HomeMy WebLinkAboutFishers Island Sewer District JUDITH T.TERRY c :� Town Hall, 53095 Main Road
TOWN CLERK con x P.O.Box 1179
'T? Southold,New York 11971
REGISTRAR OF VITAL STATISTICSFax(516)765-1823
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER ; I � �` �✓' Telephone(516)765-1800
FREEDOM OF INFORMATION OFFICER r
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
July 14, 1995
Harold Cook
P.O. Box 661
Fishers Island, New York 06390
Dear Mr. Cook:
Enclosed are the fully executed agreements between Harold's and the
Town of Southold for Maintenance of the Grounds at the Fishers Island
Sewer District and Maintenance of the Pump Station at the Fishers Island
Sewer District.
I am in receipt of your Certificate of General Liability Insurance and
Certificate of Workers' Compensation Insurance. Thank you for sending
them so promptly.
Very truly yours,
Judith T. Terry
Southold Town Clerk
Enclosures
cc: Town Attorney
Accounting & Finance
r
AGREEMENT
MAINTENANCE OF THE PUMP STATION
FISHERS ISLAND SEWER DISTRICT
TOWN OF SOUTHOLD,NY
THIS AGREEMENT,made
this 1 day ofit) � 19�L5 by and between
5
an Individual/Corporation organized and existing under the laws of the State of
Nov qnp-,V,
hereinafter called the "Contractor" and the Town of Southold,hereinafter called the "Owner".
WITNESSETH,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 Maintenance of the Pump
Station for one year, hereinafter called the Project as set forth in the Contract documents, for the
sum of SIX THOUSAND, FOUR HUNDRED TWENTY DOLLARS ($6,420.00),to be paid in
twelve (12),equal,monthly installments. Provide initial labor to bring the pump station up to
full operating condition, for the sum of NINE THOUSAND, SIX HUNDRED DOLLARS
($9,600.00),to be paid based on the percentage of work completed, as determined by the
Engineer, JC Sommers Associates Inc. These sums are to include furnishing all plant, labor,
equipment, and appliances, and performing all operations in connection with the referenced work
in order to provide a complete, operational and stable finished product in accordance with the
conditions and prices stated in the Bidders Information of the Contract.
The Contractor hereby agrees to commence work under this Contract for the period June 1, 1995
- May 31, 1996.
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 Bidders Information of the
Contract, and to make payments on account, thereof as provided.
The CONTRACT DOCUMENTS shall consist of the following (including their attachments and
exhibits):
a. This Agreement
b. Addenda
C. Invitation for Bids
d. Instructions to Bidders
e. Scope of Services
f. Insurance Form
g. Exhibits not included as part of the documents listed above.
IN WITNESS WHEREOF, The parties hereto have caused this AGREEMENT to be executed in
six(6) original copies on the day and year first above written.
SEAL Town of Southold
ATTEST OWNER
(L
_
By:
Thomas Wic am
WITNESS JUDITH T TERRY
Notary Public,State of New York
No.52-0344963
Qualified in Suffolk County
Commission Expires May 31,19V
SEAL
ATTEST CONTRACTOR
By; Harold Cook
WITNESS
EIL EEN G.
NOTARY PUBLIC, NEW YC4K STAT
NO. 01 W A9509185
QUALIFIED IN SUFFOLK COUNT" PO Box 661 , Fishers Island NY 06390
TERM EXPIRES OCTOf-Q 3i. 9�
ADDRESS
AGREETPS.FIDSK
AGREEMENT
MAINTENANCE OF THE GROUNDS
FISHERS ISLAND SEWER DISTRICT
TOWN OF SOUTHOLD,NY
THIS AGREEMENT, made this ] s= day of ox�t 19q`3-, by and between
14AeD—DI5
an Individual/Corporation organized and existing under the laws of the State of
New yo��
hereinafter called the "Contractor" and the Town of Southold, hereinafter called the "Owner".
WITNESSETH, 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: Maintenance of the Grounds,
hereinafter called the Project as set forth in the Contract documents, for the sum of FOUR
THOUSAND, FIVE HUNDRED FIFTY DOLLARS ($4,550.00), to be paid in twelve (12),
equal,monthly installments. This sum is to include furnishing all plant, labor, equipment, and
appliances, and performing all operations in connection with the referenced work in order to
provide a complete, operational and stable finished product in accordance with the conditions
and prices stated in the Bidders Information of the Contract.
The Contractor hereby agrees to commence work under this Contract for the period June 1, 1995
- May 31, 1996.
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 Bidders Information of the
Contract, and to make payments on account, thereof as provided.
The CONTRACT DOCUMENTS shall consist of the following (including their attachments and
exhibits):
a. This Agreement
b. Addenda
C. Invitation for Bids
d. Instructions to Bidders
e. Scope of Services
f. Insurance Form
g. Exhibits not included as part of the documents listed above.
IN WITNESS WHEREOF, The parties hereto have caused this AGREEMENT to be executed in
six (6) original copies on the day and year first above written.
SEAL 1
ATTEST OWNER
By:
JUDITH T-TERRY ho s Wickham
TNESS Notary Public,State of New York
No.52-0344963
Qualified in Suffolk county
Ggmmission Expires May 31,18
SEAL
ATTEST CONTRACTOR
By. Harold Cook
WITNESS
EILEEN G. WALL
NOTARY PUBLIC, NEW YORK STATE
NO. 01 WA9509185
QUALIFIED IN
PO Box 661 , Fishers Island NY 06390
ADDRESS
ACORDo ICU ANC DATE(MUDD/YY)
PRODUCER 6129195 _-
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Joseph L. Townsend,Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 1
BOX 40 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Greenport, New York 11944 L_ --- -------_-
COMPANIES AFFORDING COVERAGE
COMPANY
A Merchants Ins.Co-of New Hampshire
INSURED
COMPANY I
Harold Cook B
Box 661 COMPANY
Fishers Island, New York 06390 C
i
COMPANY
D
COVERAGE
S
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCETED LOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD i
INDICATED, NOTWITHSTANDING ANY REQUIREMENT,TERR@,.OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS f
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS
DATE(MM/DD,YY) DATE(MM/DD/YY) j
_ ..—__
GEN
ERAL LIABILITY GENERAL AGGREGATE $ 2,000,000
COMMERCIAL GENERAL LIABILITY PRODUCTS COMP/OP AGG $
A x,
8CMN-57-8576384 10/20/94 10/20/95 _ 2,000,000
CLAIMS MADE X OCCUR PERSONAL&ADV INJURY $ l_,ODQ,OOO
OWNER'S&CONT PROT EACH OCCURRENCE $ 1 ,000,000
FIRE DAMAGE(Any one fire) $ 50,000 j
MED EXP(Any one person) $ 5"000
AUTOMOBILE LIABILITY
ANY AUTO COMBINED SINGLE LIMIT $
ALL OWNED AUTOS
BODILY INJURY $
SCHEDULED AUTOS (Per person)
HIRED AUTOS
BODILY INJURY $
NON-OWNED AUTOS (Per accident)
- - PROPERTY DAMAGE $
GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $
ANY AUTO OTHER THAN AUTO ONLY:
EACH ACCIDENT $
{ '
WOW AGGREGATE $
EXCESS LIABILITY EACH OCCURRENCE $
UMBRELLA FORM
AGGREGATE $
OTHER THAN UMBRELLA FORM $ {
WORKERS COMPENSATION AND STATUTORY LIMITS
EMPLOYERS'LIABILITY
.�7Y,.771 hold Town ClQ1�
EACH ACCIDENT $ i
THE PROPRIETOR/ INCL DISEASE-POLICY LIMIT
PARTNERS/EXECUTIVE $
OFFICERS ARE: EXCL DISEASE-EACH EMPLOYEE $
OTHER _..
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS
r
CERTIFICATE HOLDER - -�- CANCELLATION
1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
Town of Southold i EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
Main Road 1 ]�_DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
Southold, New York 11971 f BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
OF ANP KIND MON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
AUTHOR D REP ATI
ACORD 25-S(3/93) _ w_. 6►* _ RD CORPORATION 1993
THE S ATE INSURANCE FUND
199 CHURCH STREET NEW YORK, N.Y. 10007
(212) 312-7276
CERTIFICATE OF WORKERS' COMPENSATION INSURANCE
RECEIVED
HAROLD COOKJUL 14 1995 POLICY NUMBER
PO BOX 661 1149 304-6
FISHERS ISLAND NY 06390 Southold Town C1e+'k DATE
6/29/95
CERTIFICATE NUMBER
649-371
PERIOD COVERED BY THIS CERTIFICATE
5/24/95 TO 5/24/96
POLICYHOLDER CERTIFICATE HOLDER
HAROLD COOK TOWN OF SOUTHOLD
PO BOX 661 MAIN ROAD
FISHERS ISLAND NY 06390 SOUTHOLD NY 11971
THIS IS TO CERTIFY THAT THE POLICYHOLDER NAMED ABOVE IS INSURED WITH THE STATE
INSURANCE FUND UNDER POLICY NO. 1149 304-6 UNTIL 5/24/96 , COVERING THE ENTIRE
OBLIGATION OF THIS POLICYHOLDER FOR WORKERS' COMPENSATION UNDER THE NEW YORK WORK-
ERS' COMPENSATION LAW WITH RESPECT TO ALL OPERATIONS IN THE STATE OF NEW YORK,
EXCEPT AS INDICATED BELOW.
IF SAID POLICY IS CANCELLED, OR CHANGED PRIOR TO 5/24/96 IN SUCH MANNER AS
TO AFFECT THIS CERTIFICATE, 30 DAYS WRITTEN NOTICE OF SUCH CANCELLATION
WILL BE GIVEN TO THE CERTIFICATE HOLDER ABOVE. NOTICE BY REGULAR MAIL SO
ADDRESSED SHALL BE SUFFICIENT COMPLIANCE WITH THIS PROVISION.
THIS CERTIFICATE DOES NOT APPLY TO BUILDING DEMOLITION.
THE STT I SURAN E FUND
C
U_26.3 HER T JACOBS
DIRECTOR,INSU ANCE FUND UNDERWRITING
�oc��FFO[KcOGy
JUDITH T. TERRY L Town Hall, 53095 Main Road
TOWN CLERK Z P.O. Box 1 179
REGISTRAR OF VITAL STATISTICS Southold, New York 11971
MARRIAGE OFFICER Fax (516) 765-1823
Telephone (516) 765-1801
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
FAX TRANSMITTAL
TO: GALEN B. SEMPREBON, PE, Sommers Associates
FROM: JUDITH TERRY, Town Clerk
DATE: June 19, 1995
Number of Pages (including cover) : 4
If total transmittal is not received, please call (516)765-1801.
COMMENTS: Response from Town Attorney Dowd with regard to contracts
for FI Sewer District.
NJ��FF01K ®-
�O Gy�c
o -
LAURY L. DOWD �ip Town Hall, 53095 Main Road
Town Attorney 'ifs®� ���1 P. O. Box 1179
Southold, New York 11971
Fax (516) 765-1823
Telephone(516)765-1800
OFFICE OF THE TOWN ATTORNEY
TOWN OF SOUTHOLD
MEMORANDUM
To: Town Clerk
From: Town Attorney
Re: Maintenance Contract for Grounds and Pump Station
Date: June 15, 1995
1 have reviewed the contracts you received and have only one concern: The
contract price includes all "plant, labor, equipment, and appliances." The
engineer should be sure that the contract is clear as to whether it includes
all materials needed in the performance of the job (such as fertilizer, etc.) .
With this caveat, we should proceed to execute the contract and complete the
work.
Obt
Town Hall, 53095 Main Road
�O 0� P.O. Box 1179
►� .�`a Southold, New York 11971
JUDITH T.TERRY ` FAX(5 16) 765-1823
TOWN CLERK TELEPHONE(516)765-1801
REGISTRAR OF VITAL STATISTICS OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
June 9, 1995
LAURY:
For your review. Two agreements with Harold Cook for Fishers Island
Sewer District. Maintenance of the grounds S maintenance of the pump
station.
-Tki 4 — 9 - 95 FR I :8104 JC SOMMERS ASS& - P _ 0 1
-g!JC
Sommers
�.:I Associates Inc.
FACSIlrtILE TRANSMITTAL SHEET
TOTAL 4.
DATE: 6 — q — 9,� NO. OF PAGES: !? ���t� co�rr sG f•
TO: CJ e( 1 7'�i -1_ �r /' r v �n av. C I r ➢r (
COMPANY:
FAX # PROJECT #
FROM: _�s__t r-� S N•*�.fa rY, c a
SUBJECT: 1 r v,S f'r I., let r a,, `l-f t r C an'f'•V-, c'f
,J rr e
Itke'srr+[•�TS � 7f •t�T � �.5 o G,�.,� c+ Af r
��a Pd I d' �to C� �d � �"�✓S f W
IF PROBLEMS OCCUR IN RECEIVING THIS FAX PLEASE CALL
(203) 872-2703
25 Terrace Drive • Vernon, Connecticut 06066-2416 . (203)872-2703 • Fax(203) 872-7163
Wastewater • Water Supply • Hazardous Wastes • Environmental Assessment 9 Civil Engineering • Surveying
9 - 95 FR I 805 JC SOMMERS AS C _ R - 02
D
AGREEMENT
MAINTENANCE OF THE GROUNDS
FISHERS ISLAND SEWER DISTRICT
TOWN OF SOUTHOLD, NY
THIS AGREEMENT, made this day of , 19_,by and between
an Individual/Corporation organized and existing under the laws of the State of
hereinafter called the "Contractor" and the Town of Southold, hereinafter called the "Owner".
WITNESSETH, 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: Maintenance of the Grounds, 7
hereinafter called the Project as set forth in the Contract documents, for the sum of FOUR
THOUSAND,FIVE HUNDRED FIFTY DOLLARS ($4,550.00),to be paid in twelve(12), M04e--
equal, monthly installments. This sum is to include furnishing all plant, labor, equipment, and
appliances, and performing all operations in connection with the referenced work in order to
provide a complete, operational and stable finished product in accordance with the conditions
and prices stated in the Bidders Information of the Contract.
The Contractor hereby agrees to commence work under this Contract for the period June 1, 1995
- May 31, 1996.
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 Bidders Information of the
Cootract, and to make payments on account, thereof as provided.
JUN - 9 - 95 FR I 035 JC
SOMMERS qS� C
The CONTRACT DOCUMENTS shall consist of the following (including their attachments and
exhibits):
a. This Agreement
b. Addenda
C. Invitation for Bids
d. Instructions to Bidders
e. Scope of Services
f Insurance Form
b• Exhibits not included as part of the documents listed above.
-TUN - 9 - 95 PRI 8 o6 JC S O M M E R S A S S� _ P . 04
IN WITNESS WHEREOF,The parties hereto have caused this AGREEMENT to be executed in
six (G)original copies on the day and year first above written.
SEAL Town of Southold
ATTEST OWNER
By:
WITNESS
SEAL
ATTEST CONTRACTOR
By:
WITNESS
ADDRESS
JUN 9 - 95 FR I S 6 JC SOMMERS ASS& _ P _ 05
AGREEMENT
MAINTENANCE OF THE PUMP STATION
FISHERS ISLAND SEWER DISTRICT
TOWN OF SOUTHOLD,NY
THIS AGREEMENT,made this day of , 19_, by and between
an Individual/Corporation organized and existing under the laws of the State of
hereinafter called the "Contractor" and the Town of Southold,hereinatter called the "Owner".
WTI'NESSETH, 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 bemby agrees to
commence and complete the work described as follows: Provide Maintenance of the Pump
Station for one year, hereinafter called the Project as set forth in the Contract documents, for the
sum of SIX THOUSAND,FOUR HUNDRED TWENTY DOLLARS ($6,420.00), to be paid in
twelve (12), equal,monthly installments. Provide initial labor to bring the pump station up to
full operating condition, for the sum of NINE THOUSAND, SIX HUNDRED DOLLARS
($9 0.00),to be paid based on the percentage of work completed, as determined by the
7 Engineer. ese sums are to include furnishing all plant, labor,equipment,and appliances, and
pc orminge all operations in connection with the referenced work in order to provide a complete,
operational and stable finished product in accordance with the conditions and prices stated in the
Bidders Information of the Contract.
The Contractor hereby agrees to commence work under this Contract for the period June 1, 1995
- May 31, 1996.
JUN 9 - 95 FR I S107 JC SoMMERS ASSaf . P 06
The OWNER hereby agrees to pay the CONTRACTOR in current funds for the performance of
the contract, subject to additions and deductions, as provided in the Bidders Information of the
Contract, and to make payments on account,thereof as provided.
The CONTRACT DOCUMENTS shall consist of the following(including their attachments and
exhibits):
a. This Agreement
b. Addenda
C. Invitation for Bids
d. Instructions to Bidders
e. Scope of Services
f Insurance Form
b. Exhibits not included as part of the documents listed above.
-TUN - , 9 - 95 PRI S :�7 SC SOMMERS ASS * _ P _ 07
IN WITNESS WHEREOF,The parties hereto have caused this AGREEMENT to be executed in
six(6) original copies on the day and year first above written.
SEAL Town of Southold
ATTEST OWNER
By:
WITNESS
SEAL
ATTEST CONTRACTOR
By:
WITNESS
ADDRESS
AGREMSSIDsx
-TUN — 9 — 9 5 F R I S - 34 J C S O M M E R S ASSOC . P . 01
-to JC
L-41Sommers
Associates Inc.
FACSIMILE TRANSMITTAL SHEET
AL
DATE: 6 — CI — 9 NO OF PAGES% )
)
cOmPm-. 771
FAR #: 14 q— I$,&3PROJECT #
FROM: ��� r-� .��•*� �r. e a _
J r �
r CI 15 o C,r.,�f
IF PROBLEMS OCCUR IN RECEIVING THIS FAS PLEASE CALL
(203) 872-2703
25 Terrace Drive • yemon,Connecticut 06066-2416 • (203)872-2703 • Fax(203) 872-7163
Wastewater • Wamr Supply • Hazardous Wastes • Environmental Assessment • Civil Engineering • Surveying
-TUN - 9 - 9 5 PR I S - Z S J C S O M M E R S ASSOC - P _ 0 2
C�
AGREEMENT
MAINTENANCE OF THE GROUNDS
FISHERS ISLAND SEWER DISTRICT
TOWN OF SOUTHOLD,NY
THIS AGREEMENT, made this day of , 19_,by and between
an Individual/Corporation organized and existing under the laws of the State of
hereinafter called the "Contractor" and the Town of Southold,hereinafter called the "Owner".
WITNESSETH, 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: Maintenance of the Grounds,
hereinafter called the Project as set forth in the Contract documents,for the sum of FOUR
THOUSAND,FIVE HUNDRED FIFTY DOLLARS($4,550.00),to be paid in twelve(12),
equal, monthly installments. This sum is to include furnishing all plant, labor, equipment, and
appliances, and performing all operations in connection with the referenced work in order to
provide a complete,operational and stable finished product in accordance with the conditions
and prices stated in the Bidders Information of the Contract.
The Contractor hereby agrees to commence work under this Contract for the period June 1, 1995
- May 31, 1996.
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 Bidders Information of the
Contract, and to make payments on account, thereof as provided.
-TUN - 9 - 9 S FRI S :9r5. J C S O M M E R S ASSOC - P _ 0 3
The CONTRACT DOCUMENTS shall consist of the following(including their attachments and
exhibits):
a. This Agreement
b. Addenda
C. Invitation for Bids
d. Instructions to Bidders
e. Scope of Services
f. Insurance Form
b. Exhibits not included as part of the documents listed above.
-TUN - 91 - 95 FRI 2:3 6 JC S O M M E R S ASSOC . P . 04
is
IN WITNESS WHEREOF,The parties hereto have caused this AGREEMENT to be executed in
six(G)original copies on the day and year first above written.
SEAL Town of Southold
ATTEST OWNER
By:
WETNESS
SEAL
ATTEST CONTRACTOR
By:
WITNESS
ADDRESS
-TUN - 9 - 9 -15 F R I S - 3 6 J C S O M M E R S ASSOC - P _ 05
•
Q �
AGREEMENT
MAINTENANCE OF THE PUMP STATION
FISHERS ISLAND SEWER DISTRICT
TOWN of SOUTHOLD,NY
THIS AGREEMENT,made this day of , 19___,by and between
an Individual/Corporation organized and existing under the laws of the State of
hereinafter called the "Contractor" and the Town of Southold,hereinafter called the "Owner".
WTTNESSETH, 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 bereby agrees to
commence and complete the work described as follows: Provide Maintenance of the Pump
Station for one year, hereinafter called the Project as set forth in the Contract documents, for the
sum of SIX THOUSAND,FOUR HUNDRED TWENTY DOLLARS ($6,420.00),to be paid in
twelve(12),equal,monthly installments. Provide initial labor to bring the pump station up to
till operating condition,for the sum of NINE THOUSAND, SIX HUNDRED DOLLARS
($9,600.00),to be paid based on the percentage of work completed, as determined by the
Engineer. These sums are to include furnishing all plant, labor,equipment,and appliances, and
performing all operations in connection with the referenced work in order to provide a complete,
operational and stable finished product in accordance with the conditions and prices stated in the
Bidders Information of the Contract.
The Contractor hereby agrees to commence work under this Contract for the period June 1, 1995
- May 31, 1996.
-TUN - 9 - 9 5 VRZ 8IW7 J C S O M M E R S ASSOC . P 0 6
•
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 Bidders Information of the
Contract, and to make payments on account,thereof as provided.
The CONTRACT DOCUMENTS sball consist of the following(including their attachments and
exhibits):
a. This Agreement
b. Addenda
C. Invitation for Bids
d. Instructions to Bidders
e. Scope of Services
f. Insurance Foran
g. Exhibits not included as part of the documents listed above.
-TUN - '9 - c-315 PRI 8 - Z7 J C S O M M E R S ASSOC - P _ 07
is
IN WITNESS WHEREOF,The parties hereto have caused this AGREEMENT to be executed in
six(6) original copies on the day and year first above written.
SEAL Town of Southold
ATTEST OWNER
By:
WITNESS
SEAL
ArI'EST CONTRACTOR
By:
WITNESS
ADDRESS
AGREETPUTASK
F0(,(cOT,ti�
� G
JUDITH T.TERRY ZZ
Town Hall 53095 Main Road
TOWN CLERK t CCoo � �' P.O. Box 1179
REGISTRAR OF VITAL STATISTICS d Southold,New York 11971
MARRIAGE OFFICER Fax RECORDS MANA GEMENT OFFICERl `� ' Telephone(b 6) 7651800
FREEDOM OF INFORMATION OFFICER `4
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
June 2, 1995
Harold Cook
P.O. Box 661
Fishers Island, New York 06390
Dear Mr. Cook:
The Southold Town Board, at a regular meeting held on May 30, 1995,
accepted your bids for the following proposals with regard to the Fishers
Island Sewer District:
The lump sum bid proposal of $4,550.00 for maintenance of the
grounds for a one year period, effective June 1 , '1995 through May 31,
1996.
The slump sum bid proposal of $6,420.00 for providing maintenance
of the pump station for a one year period, effective June 1 , 1995 through
May 31 , 1996.
The lump sum bid proposal of $9,600.00 for providing initial labor to
bring the pump station up to full operation condition.
A certified copy of the Town Board resolution is enclosed.
' Very truly yours,
Judith T. Terry
Enclosure Southold Town Clerk
cc: A. John Gada. Gena Contr.
Galen B. Semprebon,PE, Sommers Assoc.
Justice Louisa P. Evans
JUDITH T.TERRY o� Gyc
Town Hall, 53095 Main Road
TOWN CLERK y P.O. Box 1179
REGISTRAR OF VITAL STATISTICS Southold,New York 11971
y
MARRIAGE OFFICER Fax(516)765-1823
� O
RECORDS MANAGEMENT OFFICER �( `1Telephone(516)765-1800
FREEDOM OF INFORMATION OFFICER
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION WAS ADOPTED BY THE,
SOUTHOLD TOWN BOARD AT A REGULAR MEETING HELD ON MAY 30, 1995:
RESOLVED that the Town Board of the Town of Southold hereby accepts
the lump sum bid proposal in the amount of $4,550.00, from Harold Cook,
Fishers Island, N.Y. , for maintenance of the grounds at the Fishers Island
Sewer District pump station for a period of one year, effective June 1 , 1995
through May 31 , 1996, all in accordance with the bid specifications; and
be it
FURTHER RESOLVED that the Town Board hereby accepts the lump sum
bid proposal in the amount of $6,420.00, from Harold Cook, Fishers Island,
N.Y. , for providing maintenance of the Fishers Island pump station- for
a period of one year, effective June 1 , 1995 through May 31 , 1996, and
the lump sum bid proposal in the amount of $9,600.00, from Harold Cook,
for providing initial labor to bring the Fishers Island Sewer District pump
station up to full operating condition, all in accordance with the bid
specifications.
Judith T. Terry
Southold Town Clerk
May 31, 1995
RECEIVED
BID PROPOSAL/LUMP SUM BID
MAY 1 1 1995 FISHERS ISLAND SEWER DISTRICT
Southold Town OPA MAINTENANCE OF GROUNDS
PROJECT NO.
TO: Ms. Judith Terry, Town Clerk
Town of Southold
Fishers Island Sewer District
53095 Main Road
Southold,NY 11971
Gentlemen:
1. The undersigned, having familiarized (himself, itself,themselves) with the existing
conditions on the Project Area affecting the cost of the work, and with the Contract
Documents as set forth,hereby proposes to furnish all supervision,technical personnel,
labor, materials, machinery,tools, appurtenances, equipment, and services, including
utility and transportation services required to perform and complete this Contract, all in
accordance with the above listed Documents at and for the following unit and lump sum
prices. (The price is to be written in both words and figures. In case of discrepancy,
those shown in words will govern).
The Lump Sum Base Bid by me (us)
includes all work indicated on the drawings and/or described in the specifications.
` Y
LUMP SUM BID OF:
DOLLARS
(Written)
and -0- cents.
$
DATE
SIGNED
RECEIVED BID PROPOSAL/LUMP SUM BID
MAY 1 1 1995 FISHERS ISLAND SEWER DISTRICT
MAINTENANCE OF THE PUMP STATION
Southold Town Clerk
PROJECT NO.
TO: Ms. Judith Terry, Town Clerk
Town of Southold
Fishers Island Sewer District
53095 Main Road
Southold,NY 11971
Gentlemen:
1. The undersigned, having familiarized (himself, itself,themselves) with the existing
conditions on the Project Area affecting the cost of the work, and with the Contract
Documents as set forth, hereby proposes to furnish all supervision, technical personnel,
labor, materials, machinery, tools, appurtenances, equipment, and services, including
utility and transportation services required to perform and complete this Contract, all in
accordance with the above listed Documents at and for the following unit and lump sum
prices. (The price is to be written in both words and figures. In case of discrepancy,
those shown in words will govern).
The Lump Sum Base Bid by me (us)
includes all work described in the Specifications.
LUMP SUM BID FOR PROVIDING MAINTENANCE FOR ONE(1) YEAR OF:
Six thousand four hundred twenty-----------------DOLLARS
(Written)
and -0- cents.
$ 6,420.00
LUMP SUM BID FOR PROVIDING INITIAL LABOR TO BRING PUMP STATION
UP TO FULL OPERATING CONDITION OF:
Mine thousand six hundred------------------------DOLLARS
(Written)
and -0- cents.
$ 9, 600.00
SIGNED DATE
1
BID PROPOSAL/LUMP SUM BID
1 FISHERS ISLAND SEWER DISTRICT
1 MAINTENANCE OF GROUNDS
' PROJECT NO.
TO: Ms. Judith Terry, Town Clerk
Town of Southold
' Fishers Island Sewer District
53095 Main Road
Southold,NY 11971
1 Gentlemen:
1. The undersigned, having familiarized(himself, itself, themselves) with the existing
conditions on the Project Area affecting the cost of the work, and with the Contract
1 Documents as set forth, hereby proposes to furnish all supervision, technical personnel,
1 labor, materials, machinery, tools, appurtenances, equipment, and services, including
utility and transportation services required to perform and complete this Contract, all in
1 accordance with the above listed Documents at and for the following unit and lump sum
prices. (The price is to be written in both words and figures. In case of discrepancy,
1 those shown in words will govern).
1 The Lump Sum Base Bid by me (us)
includes all work indicated on the drawings and/or described in the specifications.
1
1
1
1
LUMP SUM BID OF:
' - DOLLARS
' (Written)
and � cents.
oo_
1
SIGNED r" DATE
i
I
k
JC Sommers Associates Inc.
25 Terrace Drive•Vernon,CT 06066-2416 &
(203) 872-2703 • Fax (203) 872-7163
FILE COPY
JF-z spe�.
purn�p5�- .
TOWN OF SOUTHO
LD
' FISHERS ISLAND SEWER DISTRICT
INVITATION TO BID
MAINTENANCE OF THE PUMP STATION
t
' TOWN OF SOUTHOLD
FISHERS ISLAND SEWER DISTRICT
' INVITATION TO BID
Sealed Bids for Fishers Island Sewer District, Maintenance of the Pump Station, will
be received by the Town of Southold, at the office of Judith Terry, Town Clerk, Town of
Southold, 53095 Main Road, Southold,NY 11971 until 3:00 p.m., Monday, May 15, 1995 at
' which time the Bids will be publicly opened and read aloud. All Bids must be received prior to
the above time and date to be considered.
Contract documents are enclosed herein.
No bidder may withdraw his/her Bid for a period of 45 days after the actual date of the
Bid opening.
The Town of Southold reserves the right to waive any formalities or to reject any or all
' Bids.
' INSTRUCTIONS OF BIDDERS
Bidding Documents
The Contractorshall complete the Bid Proposal Form and submit it in a sealed envelope
'
clearly labeled Fishers Island Sewer District, Maintenance of the Pump Station" prior to
' the Bid opening.
2. Intemretations or Addenda
' No oral interpretation will be made to any Bidder as to the meaning of the Contract
Documents or any part thereof. Every request for such an interpretation shall be made in
' writing to the Town a minimum of seven days prior to the date fixed for opening of Bids.
3. Examination of Plans SpecificationsSpecial Provisions and Site of Work
The Bidder is required to examine carefully the site of the work, and the proposal form,
special provisions, Specifications and Contract form for the work contemplated; and it
will be assumed that he has judged for and satisfied himself as to the conditions to be
' encountered.
' 4. Alternative or Supplemental Birk
No Alternative or Supplemental Bids will be considered unless such Bids are specifically
requested in these Instructions to Bidders and shown on the Bid Proposal Form.
5. Bids
' a. All Bids must be submitted on forms supplied by the Town and shall be subject to
all requirements of the Contract Documents, and these Instructions to Bidders.
All Bids must be regular in every respect and no interlineations, exclusions, or
special conditions shall be made or included in the Bid Forms by the Bidder.
' 6.
Withdrawal of Bids
Bids may be withdrawn by written or telegraphic request dispatched by the Bidder in
' time for delivery in the normal course of business to the time fixed for opening of the
Bids.
7. Execution of Ae_reement
a. Subsequent to the award and within ten(10) days after the prescribed forms are
presented for signature,the successful Bidder shall execute and deliver to the
' Town, an Agreement in the form included in the Contract Documents in such
number of copies as the Town may require.
' BID PROPOSAU/LUMP SUM BID
' FISHERS ISLAND SEWER DISTRICT
MAINTENANCE OF THE PUMP STATION
' PROJECT NO.
TO: Ms. Judith Terry, Town Clerk
Town of Southold
Fishers Island Sewer District
' 53095 Main Road
Southold,NY 11971
Gentlemen:
1. The undersigned,having familiarized(himself, itself,themselves) with the existing
conditions on the Project Area affecting the cost of the work, and with the Contract
tDocuments as set forth, hereby proposes to furnish all supervision,technical personnel,
labor, materials, machinery, tools, appurtenances, equipment, and services, including
' utility and transportation services required to perform and complete this Contract, all in
accordance with the above listed Documents at and for the following unit and lump sum
' prices. (The price is to be written in both words and figures. In case of discrepancy,
those shown in words will govern).
1
The Lump Sum Base Bid by me (us)
includes all work described in the Specifications.
' LUMP SUM BID FOR PROVIDING MAINTENANCE FOR ONE (1) YEAR OF:
' DOLLARS
(Written)
' and cents.
$
LUMP SUM BID FOR PROVIDING INITIAL LABOR TO BRING PUMP STATION
UP TO FULL OPERATING CONDITION OF:
DOLLARS
' (Written)
and cents.
$
SIGNED DATE
' SCOPE OF SERVICES
GENERAL CONDITIONS
G.C.#1 payment for Materials Purchase
' In order for the Contractor to receive payment for materials utilized on the project,
' the following requirements must be complied with:
' A yearly material budget is to be established for materials for the work. This
budget shall be charged against for the following items:
1. Oil and antifreeze for generator.
2. Primer and paint.
3. Two (2)Initial Pressure Gauges
' 4. Miscellaneous electrical components for repair and maintenance of control
panels.
' S.
Parts needed for maintenance and repair of generator.
For all items not on the above list,the prior approval of the Engineer shall
be required prior to purchase.
' All requests for payment for materials either prior to purchase or after
purchase, shall be done a minimum of 10 days prior to the end of the
' month to be considered for payment for that month.
t G.C. 1
' G.C.#2 Payments to Contractor
' The Contractor shall be paid monthly for the execution of this Contract. The
amount shall equal one-twelfth of his lump sum bid price plus payment for
' materials in accordance with G.C.#1. The Contractor shall be paid at the end of
the month for work performed that month; i.e.,the payment to be made after the
' end of April shall be for work performed in April and so forth.
' Project funds shall be used only for costs related to the provision of services
required by this Agreement as specified in the attached budget.
' All budget line items shall require prior written approval of the Town. Any costs
incurred by the Contractor prior to the date of commencement of the term of this
' Agreement shall be considered ineligible. No expenditure may be made for the
use of equipment or premises for political purposes, sponsoring or conducting
' candidates'meetings, engaging in voter registration activity or voter
transportation, or other partisan political activities.
The initial one to two months will consume much of the contractors time to
perform the initial repairs and get the pump station to an acceptable level of
operation. The payment to the Contractor has therefore been divided into two
parts to accommodate this initial level of effort that will be required. The
' Contractor will be paid for the necessary repairs to the pump station as outlined in
the Specifications under the payment item initial repairs". This will be made
' upon completion of the maintenance activities and approved by the Engineer. The
Contractor can apply for partial payment for the portion of work accomplished.
' The regular maintenance will be paid for under the maintenance pay item and will
be paid for monthly.
' G.C. 2
G.C.#3 Books of Account and Maintenance of Records
' The Contractor agrees to establish and maintain fiscal control and accounting
procedures which assure the proper accounting of all funds paid by the Town to
the Contractor under this Agreement. All records with respect to all matters
covered by this Agreement shall be maintained for a minimum of three (3) years
' after disbursement of the final payment under this Agreement. Such records shall
be retained beyond the three-year period if audit findings have not been resolved.
' All program costs and expenditures must be supported by properly executed
payrolls, time records, invoices, contracts, vouchers, receipts, leases, or other
official documentation evidencing in proper detail the nature and propriety of the
charges. All checks,payrolls, invoices, contracts, vouchers, receipts, leases, or
' other accounting documents pertaining in whole or in part to this Agreement shall
be clearly identified and readily accessible. Bank statements and checkbooks
' must be reconciled monthly. Cash balances and proof of payment or payroll must
be reported monthly.
The Contractor agrees to have available in the Town of Southold, upon request,
' all its books, documents, papers, and records, relating to the project, for
' inspection, audit, and copying during normal business hours, by appropriate
officials of the Town, or its duly authorized representative, concerning charges,
' fees, and costs under this Agreement.
G.C.#4 Permits and Codes
' A. The Contractor shall give all notices required by, and shall observe and
comply with all Federal and State laws, and Local by-laws, ordinances and
' regulations in any manner affecting the conduct of the work, and all such
' G.C. 3
' orders or decrees as may exist at present and those which may be enacted
later, of bodies or tribunals having jurisdiction or authority over the work.
G.C.#5 Accident Prevention
A. The Contractor shall exercise proper precautions and safety measures at all
times for the protection of persons and/or property and shall be responsible
for all injuries and/or damages to all persons and/or property, either on or
' off the site, which occur as a result of his prosecution of the work under
' this Contract.
' G.C.#6 Inspection/Acceptance of the Work
A. All materials and workmanship shall be subject to inspection, examination
or test by the Town and the Engineer to determine the acceptability of the
' work at any and all times.
' G.C.#7 Review by Town
' The Town, its authorized representatives, and agents shall at all times have access
to and be permitted to observe and review all work, materials, and equipment.
' G.C.#8 Insurance
A. Worker's Compensation-The Contractor shall carry, or require that there
be carried, Worker's Compensation Insurance and Employer's Liability
Insurance for all his employees and those of his subcontractors engaged in
work on the site in accordance with State or Territorial Worker's
' Compensation Laws.
' G.C. 4
G.C.#9 Safety Provision
rThe safety provisions of applicable laws, building and construction codes, and the
safety codes approved by the State Labor Commissioner shall be observed.
G.C.#10 Subcontracts
A. The Contractor shall not execute an Agreement with any Subcontractor or
permit any Subcontractor to perform any work included in this Contract
tuntil he has obtained approval from the Town.
1 G.C.#11 Changes in the Work
A. The Town may make changes in the work required to be performed
by the Contractor for the maintenance of the pump station under the
' Contract by making additions thereto, or by omitting work therefrom,
without invalidating the Contract.
G.C.#12 Suspension or Termination of Agreement
' A. Remedies Other Than Termination: Should review of the Contractor's
performance show non-conformance to the Scope of Services, budget, or
any other terms or conditions herein,the Contractor shall be in breach of
this Agreement, and the Town may take appropriate action as it deems
tnecessary, including but not limited to temporary withholding or reduction
of payment, or suspension of program operations. The Contractor shall be
' liable for all costs, including attorney's fees, incurred by the Town in
enforcing any and all terms of this Agreement. The selection of a remedy
' other than termination shall not prevent the Town from subsequently
terminating this Agreement as described herein.
' G.C. 5
B. Termination of Contract for Cause: If,through any cause,the Contractor
shall fail to fulfill in timely and proper manner his obligations under this
Agreement, or if the Contractor shall violate any of the covenants,
agreements, or stipulations of this Contract, the Town shall thereupon
have the right to terminate this Agreement by giving written notice to the
Contractor of such termination and specifying the effective date of such
' termination, at least five (5) days before the effective date of such
termination. In the event that the Contractor neglects or refuses to correct
' or cure said default to the satisfaction of the Town prior to said date,this
Agreement shall thereupon terminate. In such event, all finished or
unfinished documents, data, studies, and reports prepared by the
' Contractor under this Agreement shall, at the option of the Town, become
its property, and the Contractor shall be entitled to receive just and
' equitable compensation for any satisfactory work or services rendered
prior to termination. Not withstanding the above,the Contractor shall not
' be relieved of liability to the Town for damages sustained by the Town by
virtue of any breach of this Agreement, all costs and attorney's fees
incurred in enforcing this Agreement, and the Town may withhold any
payments to the Contractor for the purpose of setoff until such time as the
' exact amount of damages due the Town from the Contractor is determined.
C. Termination for Convenience of the Town: The Town may terminate this
Agreement at any time by giving written notice to the Contractor. If this
Agreement is terminated by the Town as provided herein,the Contractor
will be paid an amount which bears the same ratio to the total
compensation at the services actually performed bear to the total services
' of the Contractor covered by this Agreement, less payments of
compensation previously made; provided,however,that if less than sixty
percent(60%) of the services covered by this Agreement have been
performed upon the effective date of such termination,the Contractor shall
' G.C. 6
' be reimbursed(in addition to the above payment) for that portion of the
actual out-of-pocket expenses,not otherwise reimbursed under this
' Agreement, incurred by the Contractor during the contract period which
are directly attributable to the uncompleted portion of the services covered
' by this Agreement. If this Agreement is terminated due to the fault of the
Contractor, Section B hereof relative to termination shall apply.
G.C.#13 Engineer's Authority
All work shall be subject to the review of the Engineer. The Engineer shall decide
all questions as to interpretation of the plans, Specifications, and questions of
' mutual rights between Contractors. The Engineer shall decide on an acceptable
rate of progress, on the manner of performance, and on the acceptable fulfillment
of the Contract.
' G.C.#14 Materials and Workmanship
' A. Unless otherwise specifically provided for in the Specifications, all
workmanship, equipment, materials and articles incorporated in the work
' shall be new and the best grade of the respective kinds for the purpose.
' G.C.#15 Risk of Loss
The Town assumes no responsibility for the condition of existing buildings and
' structures and other property on the project area, nor for their continuance in the
condition existing at the time of issuance of the Invitation for Bids or thereafter.
' No adjustment of Contract Price or allowance for any change in conditions which
may occur after the Invitation of Bids has been issued will be made except as
provided for herein.
' G.C. 7
' G.C.916 Arbitration and Litigation
' Any controversy or claim arising out of, or relating to this Contract, or the breach
thereof, shall at the option of the Town be settled by arbitration in accordance
' with the Rules of the American Arbitration Association, and judgment upon the
award rendered by the Arbitrator(s)may be entered in any Court having
' jurisdiction thereof. The Town shall exercise its option to arbitrate concurrent
with the rendering of its final decision on the claim. Should it fail to render a
final decision within the prescribed time or fail to exercise its option, the claim
will be determined in accordance with the Rules of the American Arbitration
Association as hereinbefore stated.
G.C.917 Control of Existing Flows
During the maintenance work,the Contractor shall take every precaution and do
' the necessary work to maintain the flow of sanitary sewage through the pump
station. The Contractor is solely responsible for providing his flow control
system and there shall be no separate payment for the required work. The
Contractor shall be responsible for any flooding or sanitary backup on his work
' and to the property owners affected by such flooding or backup. The Contractor
shall make such provisions as may be required by the Local, State or Federal
health officers or any other public bodies with jurisdiction over the flow of
' sanitary seepage.
G.C.#18 Performance Standards
The Contractor agrees to carry out the provisions of this Agreement with highest
professional skill and competence, in conformance with the reasonable
' performance standards established in the Technical Specifications, or as may be
established by the Town during the term of this Agreement. All of the services
G.C. 8
t
required hereunder of the Contractor shall be performed to the sole satisfaction
and approval of the Town as a condition of payment for the rending of such
' services.
G.C.#19 Information. Reports and Documents
The Contractor shall submit to the Town on a bi-monthly basis, in a format and at
such dates as required by the Town, information concerning the progress and
activities of this project as related to the Technical Specifications. In addition,
' comprehensive fiscal information shall be submitted as required by the Town,
documenting all expenditures made as allowed by the budget. The Contractor
shall submit information required by the Town as to all other funding sources
which relates to the execution of this Agreement.
The Contractor agrees that all of the information, reports and documents
' assembled by the Contractor under this Agreement are the property of the Town.
The Contractor agrees that said documents and information contained therein shall
' not be made available to any individual or organization, other than authorized
' governmental officials, without prior approval of the Town, except as required by
State of Federal law.
' G.C.#20 Evaluation
' The Contractor agrees to participate in the periodic evaluation of the program.
' The Contractor agrees to cooperate fully with the Town in the implementation of
a reasonable evaluation system. The Town agrees to share with the Contractor
tsuch data and reports as may be derived therefrom. The Contractor shall have an
opportunity to review and comment on all drafts and final reports regarding
' recommendations the Town makes concerning future directions of the program,
' G.C. 9
including termination, diminution, expansion,modification, or change of
sponsorship.
The Contractor agrees to comply with evaluation and information requirements
including but not limited to site visits, program or fiscal audits, and periodic and
annual reports. The Contractor shall comply with all recommendations and
' requirements of the Town resulting from such evaluations and audits which are
' deemed by the Town to be consistent with the provision of service under this
Agreement.
' G.C.#21
(�om�plian_ce vv�t_h L.aw
In all matters pertaining to the execution of the Agreement, the Contractor shall
' conform strictly to all Federal, State, and Municipal laws, statutes, ordinances,
and the applicable rules and regulations, and any and all amendments thereto; and,
' to the methods and procedure of all governmental boards, bureaus, offices,
commissions, and other agencies.
G.C.#22 Assignment or Novation
The Contractor shall not assign or transfer, whether by an assignment or novation,
' any of his rights, duties, benefits, obligations, liabilities or responsibilities under
this Contract without the written consent of the Town.
G.C.#23 Indemnification of Town
The Contractor agrees to indemnify and save harmless the Town, its officers,
' agents, and employees against all suits, claims, or liabilities of every name and
nature arising out of or in consequence of the wrongful acts of the Contractor in
the performance of this Agreement.
' G.C. 10
G.C.924 Personnel
' It is mutually agreed that this is a contract for services and not a contract of
employment. The Contractor shall secure all personnel as may be required to
perform the services described herein. Such personnel shall not be employees of,
nor have any contractual relationship with, the Town. The Contractor shall not be
' entitled to any Town of Southold employment benefits such as, but not limited to,
vacation, sick leave, insurance, worker's compensation, or pension and retirement
benefits. No person who is serving sentence in a penal or correctional institute
' shall be employed on work under this Agreement.
' G.C.#25 Anti-Discrimination and Affirmative Action
' The Contractor shall not discriminate against any employee or applicant for
employment because of race, color, religion, age, sex, national origin, or
' handicap. The Contractor shall take affirmative action to ensure that applicants
for employment are employed, and that employees are treated during
' employment, without regard to their race, color, religion, age, sex, national origin,
or handicap. Such action shall include, but not limited to, the following:
' employment, upgrading, demotion, or transfer; recruitment or recruitment
advertising; layoff or termination; rates of pay or other form of compensation; and
selection for training, including apprenticeship. The Contractor shall state that all
qualified applicants shall receive consideration for employment without regard to
race, religion, age, sex, national origin, or handicap. The Contractor shall
' incorporate, or cause to be incorporated, this provision in any and all subcontracts
entered into pursuant to this Agreement.
G.C. 11
G.C.#26 Procurement Procedures and Requirements
' The Contractor shall conduct all procurement in a manner so as to provide
maximum open and free competition,regardless of whether negotiated or
' advertised and without regard to dollar value. For purchases where the aggregate
expenditure is expected to exceed $2,500,the required method of procurement
' shall be formal advertising with adequate purchase description, sealed bids, and
public openings. Procurement of personal or professional services may be
negotiated provided that a competitive process is used which considered all
' vendors and contractors reasonably available to provide such services. The
Contractor's records and files must give full support to all procurement and
provide justification for the method of procurement, the rationale for vendor
selection, and the basis for the cost or price negotiated. All such records and files
1 shall be made available to governmental officials for inspection upon request.
The Contractor shall make positive efforts to utilize small businesses and
' minority-owned business sources of supplies and services. Such efforts should
allow these sources the maximum opportunity to compete for contracts.
G.C.#27 Non-Expendable Property
' It is agreed that all non-expendable property acquired through expenditure of
funds authorized by this Agreement will revert to the Town, unless otherwise
' provided for, either at the expiration or earliest termination of this Agreement, or
when, in the opinion of the Town Administrator,there is no longer a need for the
property to accomplish the purpose for which it was intended, whichever first
occurs. As used herein,the term "non-expendable property" shall mean any and
' all personalty or fixtures which will not be consumed or lose its identify, and
which is expected to have a useful life of one (1)year or more.
' G.C. 12
All non-expendable property acquired under this Agreement shall be listed on the
Town inventory forms, a copy of which shall be forwarded to the Town at the
termination of this Agreement, or at any other time required by the Town. Such
property shall be tagged and numbered in a manner acceptable to the Town to
easily identify it from any other property. Copies of invoices for the purchase of
' all non-expendable property shall be retained to provide documentation of
purchase prices and description of property.
G.C.#28 Disclaimer of Agency of Third Puty Beneficiaa Rights
In no event shall anything in this Agreement be deemed to confer upon any third
' parties beneficiary rights against the Town.
' G.C.#29 Conflict of Interest
iThe Town and the Contractor hereby covenant and agree that no member of the
governing body of the Town, or its designees or agents, and no other public
' official, either paid or unpaid, who exercises any functions or responsibilities with
respect to this program during the individual's tenure or for one (1) year thereafter,
shall have any personal or financial interest, direct or indirect, in any contract or
subcontract, or the proceeds thereof, for work to be performed in connection with
the program assisted under this Agreement. The Contractor shall incorporate, or
cause to be incorporated, in all subcontracts, a provision prohibiting such interest
pursuant to the provisions of this paragraph.
G.C.#30 Amendments
This Agreement may be amended by written instrument executed by the parties
' hereto, acting therein by their duly authorized representative. Contractor's duly
G.C. 13
' authorized representative shall be the Executioner of the Agreement, and the
Town's duly authorized representative shall be its Town Administrator.
The Town or the Contractor may request changes in the Scope of Services to be
performed hereunder. Such changes, including any increase or decrease in the
amount of the compensation for the Contractor, which are mutually agreed upon
by and between the Town and the Contractor, shall be incorporated in written
' amendments to this Agreement.
' G.C.#31 Severability
' If any provisions of this Agreement is held invalid,the remainder of the
Agreement shall not be affected thereby if such reminder would then continue to
' conform to the terms and requirements of applicable law.
G.C.#32 Cumulative Remedies
' All rights exercisable by and remedies of the Town hereunder shall be cumulative
' and the exercise or beginning of the exercise by the Town of any of its rights or
remedies hereunder shall not preclude the Town from exercising any other right or
' remedy granted hereunder or permitted by law.
' G.C.#33 Goveminglaw
This Agreement shall be governed by and construed in accordance with the laws
of the State of New York and the ordinances of the Town of Southold.
' G.C. 14
� • i
' G.C.#34 Gender and Number
Words of any gender used in this Agreement shall be held and construed to
include any other gender, and words in the singular shall be held and construed to
include the plural, unless the Agreement requires otherwise.
G.C.#35 Notices
All notices approvals, demands requests, or other documents required or
PP Q Q
' permitted under this Agreement, other than routine communications necessary for
the day-to-day operation of this program, shall be deemed properly given if hand
' delivered or sent by United States registered mail,postage prepaid.
' G.C.#36 Successors
' This Agreement, to the extent permitted herein, shall insure to the benefit of, and
be binding upon,the parties hereto and any and all successors.
G.C.#37 Entire Agreement
This Agreement contains the entire understanding between the parties hereto and
supersedes any and all prior understandings, negotiations, and Agreements,
' whether written or oral, between them respecting the written subject matter.
G.C.#38 Non-Waiver
' Any failure by the Town or the Contractor to insist upon the strict performance by
the other of any of the terms and provisions hereof shall not be a waiver, and each
' party hereto, notwithstanding any such failure, shall have the right thereafter to
insist upon the strict performance by the other, of any and all of the terms and
' G.C. 15
' provisions of this Agreement and neither party hereto shall be relieved of such
obligation by reason of the failure of the other to comply with or.otherwise
enforce any of the provisions of this Agreement.
' G.C.#39 Compliance with the Immigration Reform and Control Act of 1986
' The Contractor hereby agrees that he is aware of 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 rd
�' 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.
' G.C. 16
TECHNICAL SPECIFICATIONS
General
The intent of these Specifications is to provide guidance for the repair and maintenance of
' the pump station. The Contractor shall use general accepted practices to address items not
' specifically addressed in these specifications. Any questions should be addressed to the
Engineer. The pump station operates as a unit. We have outlined a number of tests for each
component. The duel functioning of these components is of paramount importance. For instance,
when the transfer switch is tested, and power is shut off,not only does the alarm and switch need
' to work, but the generator needs to start. The Contractor will be expected to provide the level of
maintenance required to maintain the pump station in a completely functional condition.
The initial repairs and maintenance will require an expenditure of money for materials.
The intent is to provide a budgeted amount of money for maintenance each year. Upon
acceptance of a Contractor for this project, a meeting will be held to obtain the Contractor's input
' as to the amount of funds required for materials. We anticipate that an amount of money will be
required immediately to bring the pump station up to an acceptable level of operation. The yearly
' maintenance funding budge will be established once the necessary repairs are made. In addition
to the maintenance budget, the Contractor will be requested to provide input on a budget to be set
for long term parts replacement and for other possible capital improvements. Presently there is a
spare pump for the facility that was removed from service. This pump is to be overhauled and
stored as a spare pump. The Contractor is to obtain quotes for the overhaul of this pump, and
' upon approval of the Town, coordinate the service of this pump as a spare.
' The Contractor shall be responsible for responding to the alarm at the pump station. All
costs including labor and equipment used in responding to the alarm shall be included in the
' lump sum yearly maintenance cost submitted by the Contractor.
t T.S. 1
' Generator
' The Contractor shall be responsible for supplying all labor equipment, and tools and
perform all functions necessary to maintain the generator in peak operating condition. This work
ris to include the changing of all fluids as required, and maintaining the generator in an operating
condition. A log is to be maintained at the site with complete records on all maintenance
' operations.
' The normal maintenance shall include the replacement of the oil and filters every 50
hours of operation, or once per year, whichever is greater. The first oil change shall be on the
first site visit of this year. The oil should be checked every 2 weeks and oil added as required.
' The generator is to be run for a minimum of 20 minutes every 2 weeks.
The antifreeze in the generator shall be changed every 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 weeks
and additional antifreeze added as required.
The generator is to be greased twice a year.
The Contractor shall be responsible for notifying the Sewer District when fuel oil is
needed for the generator, and upon receiving approval from the District, shall coordinate the
delivery of the fuel oil.
' The generator enclosure is to be scraped of all loose paint, wirebrushed of all rust, and
primed and painted yearly. All access doors are to be lubricated and reinstalled after all work is
' completed.
The generator turned over but did not start during the last inspection in the fall of 1994.
' T.S. 2
' All work needed to return the generator to a full operating condition shall be done immediately
as part of this work.
The Contractor shall maintain the fuel transfer pump in good condition. During the fall of
' 1994 inspection, the pump was found running without a prime. The pump eventually primed
after the oil tank was topped off. This will need to be investigated immediately to determine if
' there are still any problems with this pump. In addition, the plastic window on the fuel transfer
pump cover is torn, and needs to be replaced.
Note: Any significant spillage of fuel oil during delivery or due to leaks in the generator
' equipment, shall be reported to the Sewer District, Engineer and required state officials
' immediately. Any minor spillage of fuel oil or other oil, antifreeze, etc. shall be cleaned up
promptly and disposed of in accordance with sound environmental practice.
'
Payment to the Contractor shall be in accordance ordance with the lump sum bid puce, and the
' payment to Contractors as outlined in the General Conditions, and shall include all labor,
equipment, and tools required to perform the above operations. Payment for materials shall be
' made in accordance with the general provisions.
' Electric Panels
' The panel boxes will need to be inspected for corrosion yearly. All loose paint will be
removed, and any rust shall be removed by wire brushing, and the cabinets shall be primed and
ipainted.
' During the fall of 1994 inspection, a number of deficiencies were observed that
will need
' to be rectified immediately. The standby air compressor for the bubble tube in the flow chassis is
unplugged and the primary compressor is plugged into the standby plug. There are two
' unattached wires within the cabinet and a burn mark on a terminal near these wires. The wiring
' T.S. 3
for the alarm circuit appears to have been altered at some time. These items will need to be
addressed immediately, and the electrical panels returned to proper operating condition.
During the fall of 1994 inspection, a number of tests were run to determine the present
functionality of the pump station. The transfer switch was changed to the test position, and the
generator did not attempt to start. When the power was turned off,the alarm sounded and the
' switch operated and attempted to start the generator. The alarm light on top of the electric panel
box did not work when the alarm sounded. The deficiencies noted above will need to be rectified
' immediately.
' 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.
Drywll
Within the drywell the following operations shall be conducted by the Contractor. The
' valves within the pit have a substantial amount of rust that will need to be removed, and the
valves painted to help preserve them. The valves are to be cleaned and painted yearly. The chain
hoist/tripod that is stored in the drywell is to be maintained in an operable condition, cleaned and
painted yearly, and oiled as required. The gauges within the valve pit will need to be replaced as
' part of the initial repairs.
' The check valves are to be cleaned monthly during the off season, 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.
' T.S. 4
1 • r
1 Wetwell
1 During the fall of 1994 inspection, we timed drawdown rates for both pumps to determine
relative pumping rates. The south pump pumped at a very low rate of approximately 15 gallons
1 per minute. The north pump pumped at a flow rate of 120 gallons per minute. During the testing
of the pumps, it was observed that the north pump check valve was not operating and flow was
1 observed draining back into the sump through the north pump. This malfunctioning check valve
may help explain the south pumps poor performance. With the check valves operating properly,
1 the pumps are to be observed in operation every 2 weeks during the summer months, and
monthly during the off season. The pump drawdown rates for each pump are to be measured, and
the results submitted to the Engineer. A visual examination of the wetwell is to be made upon
1 completion of the pump cycle to insure that the check valves are operating properly.
1 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 3
1 minutes.
1
1
i
1
1
1
1 T.S. 5
1
-do JC
4Sommers
1a Associates Inc.
DATE: May 2, 1995
TO: All Bidders on Town of Southold Invitation to Bid
Maintenance of the Pump Station
FROM: JC Sommers Associates Inc.
RE: Clarification to the Specifications
Gentlemen:
A question was raised as to whether any of the materials to be used as part of the
work are to be included in the bids for the above referenced work. In order to avoid
confusion,we are providing this clarification to the Specifications. A separate budget will
be used to cover the acquisition of all materials required for the Pump Station. The budget
will be established after the award of the Contract with the contractors input, and all costs
for the materials needed for the Contract will be born by the Sewer District from this
separate budget. The budget will cover such items as oil, antifreeze, electrical, mechanical
components, etc. needed to keep the pump station in proper operating condition. The
Contractor's bid will cover the labor, equipment, tools, etc. required by the Contractor to
perform the work needed to maintain the pump station.
Please note that you received this clarification on your bid proposal.
Sincerely,
JC SOMMERS ASSOCIATES INC.
Galen B. Semprebon,P.E.
GBS:kar
FISPEC.LTR
25 Terrace Drive • Vernon, Connecticut 06066-2416 • (203) 872-2703 • Fax(203) 872-7163
Wastewater • Water Supply • Hazardous Wastes • Environmental Assessment • Civil Engineering • Surveying
i
iI
I
r
r`'
JC Sommers Associates Inc.
25 Terrace Drive•Vernon,CT 06066-2416
(203) 872-2703 • Fax (203) 872-7163
FILE COPY
TOWN OF SOUTHOLD
FISHERS ISLAND SEWER DISTRICT
INVITATION TO BID
' MAINTENANCE OF THE GROUNDS
1
' TOWN OF SOUTHOLD
' FISHERS ISLAND SEWER DISTRICT
' INVITATION TO BID
1
' Sealed Bids for Fishers Island Sewer District, Maintenance of Grounds,will be
received by the Town of Southold, at the office of Jutdith Terry, Town Clerk, Town of Southold,
' 53095 Main Road, Southold,NY 11971 until 3:00 p.m., Monday, May 15, 1995, at which time
the Bids will be publicly opened and read aloud. All Bids must be received prior to the above
' time and date to be considered.
' Contract documents are enclosed herein.
No bidder may withdraw his/her Bid for a period of 45 days after the actual date of the
Bid opening.
The Town of Southold reserves the right to waive any formalities or to reject any or all
' Bids.
' • 0
INSTRUCTIONS OF BIDDERS
Bidding Document
' The Contractor shall complete the Bid Proposal Form and submit it in a sealed envelope
clearly labeled "Fishers Island Sewer District, Maintenance of Grounds" prior to the Bid
' opening.
2. Interpretations or Addenda
' No oral interpretation will be made to an Bidder as to the meaning of the Contract
rP Y g
Documents or any part thereof. Every request for such an interpretation shall be made in
writing to the Town a minimum of seven days prior to the date fixed for opening of Bids.
3. Examination of Plans, Specifications Special Provisions and Site of Work
The Bidder is required to examine carefully the site of the work, and the proposal form,
special provisions, specifications and contract form for the work contemplated; and it will
be assumed that he has judged for and satisfied himself as to the conditions to be
encountered.
4. Alternative or Supplemental Bids
' No Alternative or Supplemental Bids will be considered unless such Bids ares specifically
Y
requested in these Instructions to Bidders and shown on the Bid Proposal Form.
1 5 Bids
1 a. All Bids must be submitted on forms supplied by the Town and shall be subject to
all requirements of the Contract Documents, and these Instructions to Bidders.
' All Bids must be regular in every respect and no interlineations, exclusions, or
special conditions shall be made or included in the Bid Forms by the Bidder.
6. Withdrawal of Bids
Bids may be withdrawn by written or telegraphic request dispatched by the Bidder in
1 time for delivery in the normal course of business to the time fixed for opening of the
1 Bids.
1 7. Execution of Agreement
1 a. Subsequent to the award and within ten(10) days after the prescribed forms are
presented for signature,the successful Bidder shall execute and deliver to the
' Town, an Agreement in the form included in the Contract Documents in such
number of copies as the Town may require.
1
1
1
1
1
•
BID PROPOSAL/LUMP SUM BID
' FISHERS ISLAND SEWER DISTRICT
MAINTENANCE OF GROUNDS
PROJECT NO.
TO: Ms. Judith Terry,Town Clerk
' Town of Southold
Fishers Island Sewer District
53095 Main Road
Southold,NY 11971
Gentlemen:
' 1. The undersigned, having familiarized(himself, itself, themselves) with the existing
conditions on the Project Area affecting the cost of the work, and with the Contract
Documents as set forth, hereby proposes to furnish all supervision, technical personnel,
labor, materials, machinery, tools, appurtenances, equipment, and services, including
' utility and transportation services required to perform and complete this Contract, all in
accordance with the above listed Documents at and for the following unit and lump sum
' prices. (The price is to be written in both words and figures. In case of discrepancy,
those shown in words will govern).
' The Lump Sum Base Bid by me (us)
includes all work indicated on the drawings and/or described in the specifications.
LUMP SUM BID OF:
' DOLLARS
(Written)
and cents.
$
' SIGNED
DATE
' GENERAL CONDITIONS
G.C.#1 Payment for Materials Purchased
ed
' In order for the Contractor to receive payment for materials utilized on the project,
the following requirements must be complied with:
1
A yearly material budget in the amount of$200.00 has been established for
' materials for the work. This budget shall be charged against for the following
items:
r
' 1. Chain link fence replacement items such as fence ties or replacement
items.
' 2. Wood rail fence replacement p items such as new wood rails and posts.
3. Grass seed.
For all items not on the above list, the prior approval of the Engineer shall
' be required prior to purchase.
The Contractor shall submit receipts for all items purchased. The
Contractor has the option of requesting funds for purchase of material
rprior to purchase.
All requests for payment for materials eitherrior to purchase or after
P
purchase, shall be done a minimum of 10 days prior to the end of the
month to be considered for payment for that month.
1
G.C. 1
1
1
G.C.#2 Payments to Contractor
The Contractor shall be paid monthly for the execution of this Contract. The
' amount shall equal one-seventh of his lump sum bid price plus payment for
materials in accordance with G.C.#1. Payment will be made for the months of
April through October, and the Contractor shall be paid at the end of the month
for work performed that month; i.e.,the payment to be made after the end of April
' shall be for work performed in April and so forth.
Project funds shall be used only for costs related to the provision of services
' required by this Agreement as specified in the attached budget.
' All budget line items shall require prior written approval of the Town. Any costs
incurred by the Contractor prior to the date of commencement of the term of this
Agreement shall be considered ineligible. No expenditure may be made for the
use of equipment or premises for political purposes, sponsoring or conducting
candidates'meetings, engaging in voter registration activity or voter
transportation, or other partisan political activities.
G.C.93 Books of Account and Maintenance of Records
1
The Contractor agrees to establish and maintain fiscal control and accounting
' procedures which assure the proper accounting of all funds paid by the Town to
' the Contractor under this Agreement. All records with respect to all matters
covered by this Agreement shall be maintained for a minimum of three (3) years
1 after disbursement of the final payment under this Agreement. Such records shall
be retained beyond the three-year period if audit findings have not been resolved.
All program costs and expenditures must be supported by properly executed
payrolls, time records, invoices, contracts, vouchers, receipts, leases, or other
G.C. 2
official documentation evidencing in proper detail the nature and propriety of the
' charges. All checks,payrolls, invoices, contracts, vouchers, receipts, leases, or
other accounting documents pertaining in whole or in part to this Agreement shall
' be clearly identified and readily accessible. Bank statements and checkbooks
must be reconciled monthly. Cash balances and proof of payment or payroll must
' be reported monthly.
' The Contractor agrees to have available in the Town of Southold, upon request,
all its books, documents,papers, and records, relating to the project, for
' inspection, audit, and copying during normal business hours, by appropriate
officials of the Town, or its duly authorized representative, concerning charges,
fees, and costs under this Agreement.
' G.C.#4 Permits and Codes
A. The Contractor shall give all notices required by, and shall observe and
' comply with all Federal and State laws, and Local by-laws, ordinances and
regulations in any manner affecting the conduct of the work, and all such
' orders or decrees as may exist at present and those which may be enacted
later, of bodies or tribunals having jurisdiction or authority over the work.
G.C.95 Accident Prevention
' A. The Contractor shall exercise proper precautions and safety measures at all
tunes for the protection of persons and/or property and shall be responsible
for all injuries and/or damages to all persons and/or property, either on or
off the site, which occur as a result of his prosecution of the work under
this Contract.
G.C. 3
G.C.#6 Insnection/Acceptance of the Work
A. All materials and workmanship shall be subject to inspection, examination
' or test by the Town and the Engineer to determine the acceptability of the
work at any and all times.
G.C.#7 Review b, Town
The Town, its authorized representatives, and agents shall at all times have access
to and be permitted to observe and review all work, materials, and equipment.
G.C.#8 Insurance
A. Worker's Compensation- The Contractor shall carry, or require that there
' be carried, Worker's Compensation Insurance and Employer's Liability
Insurance for all his employees and those of his subcontractors engaged in
' work on the site in accordance with State or Territorial Worker's
Compensation Laws.
G.C.#9 Safety Provision
The safety provisions of applicable laws, building and construction codes, and the
' safety codes approved by the State Labor Commissioner shall be observed.
G.C.#10 Subcontracts
A. The Contractor shall not execute an Agreement with any Subcontractor or
' permit any Subcontractor to perform any work included in this Contract
until he has obtained approval from the Town.
G.C. 4
G.C.#11 Changes in the Work
A. The Town may make changes in the work required to be performed
1 by the Contractor for the maintenance of the pump station under the
Contract by making additions thereto, or by omitting work therefrom,
1 without invalidating the Contract.
1 G.C.#12 Suspension or Termination of Agreement
1 A. Remedies Other Than Termination: Should review of the Contractor's
1 performance show non-conformance to the Scope of Services, budget, or
any other terms or conditions herein, the Contractor shall be in breach of
this Agreement, and the Town may take appropriate action as it deems
necessary, including but not limited to temporary withholding or reduction
of payment, or suspension of program operations. The Contractor shall be
liable for all costs, including attorney's fees, incurred by the Town in
' enforcing any and all terms of this Agreement. The selection of a remedy
other than termination shall not prevent the Town from subsequently
1 terminating this Agreement as described herein.
1 B. Termination of Contract for Cause: If, through any cause, the Contractor
shall fail to fulfill in timely and proper manner his obligations under this
1 Agreement, or if the Contractor shall violate any of the covenants,
1 agreements, or stipulations of this Contract,the Town shall thereupon
have the right to terminate this Agreement by giving written notice to the
1 Contractor of such termination and specifying the effective date of such
termination, at least five (5) days before the effective date of such
1 termination. In the event that the Contractor neglects or refuses to correct
or cure said default to the satisfaction of the Town prior to said date, this
1 Agreement shall thereupon terminate. In such event, all finished or
G.C. 5
i
1
unfinished documents,data, studies, and reports prepared by the
' Contractor under this Agreement shall, at the option of the Town, become
its property, and the Contractor shall be entitled to receive just and
' equitable compensation for any satisfactory work or services rendered
prior to termination. Not withstanding the above, the Contractor shall not
' be relieved of liability to the Town for damages sustained by the Town by
virtue of any breach of this Agreement, all costs and attorney's fees
incurred in enforcing this Agreement, and the Town may withhold any
payments to the Contractor for the purpose of setoff until such time as the
exact amount of damages due the Town from the Contractor is determined.
' C. Termination for Convenience of the Town: The Town may terminate this
' Agreement at any time by giving written notice to the Contractor. If this
Agreement is terminated by the Town as provided herein, the Contractor
' will be paid an amount which bears the same ratio to the total
compensation at the services actually performed bear to the total services
of the Contractor covered by this Agreement, less payments of
compensation previously made;provided,however,that if less than sixty
' percent(60%) of the services covered by this Agreement have been
performed upon the effective date of such termination, the Contractor shall
be reimbursed (in addition to the above payment) for that portion of the
' actual out-of-pocket expenses, not otherwise reimbursed under this
Agreement, incurred by the Contractor during the contract period which
are directly attributable to the uncompleted portion of the services covered
by this Agreement. If this Agreement is terminated due to the fault of the
Contractor, Section B hereof relative to termination shall apply.
G.C. 6
G.C.#13 Engineer's Authority
All work shall be subject to the review of the Engineer. The Engineer shall decide
all questions as to interpretation of the plans, Specifications, and questions of
mutual rights between Contractors. The Engineer shall decide on an acceptable
rate of progress, on the manner of performance, and on the acceptable fulfillment
of the Contract.
G.C.#14 Materials and Workmanship
' A. Unless otherwise specifically provided for in the Specifications, all
workmanship, equipment, materials and articles incorporated in the work
' shall be new and the best grade of the respective kinds for the purpose.
' G.C.#15 Risk of Loss
' The Town assumes no responsibility for the condition of existing buildings and
structures and other property on the project area, nor for their continuance in the
' condition existing at the time of issuance of the Invitation for Bids or thereafter.
No adjustment of Contract Price or allowance for any change in conditions which
' may occur after the Invitation of Bids has been issued will be made except as
' provided for herein.
G.C.#16 Arbitration and Litigation
Any controversy or claim arising out of, or relating to this Contract, or the breach
thereof, shall at the option of the Town be settled by arbitration in accordance
' with the Rules of the American Arbitration Association, and judgment upon the
award rendered by the Arbitrator(s) may be entered in any Court having
' jurisdiction thereof. The Town shall exercise its option to arbitrate concurrent
G.C. 7
with the rendering of its final decision on the claim. Should it fail to render a
final decision within the prescribed time or fail to exercise its option, the claim
' will be determined in accordance with the Rules of the American Arbitration
Association as hereinbefore stated.
' G.C.#17 Performance Standards
The Contractor agrees to carry out the provisions of this Agreement with highest
' professional skill and competence, in conformance with the reasonable
performance standards established in the Technical Specifications, or as may be
established by the Town during the term of this Agreement. All of the services
required hereunder of the Contractor shall be performed to the sole satisfaction
' and approval of the Town as a condition of payment for the rending of such
services.
G.C.#18 Information, Reports and Documents
' The Contractor shall submit to the Town on a bi-monthly basis, in a format and at
such dates as required by the Town, information concerning the progress and
' activities of this project as related to the Technical Specifications. In addition,
comprehensive fiscal information shall be submitted as required by the Town,
documenting all expenditures made as allowed by the budget. The Contractor
shall submit information required by the Town as to all other funding sources
' which relates to the execution of this Agreement.
The Contractor agrees that all of the information,reports and documents
assembled by the Contractor under this Agreement are the property of the Town.
The Contractor agrees that said documents and information contained therein shall
not be made available to any individual or organization, other than authorized
' G.C. 8
governmental officials, without prior approval of the Town, except as required by
State of Federal law.
' G.C.#19 Evaluation
The Contractor agrees to participate in the periodic evaluation of the program.
' The Contractor agrees to cooperate fully with the Town in the implementation of
a reasonable evaluation system. The Town agrees to share with the Contractor
' such data and reports as may be derived therefrom. The Contractor shall have an
opportunity to review and comment on all drafts and final reports regarding
' recommendations the Town makes concerning future directions of the program,
including termination, diminution, expansion, modification, or change of
sponsorship.
The Contractor agrees to comply with evaluation and information requirements
including but not limited to site visits,program or fiscal audits, and periodic and
' annual reports. The Contractor shall comply with all recommendations and
requirements of the Town resulting from such evaluations and audits which are
' deemed by the Town to be consistent with the provision of service under this
' Agreement.
G.C.#20 Compliance with Law
In all matters pertaining to the execution of the Agreement, the Contractor shall
conform strictly to all Federal, State, and Municipal laws, statutes, ordinances,
and the applicable rules and regulations, and any and all amendments thereto; and,
to the methods and procedure of all governmental boards, bureaus, offices,
' commissions, and other agencies.
G.C. 9
G.C.#21 Assignment or Novation
r
The Contractor shall not assign or transfer, whether by an assignment or novation,
' any of his rights, duties, benefits, obligations, liabilities or responsibilities under
this Contract without the written consent of the Town.
r
G.C.#22 Indemnification of Town
1
' The Contractor agrees to indemnify and save harmless the Town, its officers,
agents, and employees against all suits, claims, or liabilities of every name and
rnature arising out of or in consequence of the wrongful acts of the Contractor in
the performance of this Agreement.
r
G.C.#23 Personnel
r
It is mutually agreed that this is a contract for services and not a contract of
' employment. The Contractor shall secure all personnel as may be required to
perform the services described herein. Such personnel shall not be employees of,
rnor have any contractual relationship with, the Town. The Contractor shall not be
entitled to any Town of Southold employment benefits such as, but not limited to,
rvacation, sick leave, insurance, worker's compensation, or pension and retirement
' benefits. No person who is serving sentence in a penal or correctional institute
shall be employed on work under this Agreement.
G.C.#24 Anti-Discrimination and Affirmative Action
1
The Contractor shall not discriminate against any employee or applicant for
employment because of race, color, religion, age, sex, national origin, or
handicap. The Contractor shall take affirmative action to ensure that applicants
rfor employment are employed, and that employees are treated during
G.C. 10
r
i
employment, without regard to their race, color, religion, age, sex,national origin,
' or handicap. Such action shall include, but not limited to, the following:
employment, upgrading, demotion, or transfer; recruitment or recruitment
advertising; layoff or termination; rates of pay or other form of compensation; and
selection for training, including apprenticeship. The Contractor shall state that all
rqualified applicants shall receive consideration for employment without regard to
' race, religion, age, sex, national origin, or handicap. The Contractor shall
incorporate, or cause to be incorporated, this provision in any and all subcontracts
rentered into pursuant to this Agreement.
' G.C.#25 Procurement Procedures and Rectirer„Pnts
' The Contractor shall conduct all procurement in a manner so as to provide
maximum open and free competition, regardless of whether negotiated or
advertised and without regard to dollar value. For purchases where the aggregate
expenditure is expected to exceed$2,500,the required method of procurement
' shall be formal advertising with adequate purchase description, sealed bids, and
public openings. Procurement of personal or professional services may be
negotiated provided that a competitive process is used which considered all
' vendors and contractors reasonably available to provide such services. The
Contractor's records and files must give full support to all procurement and
provide justification for the method of procurement, the rationale for vendor
selection, and the basis for the cost or price negotiated. All such records and files
' shall be made available to governmental officials for inspection upon request.
The Contractor shall make positive efforts to utilize small businesses and
' minority-owned business sources of supplies and services. Such efforts should
allow these sources the maximum opportunity to compete for contracts.
1
i
G.C. 11
r
� • i
G.C.#26 Non-Expendable Prop-rty
It is agreed that all non-expendable property acquired through expenditure of
tfunds authorized by this Agreement will revert to the Town, unless otherwise
1 provided for, either at the expiration or earliest termination of this Agreement, or
when, in the opinion of the Town Administrator, there is no longer a need for the
' property to accomplish the purpose for which it was intended, whichever first
occurs. As used herein,the term "non-expendable property" shall mean any and
all personalty or fixtures which will not be consumed or lose its identify, and
which is expected to have a useful life of one (1) year or more.
All non-expendable property acquired under this Agreement shall be listed on the
Town inventory forms, a copy of which shall be forwarded to the Town at the
termination of this Agreement, or at any other time required by the Town. Such
property shall be tagged and numbered in a manner acceptable to the Town to
easily identify it from any other property. Copies of invoices for the purchase of
' all non-expendable property shall be retained to provide documentation of
purchase prices and description of property.
' G.C.#27 Disclaimer of Aagncv of Third Party Beneficiary Rights
In no event shall anything in this Agreement be deemed to confer upon any third
parties beneficiary rights against the Town.
G.C.#28 Conflict of Interest
The Town and the Contractor hereby covenant and agree that no member of the
tgoverning body of the Town, or its designees or agents, and no other public
official, either paid or unpaid, who exercises any functions or responsibilities with
respect to this program during the individual's tenure or for one (1) year thereafter,
G.C. 12
shall have any personal or financial interest, direct or indirect, in any contract or
subcontract, or the proceeds thereof, for work to be performed in connection with
the program assisted under this Agreement. The Contractor shall incorporate, or
' cause to be incorporated, in all subcontracts, a provision prohibiting such interest
pursuant to the provisions of this paragraph.
1
1 G.C.#29 Amendments
This Agreement may be amended by written instrument executed by the parties
' hereto, acting therein by their duly authorized representative. Contractor's duly
authorized representative shall be the Executioner of the Agreement, and the
Town's duly authorized representative shall be its Town Administrator.
The Town or the Contractor may request changes in the Scope of Services to be
performed hereunder. Such changes, including any increase or decrease in the
amount of the compensation for the Contractor,which are mutually agreed upon
' by and between the Town and the Contractor, shall be incorporated in written
amendments to this Agreement.
G.C.930 Severability
If any provisions of this Agreement is held invalid, the remainder of the
Agreement shall not be affected thereby if such reminder would then continue to
' conform to the terms and requirements of applicable law.
G.C.#31 Cumulative Remedies
tAll rights exercisable by and remedies of the Town hereunder shall be cumulative
and the exercise or beginning of the exercise by the Town of any of its rights or
1
G.C. 13
r
i • •
remedies hereunder shall not preclude the Town from exercising any other right or
remedy granted hereunder or permitted by law.
iG.C.#32 Governing Law
This Agreement shall be governed by and construed in accordance with the laws
of the State of New York and the ordinances of the Town of Southold.
G.C.#33 Gender and Number
' Words of any gender used in this Agreement shall be held and construed to
include any other gender, and words in the singular shall be held and construed to
include the plural, unless the Agreement requires otherwise.
iG.C.#34 Notices
All notices, approvals, demands, requests, or other documents required or
permitted under this Agreement, other than routine communications necessary for
the day-to-day operation of this program, shall be deemed properly given if hand
' delivered or sent by United States registered mail, postage prepaid.
G.C.#35 Successors
This Agreement, to the extent permitted herein, shall insure to the benefit of, and
be binding upon, the parties hereto and any and all successors.
G.C.#36 Entire Azreement
i
G.C. 14
i
r
This Agreement contains the entire understanding between the parties hereto and
' supersedes any and all prior understandings,negotiations, and Agreements, either
written or oral, between them respecting the written subject matter.
G.C.#37 Non-Waiver
' Any failure by the Town or the Contractor to insist upon the strict performance by
the other of any of the terms and provisions hereof shall not be a waiver, and each
1 party hereto,notwithstanding any such failure, shall have the right thereafter to
insist upon the strict performance by the other, of any and all of the terms and
1 provisions of this Agreement and neither party hereto shall be relieved of such
obligation by reason of the failure of the other to comply with or otherwise
enforce any of the provisions of this Agreement.
G.C.#38 Co=liance with the Immigration Reform and Control Act of 1986
' The Contractor hereby agrees that he is aware of 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.
1
G.C. 15
TECHNICAL SPECIFICATIONS
' FENCING
' The Contractor shall be responsible for supplying all labor and tools to perform the repair
and maintenance of the fence enclosure on the pump station and wood rail fence at the
community leach field.
Maintenance of the pump station fence enclosure shall consist of the reattachment of any
loose areas of fencing to support poles where required. Also included in this work is all labor
necessary for adjustments to the gate to allow easy closure and locking of the pump station
enclosure.
Maintenance of the wood rail fence at the community leach field shall consist of the
resetting or replacement of any displaced or broken wood rails and posts.
All costs for labor for the maintenance of the above measures shall be included in the
tyearly lump sump labor charge. All costs for materials shall be paid by the District in
accordance with the General Condition for material payment.
T.S. 1
1
i
MOWING
1
The Contractor shall be responsible for supplying all labor and equipment including lawn
mower and lubricating oils and fuel for same, and perform all operations to maintain the lawn
Iareas adjacent to the pump station and within the community leach field area. The lawn areas
shall be maintained in a neat, presentable condition and in a manner similar to residential lawn
care. The lawns shall be mowed as required, and all deleterious material such as trash, branches,
etc. removed and disposed of.
The mowing operation shall also include the trimming of vegetation immediately
adjacent to the chain link and wood rail fence to keep the fences clear of vegetation, and the
removal of vegetation within the pump station enclosure.
The work shall be initiated in the month of April or May, as required, and continue
through the month of October as required. The Contractor shall be paid on a monthly basis, with
each monthly payment for labor equal to one-seventh of his lump sum bid.
T.S. 2
1
� i •
BRUSH CLE R I I V CT
' The Contractor shall be responsible for the bi-yearly clearing of brush within the leach
field areas on both the community septic system and for the three (3) cottages septic system.
' Brush shall be completely cleared to within 10' of all components of the septic system. The
brush is to be cut to within 2" of the ground surface. The Contractor shall supply all labor and
equipment to perform the above work.
The Contractor shall dispose of all cut brush off site in an acceptable location as approved
by the Engineer.
All costs for equipment and labor to clear and dispose of the brush shall be included in
' the lump sum bid price for labor submitted by the Contractor.
' T.S. 3
D-BOX ADJI ISTMENTS
The Contractor shall be responsible for supplying all equipment and labor and performing
' all operations in conjunction with adjustments to the D-boxes at the community and cinema
' septic systems. The D-boxes shall be cleaned and adjusted as needed to provide uniform
distribution of effluent to all septic trenches. Please note that any work done to the septic system
D-boxes should only be done by or under the guidance of an individual qualified to perform this
work. The Contractor, if he is not qualified to perform these operations, will be responsible to
' obtain a subcontractor to perform this work.
All costs for supplying necessary labor and materials including the services of a
subcontractor if required, shall be included in the lump sum bid price for labor submitted by the
' Contractor.
The Contractor is reminded to observe all necessary sanitary health and safety standards
when performing this work.
The Contractor shall supply written reports to the Engineer detailing any adjustments
made to the septic system D-boxes.
T.S. 4