Loading...
HomeMy WebLinkAboutFISD Pumpout station maintenanceELIZABETH A. NEVILLE, MMC TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS OF MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, NewYork 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD RFP FISD PUMPOUT STATION MAINTENANCE Bid opening 5/31/12 ~ 10:00 AM NO BIDS WERE SUBMITTED TOWN OF SOUTHOLD REQUEST FOR PROPOSAL FOR THE TOWN OF SOUTHOLD MAINTENANCE OF THE PUMP STATION FISHERS ISLAND SEWER DISTRICT Issued: May 8, 2012 Proposal Due Date: Thursday, May 31, 2012, 10:00 AM TOWN OF SOUTHOLD 53095 MAIN ROAD, SOUTHOLD, NY 11971-0959 PHONE: (631) 765-1800/FAX: (631) 765-6145 INVITATION TO BID NOTICE IS HEREBY GIVEN THAT SEALED PROPOSALS ARE SOUGHT AND REQUESTED FOR THE FOLLOWING: BID NAME: SOUTHOLD TOWN - MAINTENANCE OF PUMP STATION - FISHERS ISLAND SEWER DISTRICT Definite specifications may be obtained at the Southold Town Clerk's Office beginning May 10, 2012. PLACE OF OPENING DATE OF OPENING TIME OF OPENING TOWN OF S OUTHOLD Thursday, May 31, 2012 10:00 AM TOWN CLERK'S OFFICE 53095 MAIN ROAD SOUTHOLD, NY 11971.-0959 VENDORS MUST SUBMIT BID IN .SEALED ENVELOPE. PLEASE PRINT ON THE FACE OF THE ENVELOPE: 1) NAME & ADDRESS OF BIDDER 2) BID NAME It is the bidder's responsibility to read the attached Bid Specifications, Instructions to Bidders, and General Conditions, which outline bidding rules of the Town o£ Southold. Upon submission of bid, it is understood that the bidder has read, fully understands and will comply with said GENERAL CONDITIONS and specification requirements. The Town of Southold requires that this document be returned intact and that it be filled out completely. Please do not remove any pages from this bid package, and make a copy of the bid document for your records. The Town of Southold welcomes and encourages minority and women-owned businesses to participate in the bidding process. 2 INSTRUCTIONS TO BIDDERS 1. RECEIPT AND OPENING OF BIDS The Town of Southold invites bids on the forms herein provided for the Town of Southold Maintenance of Pump Station/Fishers Island Sewer District contract. Bids shall be received by the Town Clerk of the Town of Southold at 53095 Main Road, Southold, New York, no later than 10:00 AM, THURSDAY, MAY 31, 2012 at which time they will be opened and publicly read aloud. All bids received after the time stated for the opening in the Notice to Bidders may not be considered and will be returned unopened to the bidder. The bidder assumes the risk of any delay in the mail or in the handling of the mail by employees of the Town. Whether sent by mail or by means of personal delivery, the bidder assumes responsibility for having his bid deposited on time at the place specified. Faxed bids will not be accepted. 2. FORM~ PREPARATION AND PRESENTATION OF PROPOSAL The Proposal Form as issued by the Town Clerk shall be completely filled in, in black ink or typed on the original bid form. No photocopies will be accepted. All blank spaces for bid prices must be filled in, in both words and figures, with a total or gross sum for which the bid is made. All lines must have an indication of the bidder's response whether it be "0", "N/A", "No Charge", or a dollar figure. All lines must be filled in to indicate bidder's acknowledgement of the request. Bids that do not have all applicable lines filled in on the bid proposal form may be disqualified as a non-responsive bid. We cannot assume there is "no charge" when lines are left empty. Bids that contain any omission, erasure, alteration, addition or items not called for in the itemized bid form or that contain irregularities of any kind will not be accepted. In case of discrepancy between the unit price and total amount of the bid for any item, the unit price, as expressed in words, shall govern. The following two items will automatically render a bid unacceptable to the Town of Southold: Failure to sign bid proposal page. Failure to include necessary bid security deposit (as required). It shall be fully understood that any deviations from the inclusion of the above items will be grounds to see the bid as non-compliant and will not be considered for award. 3. QUALIFICATIONS OF BIDDERS (a) Forms for qualifications of bidders, giving evidence of sufficient facilities, equipment, experience and financial ability to insure completion of the work are provided with the bid specification package, and shall be filled out by the contractor and returned with the bid submission. (b) (c) (a) (b) (a) (b) (c) (d) Information contained in any statement of financial ability shall be not more than thirty. days old at the time of submission. The Town reserves the right to make such investigation as it may deem necessary or advisable to determine any bidder's ability to do the work, and the bidder shall fumish to the Town, on request, all data and information pertinent thereto. The Town reserves the right to reject any bid if such investigation fails to satisfy the Town that the bidder is fully qualified to do the work. Financial instability of a bidder may be cause for non-award. REJECTION OF BIDS The TOWN BOARD reserves the right to reject any bid if the evidence submitted in the qualifications statement or an investigation of such bidder fails to satisfy the TOWN BOARD that such bidder is properly qualified to carry out the obligations of the Contract and to complete the work contemplated therein. Conditional bids will be considered informal and will be rejected. The TOWN BOARD reserves the right to reject any and all bids, in whole or in part, to waive any informality in any or all bids, and to accept the bid or part thereof which it deems most favorable to the Town after all bids have been examined and/or checked. BIDDER'S RESPONSIBILITY Bidders are cautioned not to submit bids until after having inspected the site of the Pump Station and having made themselves familiar with local conditions. The attention of persons intending to submit bids is specifically called to the paragraph of the Contract which debars a Contractor fi.om pleading misunderstanding or deception because of estimates or quantities, character, location or other conditions surrounding the same. The submission of a bid will be construed to mean that the bidder is fully informed as to the extent, cost, and character of the materials, labor, and equipment required to fulfill the job in accordance with the attached conditions and Contract document, including all other expenses incidental thereto. The Bidder shall assume all risks and responsibility and shall complete the work in whatever material and under whatever conditions he may encounter or create, without extra cost to the Town. No pleas of ignorance or misunderstanding of conditions that exist or that may hereafter exist, or of conditions or difficulties that may be encountered in the execution of the work under this Contract, as a result of failure to make the necessary examinations and investigations, will be to fulfill in every detail all of the requirements of the Contract Documents, or will be accepted as a basis for any claims whatsoever for extra compensation, or for an extension of time. 4 6. CONSTRUCTION TERMS AND CONDITIONS The successful bidder is warned that the work specified in the Conditions of Contract, together with the Instructions to Bidders, Proposal Form, and General Conditions will be rigidly enforced. 7. BID RESERVATIONS Bids submitted shall remain in effect for forty-five (45) days past the date of bid opening. This period may be extended, for the benefit of the Town, by mutual agreement between the Bidder and the Town Clerk. 8. NON-COLLUSIVE STATEMENT The form of non-collusion bidding certification contained in the proposal package must be executed by the Bidder and submitted with the proposal. The submission of this statement certifies that the prices in this bid have been anived at independently without collusion, consultation, communication, or agreement for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor. 9. METHOD OF AWARD The bid will be awarded to the lowest responsive, responsible bidder, as will best promote the public interest, taking into consideration the reliability of the bidder, the quality of the materials, equipment, or supplies to be fumished, and conformity with the specifications. The successful bidder will be required to assume full responsibility for the complete effort as required by the RFP regardless of whether the work is performed by the bidder or subcontractor. The successful bidder is to be the sole point of contact with regard to contractual responsibilities. 10. SINGLE PRICE BID ANALYSIS In the event a single bid is received, the Town will conduct a price analysis of the bid price prior to the award of the contract. 11. MUNICIPAL EXEMPT STATUS The Town is exempt fi.om the payment of Federal, State and local taxes. Taxes must not be included in proposal prices. 12. LABOR LAW The Contractor and each and every subcontractor performing work at the site of the project to which this Contract relates shall comply with the applicable provisions of the Labor Law, as amended, of the State of New York. Attention is called to certain provisions of the Labor Law, as set forth in the Conditions of Contract, Paragraph 11, which are hereby referred to and made a part hereof. 13. WAGE RATES The rates of wages determined by the New York State Industrial Commissioner pursuant to the Labor Law, which shall be paid on this project, are set forth herein following the Instructions to Bidders. Contractors and subcontractors are required to submit to the Town, within thirty days after issuance of the first payroll, and every thirty days thereafter, a transcript of the original payroll records, subscribed and affirmed as true under the penalties of perjury. 14. INSURANCE REQUIRED BY THE TOWN OF SOUTHOLD The successful bidder will be required to procure and pay for the following types of insurance, as set forth in more detail herein following the Instructions to Bidders in the Standard Insurance requirements Section. (a) (b) (c) (d) Comprehensive General Liability Excess/Umbrella Insurance Workmen's Compensation Insurance Disability Insurance and Unemployment Insurance Should you have any questions regarding this solicitation, kindly contact Gordon Murphy at gsm.fi shers(D,,gm ail.com. 6 STANDARD INSURANCE REQUIREMENTS TOWN OF SOUTHOLD CONTRACT INSURANCE REQUIREMENTS INSURANCE IDENTIFICATION: THE BID NUMBER IS TO APPEAR ON ALL INSURANCE CERTIFICATES. INDEPENDENT CONTRACTOR: The Corporation/Contractor/Agency/Consultant is an independent contractor and covenants and agrees that it, its agents, servants and/or employees will neither hold itself/themselves out as, nor claim to be an employee, servant or agent of the TOWN OF SOUTHOLD, and that it, its agents and employees will not make claim, demand or application to or for any right or privilege applicable to an officer or employee of the TOWN OF SOUTHOLD including, but not limited to, Worker's Compensation coverage, Unemployment Insurance benefits, Social Security coverage or retirement membership or credit. INSURANCE: Contractor/vendor shall not commence work under this contract until he has obtained all insurance reqnired under the following paragraphs, and the TOWN OF SOUTHOLD has approved such insurance. WORKERS' COMPENSATION: Contractor/vendor shall take out and maintain during the life of this contract, such insurance as will protect both the owner and the contractor from claims under worker's compensation acts and amendments thereto and from any other claims for property damage and for personal injury including death, which may arise from operations under this contract, whether such operations by contractor or by any other party directly or indirectly employed by the contractor. Copy of Certificate to be provided to the TOWN OF SOUTHOLD. DISABILITY INSURANCE & UNEMPLOYMENT INSURANCE: Contractor/vendor shall take out and maintain during the entire term of the contract any disability benefits and unemployment insurance as required by law. Copy of Certificate to be provided to the TOWN OF SOUTHOLD. GENERAL LIABILITY INSURANCE: The contractor/vendor shall take out and maintain during the life of the contract, such bodily injury liability and property damage liability insurance as shall protect him and the Town from claims for damages for bodily injury including accidental death, as well as from claims for property damage which may arise from operations under this contract, whether such operations be by himself or by any subcontractor or by anyone directly or indirectly employed by either of them. It shall be the responsibility of the contractor/vendor to maintain such insurance in amounts sufficient to fully protect himself and the Town, but in no instance shall amounts be less than those set forth below. These amounts are specified only to establish the minimum coverage acceptable. Bodily injury liability and property damage liability insurance in an amount not less than $1,000,000 (one million dollars) for damages on account of any one accident, and in an amount of not less than $2,000,000 (two million dollars) on account of all accidents (general aggregate). EXCESS/UMBRELLA INSURANCE: The contractor/vendor shall take out and maintain during the life of the project an excess/umbrella insurance policy in an amount of not less than $1,000,000 (One million dollars) each occurrence and aggregate. OTHER CONDITIONS OF COMMERCIAL GENERAL LIABILITY INSURANCE: 1. Coverage shall be written on commercial general liability form. 2. Coverage shall include: A. Contractual liability B. Independent contractors C. Products and completed operations ADDITIONAL CONDITIONS OF INSURANCE: Contractor/vendor shall submit copies of any or all required insurance policies as and when requested by the Town. If any of the contractor's/vendor's policies of insurance are cancelled or not renewed during the life of the contract, immediate notice of cancellation of non-renewal shall be delivered to the Town no less than 10 days prior to the date and time of cancellation or non-renewal. RFP SUBMISSION CERTIFICATION OFFEROR MUST RETURN THIS COMPLETED FORM WITH PROPOSAL SUBMISSION PROPOSAL SUBMITTED BY: FIRM: ADDRESS: PHONE: E-MAIL: FAX: The proposal as submitted includes the Town of Southold Maintenance of Pump Station/Fishers Island Sewer District RFP Submission Form with Conflict of Interest Certification, an Affidavit of Qualification to Bid and a Statement of Qualifications. I, the undersigned, hereby attest to the truth and completeness of the information and responses provided and certify that my firm has met the minimum selection criteria required in the Town of Southold's Request for Proposal for the Town of Southold Maintenance of Pump Station/Fishers Island Sewer District. Signature Date STATE OF: COUNTY OF: ss: On the __ day of in the year 2012 before me, the undersigned, a notary public in and for said state, personally appeared , personally known to me or proved to me on the basis of satisfactory evidence to be the individual whose name is subscribed to the within instrument and acknowledged to me that he/she executed the same in his/her capacity and that by his/her signature on the instrument, the individual or the person upon whose behalf of which the individual acted, executed the instrument. Notary Public 9 RFP SUBMISSION FORM Company Name: Company Federal Tax Identification Number: Contact Person Company Address Phone: E-mail: Fax: CONFLICT OF INTEREST CERTIFICATION I HEREBY CERTIFY, on behalf of , that neither the Town Supervisor, nor any other officer, agent, or employee of the Town, no member of the governing body of the Town, and no member or employee of a Commission, Board, or Corporation controlled or appointed by the Supervisor and Town Board of the Town has received or has been promised directly or indirectly, any financial benefit by way of fee, commission, finder's fee, or in any other manner, remuneration directly or indirectly related to this contract. Upon request by the Town Attorney, or other authorized agent, as a prerequisite to payment pursuant to the terms of a contract awarded pursuant to this bid submission, will furnish to the Town Board of the Town of Southold, under oath, answers to any interrogatories and comply with any request to review documents related to a possible conflict of interest as herein embodied. I HEREBY CERTIFY, on behalf of that no employee or agent of is a member or employee of any agency, commission, board or corporation of the Town of Southold or is the spouse or any other relative of any of the foregoing. If is unable to so certify, the details of any such relationship with the Town of Southold are disclosed herein: 10 I do solemnly declare and affirm under the penalties of perjury that the contents of this Affidavit are tree and correct. Signature Date Witness STATE OF: COUNTY OF: ss: On the day of in the year 2012 before me, the undersigned, a notary public in and for said state, personally appeared , personally known to me or proved to me on the basis of satisfactory evidence to be the individual whose name is subscribed to the within instrument and acknowledged to me that he/she executed the same in his/her capacity and that by his/her signature on the instrument, the individual or the person upon whose behalf of which the individual acted, executed the instrument. Notary Public 11 AFFIDAVIT OF QUALIFICATION TO BID I HEREBY AFFIRM THAT 1) I am the and the duly authorized (Title) representative of the firm and that I (Name of Corporation) possess the legal authority to make this affidavit on behalf of myself and the firm for which I am acting. 2) The firm is either a New York corporation or is a foreign corporation properly registered with the New York State Department of Taxation and Finance. 3) Except as described in paragraph 4 below, neither I nor the above firm, nor to the best of my knowledge, any of its officers, directors, or partners, or any of its employees directly involved in obtaining contracts with the State or any county, bi-county, or multi-county agency, or subdivision of the State have been convicted of, or have pleaded nolo contendere to a charge of, or have, during the course of an official investigation or other proceeding, admitted in writing or under oath, acts of omissions which constitute bribery, attempted bribery, of conspiracy to bribe, whether or not in furtherance of obtaining a contract with a public body under the laws of any state or the Federal government. 4) List any conviction, plea, or admission described in paragraph 3 above, with the date, court, official, or administrative body; the individuals involved and their position with the firm; and the sentence or disposition, if any. Otherwise, state "none" as appropriate. 5) Neither I nor the above firm, nor to the best of my knowledge an officer, partner, controlling stockholder or principal of the bidder, or any other person substantially involved in the bidder's contracting activities has: (1) been convicted under the laws of the State, another state or the United States of(i) a criminal offense incident to obtaining, attempting to obtain, or performing a public or private contract; or (ii) fraud, embezzlement, theft, forgery, falsification or destruction of records, or receiving stolen property; (2) been convicted of a criminal violation of an antitrust statute of the State, another state or the United States; (3) been convicted of a violation of the Racketeer Influenced and Corrupt Organization Act, or the Mail Fraud Act, for acts in connection with the submission of bids or proposals for a public or private contract; (4) been convicted of a conspiracy to commit any act or omission that would constitute grounds for conviction under any of the laws or statutes described herein; (5) been found civilly liable under an antitrust statute of the State, another state or the United States for acts or omissions in connection with the submission of bids or proposals for a public or private contract. 6) Bidder hereby declares that this bid is made without any connection or collusion with any person, firm or corporation making a bid for the same work; that pursuant to this 12 Affidavit; that the attached specifications and any drawings referred to herein have been carefully examined and are understood; that careful examination has been made as is necessary to become informed as to the character and extent of the work required; and, that if this bid is accepted, this Bidder will contract to do, for the price stated in the attached cost proposal, all of the work described in the specifications, drawings and contract conditions. 7) I acknowledge that this Affidavit is to be furnished to the Town Clerk of the Town of Southold. I acknowledge that, if the representations set forth in this Affidavit are not tree and correct, the Town of Southold may terminate any contract awarded and take any other appropriate action. I do solemnly declare and affirm under the penalties of perjury that the contents of this Affidavit are tree and correct. Witness Signature Date STATE OF: COUNTY OF: ss: On the day of in the year 2012 before me, the undersigned, a notary public in and for said state, personally appeared , personally known to me or proved to me on the basis of satisfactory evidence to be the individual whose name is subscribed to the within instrument and acknowledged to me that he/she executed the same in his/her capacity and that by his/her signature on the instrument, the individual or the person upon whose behalf of which the individual acted, executed the instrument. Notary Public 13 DRAFT AGREEMENT ON-ISLAND MANAGEMENT AND MAINTENANCE OF THE FISHERS ISLAND SEWER DISTRICT TOWN OF SOUTHOLD, NY THIS AGREEMENT made this day of ., 20~, by and between , an Individual/Corporation organized and existing under the laws of the State of New York, hereinafter called "Contractor" and the Town of Southold, hereinafter called the "Owner". WITNESSETIt, that the CONTRACTOR and the OWNER, for the considerations stated herein, mutually agree as follows: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the OWNER and the CONTRACTOR, the CONTRACTOR hereby agrees to commence and complete the work described as follows: Provide on-site management and maintenance of the Fishers Island Sewer District for one year beginning on ,20__, hereinafter called the Project, as set forth in the attached document entitled "Town of Southold Fishers Island Sewer District On-Island Management and Maintenance", for the sum of AND ~/100 ($ ) to be paid in twelve (12) equal monthly installments. The CONTRACTOR hereby agrees to commence work under this Contract for the period ., 20 to ,20__. The OWNER hereby agrees to pay the CONTRACTOR in current funds for the performance of the Contract, subject to additions and deductions, as provided in the attachment to Contract, and to make payments on account thereof as provided. IN WITNESS WHEREOF, the parties hereto have caused this AGREEMENT to be executed on the day and year first above written. 14 SEAL ATTEST TOWN OFSOUTHOLD OWNER By: WITNESS SEAL ATTEST SCOTT A. RUSSELL, Supervisor CONTRACTOR By: WITNESS 15 TECHNICAL SPECIFICATIONS Compliance with the Immigration Reform and Control Act of 1986 The Contractor hereby agrees that he is aware o£ and has complied with the hiring and documentation requirements of the Immigration Reform and Control Act of 1986. The Contractor agrees that it has asked for and examined documentation in order to verify the legal employability of his employees and has executed the appropriate forms attesting thereto pursuant to the Act. The Contractor further agrees to indemnify and hold the Town harmless from any costs and/or penalties incurred, including but not limited to fines, attorney's fees and costs arising from a claim of violation of said Act. General The intent of these specifications is to provide guidance for the on-site management and maintenance and operation of the sewer system ("System"). The Contractor shall use general accepted practices to address items not specifically listed in these specifications. Any questions should be addressed to the Town Engineer and/or the Town Board. The System operates as a unit. As reviewed by the Town Engineer and/or the Town Board, a number of tests have been outlined for each component. The Contractor is expected to provide the level of expertise and oversight required to maintain the System, including the generator, pumps, leaching field and alarm system in a completely functional condition. The Contractor will provide input on a budget to be set for long-term parts replacement and for the annual maintenance funding budget which covers costs associated with the purchase of necessary materials for repairs and maintenance. The Contractor will review the System, its components and operation on a set schedule and at random intervals. The Contractor will be responsible to act as first responder to System alarms. All costs associated with responding to the alarm, including labor and equipment, will be included in the annual maintenance costs submitted by the Contractor. Work performed by the Contractor outside of the scope of this contract shall be approved by the Owner and billed at a previously agreed hourly wage plus parts and equipment. A System log is to be maintained at the site with complete records on all maintenance operations, which may be reviewed by the Town Engineer the Town Board and/or the Fishers Island Sewer District Advisory Committee. Generator The Contractor shall be responsible for the operation and maintenance of the generator in peak operating condition and oversight of the Generator Subcontractor duties, including labor, 16 equipment, and the changing of all fluids as required, and all other general maintenance requirements, including: (i) the replacement of the oil and filters every fifty (50) hours of operation, or once per year, whichever is greater; (ii) the first oil change shall be on the first site visit of this year; (iii) the oil should be checked every two (2) weeks and oil added as required; (iv) the generator is to be run for a minimum of twenty (20) minutes every two (2) weeks; and (v) the generator is to be greased twice a year. The antifreeze in the generator shall be changed every three (3) years or more frequently if required. The antifreeze shall be mixed to withstand -40 degree temperatures. The antifreeze is to be changed during the first site visit of this year. The antifreeze is to be checked every two (2) weeks and additional antifreeze added as required. The generator battery shall be checked regularly and replaced when necessary to assure operation. The Contractor shall be responsible for notifying the Town Engineer or Town Board and/or the Generator Subcontractor when fuel is needed for the generator, and upon receiving approval from the Town Engineer or Town Board, shall coordinate the delivery of the fuel. Note: Any significant spillage of fuel during delivery or due to leaks in the generator equipment shall be reported to the Town Engineer, the Town Board, the Fishers Island Sewer District Advisory Committee, and required State officials immediately. Any minor spillage of fuel or other oil, antifreeze, etc. shall be cleaned up promptly and disposed of in accordance with sound environmental practice and noted in the System's log. Electric Panels The panel boxes and all electrical components will need to be inspected for corrosion yearly. As part of the regular maintenance program, the transfer switch should be tested bi-monthly in the test position. The power should be shut down monthly to test the transfer switch under power outage condition. Pumps and Valve Pit The Contractor shall be responsible for the oversight of pump and valve pit maintenance and oversight of Pump Subcontractor duties, including labor, equipment, inspecting the valve pit and wetwell and making adjustments as necessary and all other general maintenance requirements, including: (i) the pumps and valve pit shall be inspected weekly; (ii) the valves within the pit should be kept free of rust; (iii) the valves are to be cleaned and painted annually; (iii) the chain hoist/tripod that is stored in the drywell is to be maintained in an operable condition, cleaned and painted annually, and oiled as required; and (iv) the gauges within the valve pit will be replaced as part of the initial repairs. The check valves are to be cleaned monthly during the offseason, and bi-monthly during the peak summer months, to insure adequate operation. The gate/plug valves are to be exercised bi- monthly. The weights on the check valves are to be adjusted as required. 17 Wetwell The wetwell shall be inspected weekly. Debris and sewage buildup shall be removed and disposed of in a sanitary manner. Excessive or unusually strong flows into the wetwell shall be reported to the Town Engineer or Town Board. The force main is to be flushed annually to clear the line of any buildup of solids. Flushing is to be accomplished by running both pumps simultaneously for a minimum of three (3) minutes. Leaching Field The Contractor will oversee the general condition of the leaching field where the D-boxes are located. The Contractor must have an understanding of inspection and adjusting of D-boxes in accordance with the System consultant's instructions. The Contractor shall advise the Town Engineer and Grounds Subcontractor of the condition. A minimum ten foot buffer area with no trees around the perimeter of the grounds must be maintained. 18 #10692 STATE OF NEW YORK) ) SS: COUNTY OF SUFFOLK) Karen Kine of Mattituck, in said county, being duly sworn, says that she is Principal Clerk of THE SUFFOLK TIMES, a weekly newspaper, published at Mattituck, in the Town of Southold, County of Suffolk and State of New York, and that the Notice of which the annexed is a printed copy, has been regularly published in said Newspaper once each week for 1__ week(s), successfully commencing on the 17th day of May12012. Principal Clerk Sworn to before me this da of 2o12. LEGAL NOTICE NO~ICE TO I$1DDER8 NOTICE IS HEREBY GIVEN, the Town of Southold is seeking Request for Proposals (RFP) for the Maintenance of the Pump Station for the Fishers Island Sewer District. Specifications for such RFP may be obtained at the Office of the Southold Town Clerk, Town Hall, 53095 Main Road, P O Box 1179, Southold, New York 11971. The sealed proposals must be re- ceived by the Southold Town Clerk ~ NOTARy PUBLIC-STATE OF NEW YORK NO. 01VO6105050 Qualified In Suffolk County My COrrlmllllofl ixplres ~eb~uoty 28, 2016 17/05 '12 THU 09:51 FAX 651 765 6145 SOUTHOLD TOWN CLERK ~001 TX/RX NO INCOMPLETE TX/RX TRANSACTION OK ERROR *** MULTI TX/RX REPORT *** 2173 [* 501 [* 51118005243329 [* 52]18882329941 I* 53]18002582984 [* 54]18009620544 Burrelle's Info Data Construct Dodge Reports Construct Info LEGAL NOTICE NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, the Town of Southold is seeking Request for Proposals (RFP) tbr the Maintenance of the Pump Station for the Fishers Island Sewer District. Specifications for such RFP may be obtained at the Office of the Southold Town Clerk, Town Hall, 53095 Main Road, P O Box 1179, Southold, New York 11971. The sealed proposals must be received by the Southold Town Clerk by 10:00 A,M. on. Thursda¥~ May 31~ 2012. All proposals must be plainly marked "Pump Station Maintenance, FISD", and submitted to the Town Clerk. The proposal price shM1 not include any tax, federal, state, or local, from which the Town of Southold is exempt. The Town Board of the Town of Southold reserves the right to reject any and all proposals and waive any and all informalities in any proposals should be it be deemed in the best interest of the Town of Southold to do so. Dated: May g, 2012 BY ORDER OF THE SOUTHOLD TOWN BOARD By: Elizabelh A. Neville Southold Town Clerk STATE OF NEW YORK) SS: COUNTY OF SUFFOLK) ELIZABETH A. NEVILLE, Town Clerk of the Town of Southold, New York being duly sworn, says that on the ~ day of ~)~f.,..~, 2012, she affixed a notice of which the annexed printed notice is a tree copy, inqa 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. Re: RFP FISD Pumpout Station Maintenance (~Elizabeth A. Neville Southold Town Clerk Sworn before me this o~/ day of~, 2012. N~tar~ Public LEGAL NOTICE NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, the Town of Southold is seeking Request for Proposals (RFP) for the Maintenance of the Pump Station for the Fishers Island Sewer District. Specifications for such RFP may be obtained at the Office of the Southold Town Clerk, Town Hall, 53095 Main Road, P O Box 1179, Southold, New York 11971. The sealed proposals must be received by the Southold Town Clerk by 10:00 A.M. on Thursday~ May 31~ 2012. All proposals must be plainly marked "Pump Station Maintenance, FISD", and submitted to the Town Clerk. The proposal price shall not include any tax, federal, state, or local, from which the Town of Southold is exempt. The Town Board of the Town of Southold reserves the right to reject any and all proposals and waive any and all informalities in any proposals should be it be deemed in the best interest of the Town of Southold to do so. Dated: May 8, 2012 BY ORDER OF THE SOUTHOLD TOWN BOARD By: Elizabeth A. Neville Southold Town Clerk PLEASE PUBLISH ON May 17, 2012 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 FI Fog Horn Town's Web Site Town Board Members Town Clerk's Bulletin Board Town Attorney Page 1 of 1 Cooper, Linda From: Krauza, Lynne Sent: Friday, May 04, 2012 2:15 PM To: Cooper, Linda Cc: Ipevans@fishersisland.net; Finnegan, Martin; Hulse, Lori Subject: FI Pump Station RFP Attachments: FI Pump Station RFP.doc Hi Linda, Lori asked me to send you the attached document in connection with the referenced matter. Please direct any questions to Lori Hulse. Thanks. Lynne 5/4/2012 Page 1 of I Cooper, Linda From: Candice Schott [cschott@timesreview.com] Sent: Thursday, May 10, 2012 2:51 PM To: Cooper, Linda Subject: RE: Legal Notice RFP FISD Pump Station Maintenance Hi Linda, The sun is out, Yay!! I have received the notice and we are §ood to §o for the 5/17 issue. Thanks, Candice From: Cooper, Linda [mailto:Linda.Cooper@town.southold.ny.us] Sent: Wednesday, Hay 09, 2012 3:07 PM To: tr-legals Subject: Legal Notice RFP F]SD Pump Station Maintenance Good afternoon on this rainy, dreary afternoon. Please confirm receipt of this legal notice for the May 17 edition of the Suffolk Times. Thank you and try to stay dry. Icoop 5/11/2012