town of Southold who may
issue a written instruction to all bidders.
D. PUBLIC OPENING OF PROPOSALS
Proposals will be opened and read publicly at the time and place indicated in the Invitation for Bids.
Bidders, their authorized agents, and other interested parties are invited to be present.
Supply & Delivery -19' Pump..out Boat
B-1
T
.
.
E. AWARD OF CONTRACT
Award of contract will be made as soon as practical. A contract may be awarded to a responsible
bidder other than the lowest money bidder, if it is in the best interest of the Town. No bid may be
withdrawn after scheduled closing time for receipt of bids for a period of 45 days pending execution
of a contract by successful bidder. The competency and responsibility of the bidder and his sub-
contractors will be considered in making the award. The Town reserves the right to waive any
technical error, to accept any bid, or to reject any or all bids.
The Town may either award the project or reject all proposals received within forty-five (45) days
after the formal opening of proposals. The acceptance of a proposal will be a notice in writing
signed by the Town Clerk and no other act shall constitute the acceptance of a proposal. The
acceptance of a proposal shall bind the successful bidder to execute the contract as stipulated
herein.
F. WITHDRAWALS OF PROPOSALS
Any bidder upon his or her authorized representative's written request presented not later than the
hour set for the opening thereof, will be given permission to withdraw his proposal. At the time of
opening the proposals, when such proposals are reached, it will be returned to him unread.
G. REJECTION OF PROPOSALS
The Town reserves the right to waive any technical error and to reject any and/or all proposals.
Without limiting the generality of the foregoing, any proposal which in incomplete, obscure, or
irregular may be rejected; any proposal accompanied by an insufficient or irregular certified check or
bidder's bond bay be rejected, any proposal having interlineations, erasure or corrections may be
rejected.
H. TIME FOR EXECUTION OF CONTRACT
Any bidder whose proposal shall be accepted will be required to appear before the Town in person;
or if a firm or corporation, a duly authorized representative shall so appear, and execute six (6)
copies of the Contract within ten (10) days after notice that the Contract has been awarded to him.
Failure to execute Contract shall constitute a breach of the agreement effected by the acceptance of
the Proposal.
I. TIME LIMIT TO COMMENCE AND COMPLETE WORK
The contractor shall commence work as stipulated by him in the proposal form. The Town of
Southold will require a reasonable time frame for delivery of the Pump-Out Boat. The Bidder shall
indicate a delivery date on the proposal form.
J. METHOD OF PAYMENT
The Town of Southold shall pay the invoice, In Full, within thirty (30) days after receipt of the Pump-
Out Boat and acceptance of the product by the Town of Southold.
Supply & Delivery. 19' Purnp-Out Boat
B-2
.
.
INDEX TO SPECIFICATIONS
Page T-1:
TITLE SHEET
Section "A"
Page A-1:
INVITATION TO BID
Section "B"
Page B-1 through B-2:
INSTRUCTIONS TO BIDDERS
Section "C"
Page C-1:
INDEX TO SPECIFICATIONS
Section "0"
Page 0-1:
PROPOSAL FORM
(To be completed by each Bidder)
Section "E"
Page E-1:
STATEMENT OF NON-COLLUSION
(To be completed by each Bidder)
Section "F"
Page F-1 through F-2:
NON-DESCRIMINATION CLAUSE
Section "G"
Page G-1 through G-5
GENERAL SPECIFICATIONS
Supply & Delivery - 19' Pump-out Boat
C-1
.
.
PROPOSAL FORM
Date:
51 X' tIoG
, ,
NAME of
BIDDER:
VAr;<fII9, s:-, ,'t4
Qfljj. DA (.('X(()
r&l-h-,Pi,' se~
.
Telephone: ( i{ot) 60~-(i>1'i;;;
TO: SOUTHOLD TOWN BOARD
TOWN HALL - 53095 MAIN ROAD
SOUTHOLD, NEW YORK 11971
MEMBERS OF THE BOARD:
The undersigned as bidder, declares that the only persons, company, or parties interested in this proposal as
principals are named below; that this proposal is made without any connection, directly or indirectly with any
other bidder for the same work; that it is in all respects fair and without collusion or fraud, and that no person
acting for or employed by the aforementioned owner is or will be interested directly or indirectly, in the
performance of the contract, or the supplies relating to it, or in any portion of the profit thereof; that he has
carefully examined the contract documents dated: May 10, 2006, including bidding requirements, contract,
general and special conditions and specifications; that he has satisfied himself by personal examination of the
proposed work, and by such other means as he may have chosen, as to the conditions and requirements of
the work; and he proposed and agrees that if his proposal be accepted he will contract to:
SUPPLY & DELIVER - 19' Pump-Out Boat for Fishers Island, Town of Southold
and all other work in connection therewith, in accordance with the contract documents prepared by James A.
Richter, R.A., Southold Town Engineering Department, Southold Town Hall, 53095 Main Road, Southold, New
York, 11971, and shall comply with all the stipulations contained therein and that he will start the work as
directed by the Town, he will accept, in full payment thereof as listed below:
PURCHASE & DELIVERY OF A 19' FIBERGLAS PUMP-OUT BOAT:
THE BIDDER SHALL FURNISH AND DELIVER THE 19' PUMP-OUT BOAT IN ACCORDANCE WITH THESE
SPECIFICATIONS AND CONTRACT DOCUMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED
FOR THE STIPULATED "LUMP SUM" OF:
rz,~o"-U 7Lh~ rL~.
(written I or~s)
h/f&,OO.~D
(written In umbers)
? /30/nt
(BOAT DELIVe'RY DATE)
We the undersigned, further agree that this proposal is a fonmal bid and shall remain in effect for a
period of forty-five (45) days, the Town will accept or reject this proposal or by mutual agreement
may extend . time period.
BIDDERS TIME FRAME FOR
THE DELIVERY OF BOAT:
Bidders
Address:
16 u!Z C-f,
{~~ /l;} d)p/4
Telephone It. \
Number: CC(tJ/) 0ofr-6rrJ-
Date: ~h/J/dh
Supply & Delivery -19' Pump-Out Boat
0-1
.
.
ST ~T~M~ OF NQN.COLI.USIQN
(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 ofany 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 bysuch bidder as true
under the penalties of perjury; non-colluslve bidding certification.
A. By submission ofthls 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,
communlcatJon, or agreement, for the purpose of restricting competition, as to any matter
relating to such prfces with any other bidder or any competitor.
(2) Unless otherwise required by law, the prfces 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 corporatJon to submit or not to submit a bid for the purpose of restrlctJng
competltJon.
B. The person signing this bid or proposal certifies that he has fully Informed himself regarding the
accuracy of the statements contained In this certlflcatJon, 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 resolutJon authorizing the executJon of
this certificate by the signature of this bid or proposal on behalf of the corporate bidder.
. RES 0 L U TI 0 N ~rr'7/ 1'1. ~.1-4 '>8#.
Resolved that 1A':::t/~ .C.-If, of the O,-rfex.CLJ E'A)~/,j')~'S$-'; .. be
(Na of'slgnatory) (Nama o(Corporatlon)
authorized to sign and submit the bid or proposal of this corporation for the following Project:
Purchase & Delivery of a 19' Pump-Out Boat to Fishers Island
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
36
day of /U "7J
,2odt:.
(SEAL OF THE CORPORATION)
Laws of New Vork, 1965
Ch. 751, Sec.103-d, 8S amended &
effective on September 1. 1965.
~/
. Signature
Supply & Delivery -19' Pump-Out Boat
E .1
.
.
NON-DISCRIMINATION CLAUSE
During the performance of this contract, the contractor agrees as follows:
a. The contractor will not discriminate against any employee or applicant for
employment because of race, creed, color, or national origin, and will rake affirmative
action to Insure that they are afforded equal employment opportunities without
discrimination because of race, creed, color, or national origin. Such action shall be
taken with reference, but not limited to: recruitment, employment, job assignment,
promotion, upgrading, demotion, transfer, layoff or termination, rates of payor other
forms of compensation, and selection for training or retraining, including
apprenticeship and on-the-job training.
b. The contractor will send to each labor union or representative of workers with which
he has or Is bound by a collective bargaining or other agreement or understanding, a
notice, to be provided by the Commission of Human Rights, advising such labor
union or representative of the Contractor's agreement under clauses "a." through
"h." hereinafter called "non-discrimlnatlon clauses", and requesting such labor union
or representative to agree in writing, whether in such collective bargaining or other
agreement or understanding or otherwise, that such labor union or representative will
not discriminate against any member or applicant for membership because of race,
creed, color, or national origin, and will rake affirmative action to Insure that they are
afforded equal membership opportunities without discrimination because of race,
creed, color, or national origin. Such action shall be taken with reference, but not be
limited to: recruitment, employment, job assignment, promotion, upgrading,
demotion, transfer, layoff or termination, rates of pay, or other forms of
compensation, and selection for training or retraining Including apprenticeship and
on-the-job training. Such notice shall be given by the Contractor, and such written
agreement shall be made by such labor union or representative, prior to the
commencement of performances of this contract. If such a labor union or union
representative fails or refuses so to agree In writing, the Contractor shall promptly
notify the Commission for Human Rights of such failure or refusal.
c. The Contractor will post and keep posted in conspicuous places, available to
employee and applicants for employment, notices to be provided by the Commission
for Human Rights setting forth the substance of the provision of clauses "a." and "b."
and such provisions of the State's Laws against discrimination as the Commission
for Human Rights shall determine.
d. The Contractor will state, In all solicitations or advertisements for employees placed
by or on behalf of the Contractor, that all qualified applicants will be afforded equal
employment opportunities without discrimination because of race, creed, color, or
national origin.
Supply & Delivery -19' Pump-out Boat
F -1
.
.
e. The Contractor will comply with the prevision of Sections 291-229 of the Executive
Law and the Civil Rights Law, will furnish all Information and reports deemed
necessary by the Commission for Human Rights under these non-dlscrlmlnation
clauses as such sections of the Executive Law and will, permit access to his books,
records, and accounts by the Commission for Human Rights and Owner
representatives counsel for the purposes of investigation to ascertain compliance
with these non-dlscrlmination clauses and such sections of the Executive Law and
Civil Rights Law.
f. This Contract may be forthwith canceled, terminated, or suspended In whole or in
part, by the contracting agency upon the basis of a finding made by the Commission
of Human Rights that the Contractor has not complied with these non-dlscrlmlnatlon
clauses, and the Contractor may be declared ineligible for future contracts made by or
on behalf of the Owner/Contracting Agency until he satisfied the Commission for
Human Rights that he has established and Is carrying out a program In conformity
with the provisions ofthese non-dlscrlminatlon clauses. Such finding shall be made
by the Commission for Human Rights after conciliation efforts by the Commission
have failed to achieve compliance with these non-discrlmination clauses and after a
verified complaint has been filed with the Commission, notice thereof has been given
to the Contractor and an opportunity has been afforded him to be heard publicly
before three members on the Commission. Such sanctions may be imposed and
remedies otherwise provided by law.
g. If this Contract Is canceled or terminated under clause "f." , in addition to other rights
of the Owner provided in this contract upon its breach by the Contractor, the
Contractor will hold the Owner Harmless against any additional expenses or costs
incurred by the Owner In completing the work or In purchasing the services, material
equipment, or supplies contemplated by this contract, and the Owner may withhold
payments from the contractor in an amount sufficient for this purpose and recourse
may be had against the surety on the performance bond if necessary.
h. The Contractor will include the provisions of clauses "a.", through "g." 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
jurisdictional local of the Project being contracted by the Owner. The Contractorwlll
take such action in enforcing such provisions of such subcontract or purchase as
Owner/Contracting Agency may direct, including sanctions or remedies for non-
compliance. If the Contractor becomes Involved in or is threatened with litigation
with a sub-contractor or vendor as a result of such direction by the Contraction
Agencyl Owner, the Contractor shall promptly so notify the Owner's representativesl
counsel, request him to Intervene and protect the interests of the Owner (Contracting
Agency's jurisdictional area).
Supply & Delivery -19' Pump-Out Boat
F-2
I
,
_I
.
.
GENERAL SPECIFICATIONS
All work shall comply with all particulars of the General Conditions, Supplementary General
conditions, Instructions to bidders. and the General requirements of these specifications.
Section "A" - DESCRIPTION of WORK:
1. Supply and Deliver one Nineteen (19') foot "Pump-Out Boar to Fishers Island and the Town
of Southold.
2. It is the intent of these specifications to describe a "Pump-out Vessel" to be used in the
pumping out of waste from other vessels and to transport such waste to a proper disposal
facility. The Pump-out boat must meet standards for this type of vessel and bidder must be
able to attach a safety Coast Guard Label to each boat.
Section "B" - BIDDERS QUALIFICATIONS:
1. Bidder must have a minimum of thirty five (35) Pump-out Boats sold, delivered and accepted
by a client in a satisfactory manner.
2. Bidder must show proof that they are in the business of supplying and delivering Pump-out
Boats, finished and complete in all respects.
3. Bidder must be able to show purchase orders and proof of delivery with contact names and
Phone Numbers for each Boat Delivered. This list shall be provided to the Town upon
request.
4. Bidder shall provide pictures "With BID" of the boat to be supplied. Pictures must show full
side view, full inside view, full top view and full bottom view. Bids without pictures shall be
rejected.
Section "C" . MAKE / MODEL PUMP-OUT BOAT:
1. The Make and/or Model of the 19' Pump-out Boat shall be Marine Boatbuilders Co. Pump
Kleen, Year 2006 or approved Equal.
BOAT SPECIFICATIONS:
Overall Length:
Beam:
Draft:
Dead Rise:
Transom Angle:
Transom:
Transom Height:
Horse Power:
Weight:
Warranty:
19' Not including added platforms or pulpits.
7'-10.5" - Without fender system or rub rail.
10" Lightship
12" Full Load - 230 Gallons of Waste.
1 0 Degrees
12 Degrees
High density foam "E" glass. The resin is to be thermostat polyester
Two (2") inches thick. Core samples to be supplied.
25"
Coast Guard Approved - Rated for a Maximum of 180HP Single
Outboard Engine.
1,600 Pounds. (Lightship)
Five (5) Year - Structural Hull- Boat used for Marine Waste Only!
Ten (10) Year - Scavenger Waste Containment Cell.
Supply & Delivery -19' Pump-Out Boat
G-1
.
.
GENERAL SPECIFICATIONS CONTINUED:
Section "DOl. ENGINE:
1. BF 150 Four Stroke As Manufactured by "HONDA" or Approved Equal.
STANDARD ENGINE FEATURES:
Engine Type:
Displacement
Bore & Stroke:
Full Throttle RPM Range:
HP Rating @ Prop-shaft
Gear Ratio:
Induction Scavenging:
Valves per Cylinder:
Fuel Delivery:
Ignition System:
Starting System:
Lubrtcatlon:
Cooling System:
Trtm Range:
Till Range:
Gear Shift:
4-Stroke Inline 4 Cylinder
2354 cc (144 Cubic Inches)
87x99 mm (3.43 x 3.9 Inches)
5000-6000 RPM
150 HP @ 5500 RPM
2.14: 1 (14130)
DOHC
4
Programmed Fuel Injection
Micro Computer Programmed
Electrtc
Wet Sump
W"I,Ier Cool'!,d
-4 to + 16
72"
F-N-R
2. Installation shall include all gauges, cables, controls, wiring as needed or required for a
complete installation.
3. Three (3) Year Warranty.
Section OlE" - MODIFIED "V" HULL DESIGN:
1. The hull shall be. a modified "V" hull with a concave bottom. NOT convex.
2. The hull shall meet the above referenced "Boat Specifications" and shall be constructed of
hand laid woven, roving, and gun roving.
3. All Fiberglass is to be. "E" glass and resin thermo set polyester.
4. The Gelcoat is to be ISO NPG Thermo Set Gelcoat.
5. The transom or stringer system shall be a composite laminate. There shall be NO wood in
the transom or stringer system. There shall be NO wood in the entire boat.
Section "F" - SCAVENGER WASTE CONTAINMENT CELL:
1. A Fiberglass 230 gallon Scavenger Waste Holding Tank shall be built into the hull. The
containment cell shall be constructed completely below the water line. No part or parts of
the containment cell shall be above the floor.
2. The Holding Tank shall have five. (5) baffles and five (5) layers of fiberglass that include four
(4) layers of 240z. Cloth.
3. Installations shall include an Edson Pump to run the Sewage Tank operation and it shall be
located completely under the center console. This item shall include the installation of all
plumbing and vents. The Boat deck shall be clear of all obstructions and left free ofTripping
Hazards.
4. The capacity of the Holding Tank shall be certified, in writing, by an accredited Navel
Engineer. This Certification will. be required from the successful bidder.
5. The Holding Tank must have a plunger type alarm that sounds when tank is full. All
switches, Gauges, Control wiring and sound alamn shall be mounted on center console.
Supply & Delivery -19' Pump-out Boat
G-2
.
.
GENERAL SPECIFICATIONS CONTINUED:
Section "G" - PUMP FOR CONTAINMENT CELL:
1. The electric pump for the Scavenger Waste. Operation shall be as Manufactured by Edson.
The Model number of the Pump shall be an electric diaphragm pump # 278EB-40 or Equal.
2. The Pump Vent shall be located on the outside of the Starboard hull. The installation of the
pump and vent system shall be under the center console in a manner that will leave the Boat
deck clear of all obstructions. and left free of Tripping Hazards.
3. All switches and controls to run the. pump shall be mounted on the center console. All
equipment, switches and controls shall be waterproof and shall be. a maximum of 75 amps.
Section "H" - BOAT DECK (Floor):
1. The Boat Deck (Floor) shall be compost Fiberglass. There shall be NO WOOD in the Boat
Deck (Floor or Structural Support).
2. The Boat Deck shall be free from any trip hazards. This shall include the lip of any
Containment Cell, any Pumps or plumbing, including vents.
3. The Deck must contain two (2) stowage areas in the stem and one. (1) under the seat. The
seat stowage must have a cushion attached to be used as a leaning post or a seat, and
must contain lockable doors. with adjustable shelves. There must be three stowage areas in
the bow. One (1) each on the starboard and port side with matching doors. There must also
bee another stowage area between the floor and deck directly in the bow with a matching
door. All stowage areas and the components that make up the stowage areas must be
fiberglass. Construction andlor installation of wood products will not be accepted.
4. The deck shall be self-bailing with tank empty or full. The. deck shall have a minimum
freeboard of 26" in the. bow and 20" in the. stem. The deck shall be constructed of a
combination of hand laid woven, roving and gun roving. Fiberglass "E" glass and the resin
shall be thermostat Gelcoat (White). Deck shall include a large splash well for the outboard
engine and the backing up into seas to keep the water off the floor.
5. The boat Deck shall include four (4) regular 10" S/S cleats secured to the Deck System.
The Boat Deck shall also include one (1) -1 0" S/S pop up cleat, S/S pop up chalks and pop
up running lights in the. bow.
Section "I" - FOAM FLOTATION:
1. Two part thermostat foam shall be injected between the floor and hull in all areas not
occupied by tanks and other essential equipment.
Section "J" - CENTER CONSOLE. WITH "T".TOP:
1. The center console shall be large enough to house the entire containment pump, including
all plumbing and vent piping.
2. The Console shall have a compass and a 7-panel circuit breaker.
3. The T-Top shall have a fiberglass hard top. It shall be sized to meet minimum industry
standards and clearances. It shall contain an aluminum painted electronic box with a
Plexiglas lockable door.
4. A fabricated tube shall run from the electronic box to the top of the center console that will
allow all wires to run through and be concealed.
Supply & Delivery -19' Pump-Out Boat
G-3
T
.
.
GENERAL SPECIFICATIONS CONTINUED:
Section "K" - FUEL TANK:
1. The fuel tank shall. have a minimum capacity of thirty (30) gallons and shall be mounted
under the Boat Deck Floor.. Tanks mounted on the Deck or Floor will not be accepted.
Section "L" - FENDER SYSTEM:
1. The Boat shall require a complete all round fender system using 6" x 15" Polly Fenders.
Fenders shall be secured by 3/16" stainless coated lifeline attached to the Boat Hull using
stainless steel 5/16" U-Clamps.
Section "M" - STEERING SYSTEM:
1. Steering shall be Teleflex Sea Star Hydraulic and include a 15" stainless steel steering
wheel.
Section "N" - COAST GUARD PACKAGE:
1. This bid shall include the following items for Coast Guard compliance. All items listed
herein, where applicable, shall be sized to fit the Boat Size Specified.
Quantitv:
(1 )
(4)
(1 )
(4)
(1 )
(1)
(1)
(2)
(2)
(1 )
(2)
Item:
Anchor
Life Vest
Air Horn
Fenders - 6" x 18"
Anchor Chain 1/2"X
Fire Extinguisher 5BS
Anchor Line - 1/2" x 150'
Dock Line - 3/8" x 20'
Shackle - 5/16"
Alert Flair Kit
Boat Cushion
Supply & Delivery .19' Pump-Out Boat
G-4
.
.
GENERAL SPECIFICATIONS CONTINUED:
Section "0" - ACCESSORIES REQUIRED:
1. One (1) VHF Marine Radio with Antenna.
2. One (1) raw water-wash down with twenty five (25') foot hose.
3. All wires from motor to center console shall be installed through a 4" PVC pipe under the
center console. The PVC Pipe shall have a transom drain on the outside of the transom so.
it may be drained for winter storage andlor ordinary maintenance.
4. A 1500 GPM automatic. bilge pump shall be installed in the. hull at the stem with a two (2")
inch through hole to. the starboard side of the. hull.
5. The Boat shall include and be supplied with a Coast Guard Approved Safety Package.
6. The Boat shall have two (2) - three (3") inch stainless steel bow eye and two (2) transom tie
downs.
7. The Boat shall have seven (7) - Ten (10") inch SIS Cleats (Aft and Mid-ship) and one Ten
(10") inch SIS Cleat in the Bow. The Bow shall also contain two (2) chalks and two (2)
running Lights. All Cleats, Chalks and Running Lights in the Bow shall be Stainless Steel
Pop-Ups. All cleats shall be reinforced by Fiberglass Backing Plates.
8. The Boat shall be Bottom Painted with an approved Black Bottom Paint installed as per
industry standards.
9. The Boat shall include a compass mounted on the center console.
10. The Boat shall include the application of Graphics or Lettering consisting of the. following two
lines. (Top Line) Southold Town Pump-out (Bottom Line) VHF - Channel 73
The Size and Style of Graphics shall conform to industry standards and shall be easily read
by adjacent Vessels. The final Size and Style of Graphics shall be coordinated and
approved by the Town Trustees prior to fabrication.
END OF SECTION:
Supply & Delivery - 19' Pump-out Boat
G-5
- ,
Invitation to Bid
Purelllll & 11111111
.1
11' PI.,.IIT IIII
ToRe
Delivered To
FISHERS ISLAND
Town of Southold
Fishers Island Yacht Club & Marina
P.O. Box 141, West Harbor
FISHERS ISLAND, New York 06390
Date: May 10,2006
SOUTHOLD TOWN
ENGINEERING DEPARTMENT
SOUTHOLD TOWN HALL, 53095 MAIN ROAD, SOUTHOLD
~.~
.
.
INVITATION TO BID
PROJECT: Purchase and Delivery of a Fully Equipped 19' Fiberglass Pump-Out
Boat as noted in these specifications.
The Town Board of the Town of Southold will receive bids for the supply and delivery of a
fully equipped 19' Fiberglas Pump-Out Boat. Pump-out Boat shall be delivered to the
Fishers Island Yacht Club & Marina and/or as specified in the bid documents and in
accordance with the Specifications contained herein.
Bids will be received at the office of the South old Town Clerk, South old Town Hall, 53095
Main Road, Southold, New York 11971, until
10:00 AM, 1st
Day
June
Month
2006.
Year
All specifications are provided herein:
This invitation to bid is not an offer and shall in no way bind the Town of Southold to
award a contract for performance of the project. Should the Town of Southold decide to
award a contract, it shall be awarded to the lowest responsible bidder.
The Town of Southold reserves the right to waive any informalities, and to reject any or all
bids, and to retain bids for 45 days from the date of receipt. The CONTRACTOR SHALL
NOT withdraw his bid during this period.
Bid Security in the form of a certified check or Bid Bond in the amount of One Hundred ($100)
Dollars will be required of each bidder.
Please advise if you intend to bid or not.
Dated: Mav 09. 2006
BY ORDER OF THE SOUTHOLD TOWN BOARD
By: Elizabeth A. Neville
Southold Town Clerk
Supply & Delivery -19' Pump-Out Boat
A-1
.
.
INSTRUCTIONS TO BIDDERS
A. PROPOSALS
Proposals must be made in strict accordance with the "Proposal Form" provided. The bidders shall
write in ink, both in words & numerals, the price for which he proposed: to fumish, supply and deliver
all Equipment in strict accordance with these specifications, and subject at all times to the approval
of the Town of Southold.
Each proposal must be signed in writing with the full name and address of bidder.
Each proposal must include a "Lump Sum" Cost for the supply, fabrication and deliveryofthe Boat.
Proposals shall be addressed as indicated on Invitation for Bids and shall be delivered enclosed in
an opaque sealed envelope marked "Proposal" bearing title of work, and Bidders Name. No
proposal shall be considered which has not been received by the Southold Town Clerk prior to the
hour and date stated.
B. PROPOSAL GUARANTY
A proposal will not be accepted or considered unless accompanied by a guaranty in the form of a
bid bond or certified check in the amount of One Hundred ($100) Dollars, and made payable to the
Town of Southold.
As soon as the proposal prices have been compared, the Owner shall retum the bidder's bond or
the certified checks accompanying such proposals as, in his judgment, would not likely be involved
in making the award. All other proposal quantities will be held until the contract and contract bond
have been executed after which they will be released or retumed to the respective bidders whose
proposals they accompanied.
C. OMISSIONS AND DISCREPANCIES
Bidders should carefully examine the requirements of these specifications and fully inform
themselves of all conditions and matters which can in any way affect the work or the cost thereof.
Should a bidder find discrepancies in or omissions from the specifications, or other documents or
should he be in doubt as to their meaning, he should at once notify the Town of Southold who may
issue a written instruction to all bidders.
D. PUBLIC OPENING OF PROPOSALS
Proposals will be opened and read publicly at the time and place indicated in the Invitation for Bids.
Bidders, their authorized agents, and other interested parties are invited to be present.
Supply & Delivery -19' Pump-out Boat
B-1
1
.
.
E. AWARD OF CONTRACT
Award of contract will be made as soon as practical. A contract may be awarded to a responsible
bidder other than the lowest money bidder, if it is in the best interest of the Town. No bid may be
withdrawn after scheduled closing time for receipt of bids for a period of 45 days pending execution
of a contract by successful bidder. The competency and responsibility of the bidder and his sub-
contractors will be considered in making the award. The Town reserves the right to waive any
technical error, to accept any bid, or to reject any or all bids.
The Town may either award the project or reject all proposals received within forty-five (45) days
after the formal opening of proposals. The acceptance of a proposal will be a notice in writing
signed by the Town Clerk and no other act shall constitute the acceptance of a proposal. The
acceptance of a proposal shall bind the successful bidder to execute the contract as stipulated
herein.
F. WITHDRAWALS OF PROPOSALS
Any bidder upon his or her authorized representative's written request presented not later than the
hour set for the opening thereof, will be given permission to withdraw his proposal. At the time of
opening the proposals, when such proposals are reached, it will be retumed to him unread.
G. REJECTION OF PROPOSALS
The Town reserves the right to waive any technical error and to reject any and/or all proposals.
Without limiting the generality of the foregoing, any proposal which in incomplete, obscure, or
irregular may be rejected; any proposal accompanied by an insufficient or irregular certified check or
bidder's bond bay be rejected, any proposal having interlineations, erasure or corrections may be
rejected.
H. TIME FOR EXECUTION OF CONTRACT
Any bidder whose proposal shall be accepted will be required to appear before the Town in person;
or if a firm or corporation, a duly authorized representative shall so appear, and execute six (6)
copies ofthe Contract within ten (10) days after notice thatthe Contract has been awarded to him.
Failure to execute Contract shall constitute a breach of the agreement effected by the acceptance of
the Proposal.
1. TIME LIMIT TO COMMENCE AND COMPLETE WORK
The contractor shall commence work as stipulated by him in the proposal form. The Town of
Southold will require a reasonable time frame for delivery of the Pump-Out Boat. The Bidder shall
indicate a delivery date on the proposal form.
J. METHOD OF PAYMENT
The Town of Southold shall pay the invoice, In Full, within thirty (30) days after receipt of the Pump-
Out Boat and acceptance of the product by the Town of Southold.
Supply & Delivery .19' Pump-out Boat
B-2
.
.
INDEX TO SPECIFICATIONS
Page T-1;
TITLE SHEET
Section "A"
Page A-1:
INVITATION TO BID
Section "B"
Page B-1 through B-2:
INSTRUCTIONS TO BIDDERS
Section "C"
Page C-1:
INDEX TO SPECIFICATIONS
Section "D"
Page D-1:
PROPOSAL FORM
(To be completed by each Bidder)
Section "En
Page E-1:
STATEMENT OF NON-COLLUSION
(To be completed by each Bidder)
Section "F"
Page F-1 through F-2:
NON-DESCRIMINATION CLAUSE
Section "G"
Page G-1 through G-5
GENERAL SPECIFICATIONS
Supply & Delivery -19' Pump-out Boat
C-1
.
.
PROPOSAL FORM
Date: ns-fpt -n6
NAME of
BIDDER:
G.f< f t-A(ls.N c( s o/l/~ ~L-
1'1 '/ -; s /!, L.uC ellv ~Il.
t-- -e CIY Iv ;--1/ /' '- 3 't t/ 6 )
Telephone: ~D:L. 6;2. t' - oc> ~~
TO: SOUTHOLD TOWN BOARD
TOWN HALL. 53095 MAIN ROAD
SOUTHOLD, NEW YORK 11971
MEMBERS OF THE BOARD:
The undersigned as bidder, declares that the only persons, company, or parties interested in this proposal as
principals are named below; that this proposal is made without any connection, directly or indirectly with any
other bidder for the same work; that it is in all respects fair and without collusion or fraud, and that no person
acting for or employed by the aforementioned owner is or will be interested directly or indirectly, in the
performance of the contract, or the supplies relating to it, or in any portion of the profit thereof; that he has
carefully examined the contract documents dated: May 10, 2006, including bidding requirements, contract,
general and special conditions and specifications; that he has satisfied himself by personal examination of the
proposed work, and by such other means as he may have chosen, as to the conditions and requirements of
the work; and he proposed and agrees that if his proposal be accepted he will contract to:
SUPPLY & DELIVER - 19' Pump-Out Boat for Fishers Island, Town of Southold
and all other work in connection therewith, in accordance with the contract documents prepared by James A.
Richter, RA, Southold Town Engineering Department, Southold Town Hall, 53095 Main Road, Southold, New
York, 11971, and shall comply with all the stipulations contained therein and that he will start the work as
directed by the Town, he will accept, in full payment thereof as listed below:
PURCHASE & DELIVERY OF A 19' FIBERGLAS PUMP-OUT BOAT:
THE BIDDER SHALL FURNISH AND DELIVER THE 19' PUMp.OUT BOAT IN ACCORDANCE WITH THESE
SPECIFICATIONS AND CONTRACT DOCUMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED
FOR THE STIPULATED "LUMP SUM" OF:
S/X'rY /!lINe: ,/IIpv-J,,(,,,D 1W~ i-lr.J.u<Yl J C:6U/.!5
(written In words)
(€tt~~~~ 00
BIDDERS TIME FRAME FOR
THE DELIVERY OF BOAT:
11- /.s:- -;j. ()~ 6
(BOAT DELIVERY DATE)
We the undersigned, further agree that this proposal is a formal bid and shall remain in effeclfor a
period of forty-five (45) days, the Town will accept or reject this proposal or by mutual agreement
;:B;;Od:;;~ =. 'f77C s &uee/R//.k
? --e r:.--I L;;;;;; ;::- L 3 ~ Lf 6/
Telephone n C)
Number: 3S';;l. -6,dS--oox')
Date: ~ - ~ 'f ' 'A/)bG
Supply & Delivery -19' Pump-Out Boat
0-1
I -
.
.
~MENT Of NQN~OLLUSION
(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 pollttcal subdIvision of the State ofany 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-colluslve 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,
communlcaUon, 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 corporaUon to submit or not to submit a bid for the purpose of restrlcUng
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 certlflcatton, and under the statements contained In this
certification, and under the penalties of perjury, affirms the truth thereof, such penalttes 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 resolutton authorizing the execuUon of
this certificate by the signature of this bid or proposal on behalf of the corporate bidder.
Cc..J-?"F L-A/2I::~ RESOLUTION
Resolvedthat ~~~ of the C4.TLJ;R-sk 4 5L:>r~ be
(N a slg ary) (Nama of Corporation)
authorized to sign and submit the bid or proposal of this corporation for the following Project:
Purchase & Delivery of a 19' Pump-out Boat to Fishers Island
and to Include In such bid or proposal the certificate as to non-colluslon required by section one-
hundred-three-cl (103-c1) 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
~ 'I >f>
day of ,#J /l A-
,202:6
(SEAL OF THE CORPORATION)
Laws ofNewYork,1965
Ch. 751, Sec. 103"<1, as amended &
effective on September 1. 1965.
~A
Supply & Delivery .19' Pump-Out Boat
E .1
.
.
NON-DISCRIMINATION CLAUSE
During the performance of this contract, the contractor agrees as follows:
a. The contractor will not discriminate against any employee or applicant for
employment because of race, creed, color, or national origin, and will rake affirmative
action to Insure that they are afforded equal employment opportunities without
discrimination because of race, creed, color, or national origin. Such action shall be
taken with reference, but not limited to: recruitment, employment, Job assignment,
promotion, upgrading, demotion, transfer, layoff or termination, rates of payor other
forms of compensation, and selection for training or retraining, Including
apprenticeship and on-the-Job training.
b. The contractorwlil send to each labor union or representative of workers with which
he has or Is bound by a collective bargaining or other agreement or understanding, a
notice, to be provided by the Commission of Human Rights, advising such labor
union or representative of the Contractor's agreement under clauses "a." through
"h." hereinafter called "non-discrimlnatlon clauses", and requesting such labor union
or representative to agree In writing, whether in such collective bargaining or other
agreement or understanding or otherwise, that such labor union or representative will
not discriminate against any member or applicant for membership because of race,
creed, color, or national origin, and will rake affirmative action to Insure that they are
afforded equal membership opportunities without discrimination because of race,
creed, color, or national origin. Such action shall be taken with reference, but not be
limited to: recruitment, employment, job assignment, promotion, upgrading,
demotion, transfer, layoff or termination, rates of pay, or other forms of
compensation, and selection for training or retraining Including apprenticeship and
on-the-job training. Such notice shall be given by the Contractor, and such written
agreement shall be made by such labor union or representative, prior to the
commencement of performances of this contract. If such a labor union or union
representative falls or refuses so to agree in writing, the Contractor shall promptly
notify the Commission for Human Rights of such failure or refusal.
c. The Contractor will post and keep posted in conspicuous places, available to
employee and applicants for employment, notices to be provided by the Commission
for Human Rights setting forth the substance of the provision of clauses "a." and "b."
and such provisions of the State's Laws against discrimination as the Commission
for Human Rights shall determine.
d. The Contractor will state, in all solicitations or advertisements for employees placed
by or on behalf of the Contractor, that all qualified applicants will be afforded equal
employment opportunities without discrimination because of race, creed, color, or
national origin.
Suppiy & Delivery -19' Pump-out Boat
F-1
.
.
e. The Contractor will comply with the prevision of Sections 291-229 of the Executive
Law and the Civil Rights Law, will furnish all Information and reports deemed
necessary by the Commission for Human Rights under these non-dlscrimlnatlon
clauses as such sections of the Executive Law and will, permit access to his books,
records, and accounts by the Commission for Human Rights and Owner
representatives counsel for the purposes of investigation to ascertain compliance
with these non-dlscrimlnation clauses and such sections of the Executive Law and
Civil Rights Law.
f. This Contract may be forthwith canceled, terminated, or suspended in whole or In
part, by the contracting agency upon the basis of a finding made by the Commission
of Human Rights that the Contractor has not complied with these non-discrlmlnatlon
clauses, and the Contractor may be declared ineligible for future contracts made by or
on behalf of the Owner/Contracting Agency until he satisfied the Commission for
Human Rights that he has established and Is carrying out a program in conformity
with the provisions ofthese non-dlscriminatlon clauses. Such finding shall be made
by the Commission for Human Rights after conciliation efforts by the Commission
have failed to achieve compliance with these non-discrimination clauses and after a
verified complaint has been filed with the Commission, notice thereof has been given
to the Contractor and an opportunity has been afforded him to be heard publicly
before three members on the Commission. Such sanctions may be imposed and
remedies otherwise provided by law.
g. If this Contract is canceled or terminated under clause "f." , in addition to other rights
of the Owner provided in this contract upon its breach by the Contractor, the
Contractor will hold the Owner Harmless against any additional expenses or costs
incurred by the Owner In completing the work or In purchasing the services, material
equipment, or supplies contemplated by this contract, and the Owner may withhold
payments from the contractor In an amount sufficient for this purpose and recourse
may be had against the surety on the performance bond if necessary.
h. The Contractor will include the provisions of clauses "a.", through "g." 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
jurisdictional local ofthe Project being contracted by the Owner. The Contractor will
take such action In enforcing such provisions of such subcontract or purchase as
Owner/Contracting Agency may direct, Including sanctions or remedies for non-
compliance. If the Contractor becomes Involved in or is threatened with litigation
with a sub-contractor or vendor as a result of such direction by the Contraction
Agency/ Owner, the Contractor shall promptly so notify the Owner's representatives/
counsel, request him to intervene and protect the Interests of the Owner (Contracting
Agency's jurisdictional area).
Supply & Delivery - 19' Pump-out Boat
F-2
. .
.
.
GENERAL SPECIFICATIONS
All worK shall comply with all particulars of the General Conditions, Supplementary General
conditions, Instructions to bidders and the General. requirements of these specifications.
Section "A" - DESCRIPTION of WORK:
1. Supply and Deliver one Nineteen (19') foot "Pump-Out Boar to Fishers Island and the Town
of Southold.
2. It is the intent of these specifications to describe a "Pump-out Vessel" to be used in the.
pumping out of waste from other vessels and to transport such waste to a proper disposal
facility. The Pump-out boat must meet standards for this type of vessel. and bidder must be
able to attach a safety Coast Guard Label to each boat.
Section "B" - BIDDERS QUALIFICATIONS:
1. Bidder must have a minimum of thirty five (35) Pump-out Boats sold, delivered and accepted
by a client in a satisfactory manner.
2. Bidder must show proof that they are in the business of supplying and delivering Pump-out
Boats, finished and complete in all respects.
3. Bidder must be able to show purchase orders and proof of delivery with contact names and
Phone Numbers for each Boat Delivered. This list shall be provided to the Town upon
request.
4. Bidder shall provide pictures "With BID" of the boat to be supplied. Pictures must show full
side view. full inside view, full top view and full bottom view. Bids without pictures shall be
rejected.
Section "C" - MAKE / MODEL PUMP-OUT BOAT:
1. The Make. and/or Model of the 19' Pump-out Boat shall be Marine Boatbuilders Co. Pump
Kleen, Year 2006 or approved Equal.
BOAT SPECIFICATIONS:
Overall Length:
Beam:
Draft:
Dead Rise:
Transom Angle:
Transom:
Transom Height:
Horse Power:
Weight:
Warranty:
19' Not including added platforms or pulpits.
7'-10.5" - Without fender system or rub rail.
10" Lightship
12" Full Load - 230 Gallons of Waste.
1 0 Degrees
12 Degrees
High density foam "E" glass. The resin is to be thermostat polyester
Two (2") inches thick. Core samples to be supplied.
25"
Coast Guard Approved - Rated for a Maximum of 180HP Single
Outboard Engine.
1,600 Pounds. (Lightship)
Five (5) Year - Structural Hull- Boat used for Marine Waste Only!
Ten (10) Year - Scavenger Waste Containment Cell.
Supply & Delivery -19' Pump-Out Boat
G-1
.
.
GENERAL SPECIFICATIONS CONTINUED:
Section "0" . ENGINE:
1. BF 150 Four Stroke As Manufactured by "HONDA" or Approved Equal.
STANDARD ENGINE FEATURES:
Engine Type:
Displacement:
Bore & Stroke:
Full Throttle RPM Range:
HP Rating @ Prop-shaft:
Gear Ratio:
Induction Scavenging:
Valves per Cylinder:
Fuel Delivery:
Ignition System:
Starting System:
Lubrication:
Cooling System:
Trim Range:
Tilt Range:
Gear Shift:
4-Stroke Inllne 4 Cylinder
2354 cc (144 Cubic Inches)
87x99 mm (3.43 x 3.9 inches)
5000-6000 RPM
150 HP @ 5500 RPM
2.14: 1 (14/30)
DOHC
4
Programmed Fuel Injection
Micro Computer Programmed
Electric
Wet Sump
Wl\Ier Cool'1,d
-410+16
72"
F-N-R
2. Installation shall include all gauges, cables, controls, wiring as needed or required for a
complete installation.
3. Three (3) Year Warranty.
Section "E" - MODIFIED "V" HULL DESIGN:
1. The hull shall be a modified "V" hull with a concave bottom, NOT convex.
2. The hull shall meet the above referenced "Boat Specifications" and shall be constructed of
hand laid woven, roving, and gun roving.
3. All Fiberglass is to be "E" glass and resin thelTTlo set polyester.
4. The Gelcoat is. to be ISO NPG ThelTTlo Set Gelcoat.
5. The transom or stringer system shall be a composite laminate. There shall be NO wood in
the transom or stringer system. There shall be NO wood in the entire boat.
Section "F" . SCAVENGER WASTE CONTAINMENT CELL:
1. A Fiberglass 230 gallon Scavenger Waste Holding Tank shall be built into the hull. The
containment cell shall be constructed completely below the water line. No part or parts of
the containment cell shall be above the floor.
2. The Holding Tank shall have five (5) baffles and five. (5) layers of fiberglass that include four
(4) layers. of 240z. Cloth.
3. Installations shall include an Edson Pump to run the Sewage Tank operation and it shall be
located completely under the center console. This item shall include the installation of all
plumbing and vents. The Boat deck shall be clear of all obstructions and left free of Tripping
Hazards.
4. The capacity of the Holding Tank shall be certified, in writing, by an accredited Navel
Engineer. This Certification will be required from the successful bidder.
5. The Holding Tank must have a plunger type alalTTl that sounds when tank is full. All
switches, Gauges, Control wiring and sound alarm shall be mounted on center console.
Supply & Delivery -19' Pump-Out Boat
G-2
.
.
GENERAL SPECIFICATIONS CONTINUED:
Section "G" - PUMP FOR CONTAINMENT CELL:
1. The electric pump for the Scavenger Waste Operation shall be as Manufactured by Edson.
The Model number of the Pump shall be an electric diaphragm pump # 278EB-40 or Equal.
2. The Pump Vent shall be located on the outside of the Starboard hull. The installation of the
pump and vent system shall be under the center console in a manner that will leave the Boat
deck clear of all obstructions and left free of Tripping Hazards.
3. All switches and controls to run the pump shall be mounted on the center console. All
equipment, switches and controls shall be waterproof and shall be a maximum of 75 amps.
Section "H" - BOAT DECK (Floor):
1. The Boat Deck (Floor) shall be compost Fiberglass. There shall be NO WOOD in the Boat
Deck (Floor or Structural Support).
2. The Boat Deck shall be. free from any trip hazards. This shall include the lip of any
Containment Cell, any Pumps or plumbing, including vents.
3. The Deck must contain two (2) stowage areas in the stem and one (1) under the seat. The
seat stowage must have a cushion attached to be used as a leaning post or a seat, and
must contain lockable doors with adjustable shelves. There must be. three stowage areas in
the bow. One (1) each on the starboard and port side with matching doors. There must also
bee another stowage area between the floor and deck directly in the bow with a matching
door. All stowage areas and the components that make up the stowage areas must be
fiberglass. Construction and/or installation of wood products will not be accepted.
4. The deck shall be self-bailing with tank empty or full. The deck shall have a minimum
freeboard of 26" in the bow and 20" in the. stem. The deck shall be constructed of a
combination of hand laid woven, roving and gun roving. Fiberglass "E" glass and the resin
shall be thermostat Gelcoat (White). Deck shall include a large splash well for the outboard
engine and the backing up into seas to keep the water off the floor.
5. The boat Deck shall include four (4) regular 10' S/S cleats secured to the Deck System.
The Boat Deck shall also include one (1) - 10. SIS pop up cleat, S/S pop up chalks and pop
up running lights in the bow.
Section "I" - FOAM FLOTATION:
1. Two part thermostat foam shall be injected between the floor and hull in all areas not
occupied by tanks and other essential equipment.
Section "J" - CENTER CONSOLE - WITH "T"-TOP:
1. The center console shall be large enough to house the entire containment pump, including
all plumbing and vent piping.
2. The Console shall have a compass and a 7-panel circuit breaker.
3. The T-Top shall have a fiberglass hard top. It shall be sized to meet minimum industry
standards and clearances. It shall contain an aluminum painted electronic box with a
Plexiglas lockable door.
4. A fabricated tube shall run from the electronic box to the top of the center console that will
allow all wires to run through and be concealed.
Supply & Delivery -19' Pump-out Boat
G-3
.
.
.
GENERAL SPECIFICATIONS CONTINUED:
Section UK" - FUEL TANK:
1. The fuel tank shall have a minimum capacity of thirty (30) gallons and shall be mounted
under the Boat Deck Floor. Tanks mounted on the Deck or Floor will not be accepted.
Section uL" - FENDER SYSTEM:
1. The Boat shall require a complete all round fender system using 6" x 15" Polly Fenders.
Fenders shall be secured by 3/16" stainless coated lifeline attached to the Boat Hull using
stainless steel 5/16" U-Clamps.
Section UM" - STEERING SYSTEM:
1. Steering shall be Teleflex Sea Star Hydraulic and include a 15" stainless steel steering
wheel.
Section UN" - COAST GUARD PACKAGE:
1. This bid shall include the following items for Coast Guard compliance. All items listed
herein, where applicable, shall be sized to fit the Boat Size Specified.
Quantitv:
(1 )
(4)
(1 )
(4)
(1)
(1 )
(1)
(2)
(2)
(1)
(2)
Item:
Anchor
Life Vest
Air Horn
Fenders - 6" x 18"
Anchor Chain 1/2"X
Fire Extinguisher 5BS
Anchor Line - 1/2" x 150'
Dock Line - 3/8" x 20'
Shackle - 5/16"
Alert Flair Kit
Boat Cushion
Supply & Delivery. 19' Pump-out Boat
G-4
.
.
GENERAL SPECIFICATIONS CONTINUED:
Section "0" - ACCESSORIES REQUIRED:
1. One (1) VHF Marine Radio with Antenna.
2. One (1) raw water-wash down. with twenty five (25') foot hose.
3. All wires from motor to center console shall. be. installed through a 4' PVC pipe under the
center console. The PVC Pipe shall have a transom drain on the outside of the transom so
it may be drained for winter storage and/or ordinary maintenance.
4. A 1500 GPM automatic bilge pump shall be installed In the hull. at the stem with a two. (2")
inch through hole to the. starboard side of the. hull.
5. The Boat shall. include and be supplied with a Coast Guard Approved Safety Package.
6. The Boat shall have two (2) - three (3") inch stainless steel bow eye and two (2) transom tie
downs.
7. The Boat shall have seven (7) - Ten (10") inch S/S Cleats (Aft and Mid-ship) and one Ten
(10") inch S/S Cleat In the Bow. The Bow shall also contain two (2) chalks and two. (2)
running Lights. All Cleats, Chalks and Running Lights in the. Bow shall be Stainless Steel
Pop-Ups. All cleats shall be reinforced by Fiberglass Backing Plates.
8. The Boat shall be Bottom Painted with an approved Black Bottom Paint installed as per
industry standards.
9. The Boat shall include a compass mounted on the center console.
10. The Boat shall include the application of Graphics or Lettering consisting of the following two
lines. (Top Line) South old Town Pump-out (Bottom Line) VHF - Channel 73
The Size and Style of Graphics shall conform to Industry standards and shall be easily read
by adjacent Vessels. The final Size and Style of Graphics shall be coordinated and
approved by the Town Trustees prior to fabrication.
END OF SECTION:
Supply & Delivery .19' Pump-out Boat
G-5
#7875
.
.
STATE OF NEW YORK)
) SS:
COUNTY OF SUFFOLK)
Dina Mac Donald of Mattituck, in said county, being duly sworn,
says that he/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, '""""",,,,,~, 'omm~og 00 tho 18" day of Mo, ,2006
~Og \-Q~~
Principal Clerk
Sworn to before me this
2006
l-'b daYOf~
Lb~N
HRISTI VOLlNS
NOTARY PUBLlC.STATE OF NEW YORK
No. 0 l-V061 06060
Qualified In Suffolk County
'~"'ro\ls!lon Expires February 28, 2008
. LEGAL NOTICE .
NOTICE TO BIDDERS
PROJECT#I: Purchase and Delivery of a FuUy Equipped 23' Fiberglass
Pump- Out Boat and Tandem Axel Trailer as noted in these
Specifications for Southold Town.
The Town Board of the Town of Southold will receive bids for the supply and delivery of !I
fully equipped 23' Fiberglas Pwnp-Out Boat and Tandem Axel Trailer. Boat and Trailer
shall be delivered to a designated location as specified in the bid docwnents and iln
accordance with the Specifications contained herein.
i
r
PROJECT#2: Purchase and Delivery of a FuUy Equipped 19' Fiberglass
Pump-Out Boat as noted in these specifications for Fishers
Island. I
The Town Board of the Town of Southold will receive bids for the supply and delivery of ~
fully equipped 19' Fiberglas Pwnp-Out Boat. Pwnp-out Boat shall be delivered to th~
Fishers Island Yacht Club & Marina and/or as specified in the bid docwnents and i~
accordance with the Specifications contained herein. i
!
Specifications/drawings are available at the Southold Town Clerk, Southold Town Hall,
P.O. Box 1179,53095 Main Road, Southold, New York 11971, Monday thru Friday, 8:00
I
a.m. to 4:00 p.m. i
I
,
Bids will be received at the office of the Southold Town Clerk, Southold Town Hall, P.O.
Box 1179,53095 Main Road, Southold, New York 11971, until
10:00 AM, June 1ST 2006
This invitation to bid is not an offer and shall in no way bind the Town of Southold to
award a contract for performance of the project. Should the Town of Southold decide to
award a contract, it shall be awarded to the lowest responsible bidder.
The Town of Southold reserves the right to waive any informalities, and to reject any or all
bids, and to retain bids for 45 days from the date of receipt. The CONTRACTOR SHALL
NOT withdraw his bid during this period.
Bid Security in the form of a certified check or Bid Bond in the amount of One Hundred
($100) Dollars will be required of each bidder.
All bids must be signed and sealed in envelopes plainly marked "Pump Out Boats", 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.
.
Please advise if you intend to bid or not.
.
Dated: Mav 09. 2006
BY ORDER OF THE SOUTH OLD TOWN BOARD
By: Elizabeth A. Neville
Southold Town Clerk
PLEASE PUBLISH ON MAY 18,2006, AND FORWARD ONE (1) AFFIDAVIT
OF PUBLICATION TO ELIZABETH NEVILLE, TOWN CLERK, TOWN HALL,
PO BOX 1179, SOUTHOLD, NY 11971.
Copies to the following:
Suffolk Times Town Board Members
Data Construction Dodge Reports
Burrelle's Information Services
Town Attorney Engineer
Brown's Letters
Town Clerk's Bulletin Board
, -
.1
.'
STATE OF NEW YORK)
SS:
COUNTY OF SUFFOLK)
ELIZABETH A. NEVILLE, Town Clerk of the Town of South old, New York being
duly sworn, says that on the.lJL.. day of..JYl~ ,2006, she affixed a
notice of which the annexed printed notice is a true opy, 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.
Pump-Out Boat, Southold & Fishers Island, June 1,2006 10:00 am.m
f71~hj7/D~...~&-
Elizabeth A. Nevi e
Southold Town Clerk
Sworn before me this
..1..f.e..... day of rY\~. 2006.
~L~~
Not Public
LVNDA M. BOHN
NOTARY PUBUC. Stale of NewVork
No. 01 B06020932
Qualified In Suffolk Cou"'Y-
Term expires March 8, 20 JU
Message
,.
Pag;}of2
Neville, Elizabeth
-;~::-;--'~-:;~le~~I;~:~~~-----'-------~-------~--"~-~r-'---'---------------------'--- .----
Sent: Thursday, May 11, 2006 1:36 PM ,.. . 'M it.
<--C/otfJ,<f,'_u ~ 4O_.~~d
To: 'David Bergen' {j /
Cc: Bohn, Lynda; Cooper, Linda (jJ~ ~r ~ ~
...._ RE, FW P~p'" B""'_""," :::::~~ ~
Tracking: Recipient Dellvety
'David Bergen' , ~
Bohn, Lynda Delivered: 5/11/2006 1:36 PM -...-..-- 0
Cooper, Linda Delivered: 5/11/2006 1 :36 PM
el
ei
~
Hi Dave.
We have to wait for Jamie to bring us the bid specifications, then we will send the legal notice advertisement to the newspapers.
We have to state the time and date of the bid opening. The advertisement must be published at least fIVe (5) days prior to the
scheduled bid opening. The newspapers have deadlines for accepting legal notices. I will have my offICe notify you by e-mail
as soon as we receive the specs and the legal notice is done. Copias of the legal notice and speciflcetlons will then be
available in my offICe.
Betty
--.--.-..,._..,...,...,....~~..~--~-.,-...,...............,~~~~--~~--~-_.......-.,-~~--~--~~-.'~--.-...........,.--'"~~-~___,_c--.~"_~"..
From: David Bergen [mailto:bergend@sunysuffolk.edu]
Sent: Thursday, May 11, 2006 10:09 AM
To: RIchter, jamie
Cc: Neville, Elizabeth
Subject: RE: FW: Pump out Boat Resolution
Thanks Jamie.
Betty, what is the prooess from here once the bid package is ready to go.
Dave
---Original Message---
From: RIchter, jamie [mailto:Jamle.Rlchter@town.southold.ny.us]
Sent: Wednesday, May 10, 20066:15 AM
To: David Bergen
Subject: RE: FW: Pump out Boat Resolution
Dave
Once I have the Proposal package ready for bid end we know what date it will be going in the paper, you cen contllct
other Manufacturers. You cen inform them that the bid is going out and thet the bid package is available at the ToWn
Clerk's Office. I would not recommand sending out the package without going through the Town Clerk's Office.
Jamie
From: David Bergen [mallto:bergend@sunysuffolk.edu]
Sent: Tuesday, May 09,2006 1:10 PM
To: RIchter, Jamie; Finnegan, Pab1cia
5/11/2006
Message
. / ~
SUbject; FW: FW: Pump out ~SOIUtion
I took the liberty of obtaining some other boat providers to send the bids to.
Dave
Bids can be sent to:
C&T Larsh & Sons Inc.
4775 S. Bluebird Ter.
Lecanto, FL 34461
Dalexco Enterprises
10 Cote Court
Coventry RI 02816
Dav-Co LLC
2974 Whitney Ave
Harnden CT 06518
5/11/2006
Page 2 of2
el
Po_
Here
ant To ~'''~
~:lE;t1~~l{f~:-i~:/i-~-'!-~_t?~-~-------------------
Ciii.-StiJi8;ZiP+-'--01}~-~;~-;;---R.;---------~-fj-7------
~,~~,
_.~"__~~;..~~~_~d.dL,<""",~~..~-
~"-C~~j,,;.;~.iJ.;.:,'
'-",:';-';!"t,,,,:,. -
J:_,-....2~~,__~~~
_. Ilerniii'l';'. ._.J';'\IIil-_
_ 4 II Ro.obk.....~le dIlIINd.
_. Prtnl~name..__onthe-
ao tfI8l we can """" the.-cl. lD you.
. A\tllCh Ihls CaRllD the-bllck of the I11lIlIpklclI,
or on the front II $IlC& jl8lmIlII.
1. ArtideAdl' T-; to:
~'\Ii( .
~~t~..6:t~
PO~~ 7ftil.-" Wi'
U-J ~,t;r O.:LRi' 7
r,
a. ~~ _ C Expeoo Mall
R.!..d C Rotum -.,t Ie< .....:--..
c_- CC.O.D.
4. R~lkAod DoIIwry'I jEmI Foe)
-~'-":'<'
C'iIII
2. Article Number
(llonoferfromsoMce-'i 7003 3110 0001 8547 7577
PS Form ~11 f -~ 2od4\ _ !, \' !\ttam..tic_An~R" '_,'
il_1.-..t _Lt...,,-, ;L_~l-1',1.,;_d..L_.LI."t.A"".,.ld:L-~I~'t~~'~,~~,~","~-"""",,,--,~
1U2sn 122-IA ,tjl
~..,-.^",.,"'~L.... ._d,_.~",,~_,"l<<
. Complete items 1, 2, and 3. Also complete
~em 4 ~ Restricted Delivery is desired.
. Print your name and address on the reverse
so that we can return the card to you.
. Attach this card to the back of the mall piece,
or on the front if space permits.
1. Article Addressed to:
'Kic.h~vd Auck.ik
xY'\l\v\(\(. "b:,,*bu..'d~v... ~f'
Q6~ G~I'WId"kw ~"""'t
7.0.~)< '1<6.;t(o
\\\c.."\U\c..~ ~T. OQ'fj'S7
o Agent
o Addressee
3. Service Type
13' Certified Mall 0 Express Mail
o Registered 0 Retum Receipt for Merchandise
o Insured Mall 0 C.O.D.
4. Restrtcted Delivery? (&tIa Fee) 0 Yes
2. Article Number
(Tmnsfer from service IabeO
PS Form 3811. February 2004
7003 3110 0001 8547 8420
Domestic Return Receipt 102595-D2.M-1540
o
ru
I
'"
r'-
I
lJ")
'"
U.S. Postal Service,"
CERTIFIED MAIL" RECEIPT
(Domestic Mail Only; No Insurance Coverage Provided)
r'l
o Certified Fee
o
o Return Reciept Fee
(Endorsement Required)
o Restricted Delivery Fee
M (Endorsement Required)
r'l
m
Postmark
Here
Total Postage & Fees $
m
o
o
r'-