for architectural/engineering design services · (rfp) is designed to identify new york state...
TRANSCRIPT
VILLAGE OF SALTAIRE, NEW YORK
Request for Proposals
For
Architectural/Engineering Design Services
For
Fire Island Back-up Power Generation for Critical Facilities
New York State Governor’s Office of Storm Recovery (GOSR)-Funded
Disaster Recovery
February 10, 2015
Responses must be received by
11:00 AM EST, March 9, 2015
2
Table of Contents
I. Introduction and Overview ................................................................................................ 3
II. Project Description ............................................................................................................ 4
III. Deadlines and Completion Date ....................................................................................... 4
IV. Scope of Work ...................................................................................................... ………….. 4
V. Submittal Content .............................................................................................................. 4
VI. Selection Process ............................................................................................................... 6
VII. Specific Legal Obligations .................................................................................................. 7
a. Procurement ............................................................................................................. 7
b. Diversity and Income Requirements ......................................................................... 7
i. Minority and Women Owned Businesses ................................................... 7
ii. Section 3 ..................................................................................................... 8
c. Iran Divestment Act .................................................................................................. 8
VIII. Applicable Law ................................................................................................................... 9
Schedule A Project Description
Schedule B Deadline Schedule
Schedule C Insurance Requirements
Schedule D Cost Proposal
Exhibit A Supplementary Contract Conditions
3
Request for Proposals
Introduction and Overview
Village of Saltaire is eligible to apply for U.S. Department of Housing and Urban Development (HUD)
Community Development Block Grant–Disaster Recovery (CDBG-DR) funding for disaster recovery
projects.1 Funding will be delivered through the NY Rising Community Reconstruction (NYRCR) Program,
within the New York State Governor’s Office of Storm Recovery (GOSR). Accordingly, Respondents are
obligated to comply with applicable federal and state laws and regulations set forth in Exhibit A
(Supplementary Contract Conditions), as well as with Saltaire’s Procurement Policy and Procedures. In
addition, Respondents are obligated to comply with all municipal codes, ordinances, and regulations.
In accordance with New York State General Municipal Law Section 104-b, this Request for Proposals
(RFP) is designed to identify New York State licensed professional architectural and engineering (A/E)
firms best qualified to provide the services necessary for installation of seven (7) permanent elevated
fuel-fired generators consistent with the requirements of this funding stream. Respondents will be
reviewed on the basis of their eligibility and ability to provide services in a manner sensitive to specific
requirements and timetables established by federal law. Not all qualified Respondents will be selected
to provide these services.
Village of Saltaire will select qualified architectural and engineering firms of the highest quality that
employ adequate staff and possess the financial management capacity to be able to focus immediate
attention on this project(s).
Through its Evaluation Team, Village of Saltaire will select the Respondent whose proposal receives the
greatest number of points. The Evaluation Team will only open or evaluate Cost Proposals from those
firms that it has determined are qualified on the basis of the Technical Factors listed below. After those
firms that are qualified have been identified, the Evaluation Team will factor in the cost of the qualified
proposals using the formula set forth below under “Selection Process.” The Cost Proposal is included as
Schedule D.
Subrecipient reserves the right to negotiate the distribution of the A/E fee. Subrecipient reserves the
right to reject any and all proposals either in whole or in part.
Respondents will not be reimbursed for costs incurred in the preparation of the proposal.
The funding level anticipated for the Total Project, inclusive of Architectural/Engineering and
Construction is $610,000.00
1 U.S Department of Housing and Urban Renewal (HUD) Community Development Block Grant-Disaster Recovery (“CDBG-DR”) funds appropriated by the Disaster Relief Appropriations Act (“PL 113-2”).
4
CONTRACT PROVISIONS AND CONDITIONS
The Vendor(s) selected must negotiate with the Village Attorney’s Office, and ultimately
execute an agreement that includes coverage of the points raised here. Vendor recognizes
that exceptions to the points raised here will be weighed as part of Village of Saltaire’s
evaluation of its proposal. All such exceptions should be delineated on a separate Appendix
titled PROPOSAL - EXCEPTIONS TO THE VILLAGE OF SALTAIRE AGREEMENT. Village of
Saltaire will not consider any changes submitted after proposal submission, although
Village of Saltaire may negotiate changes submitted by the selected Vendor(s). If the
Vendor response to the RFP is accepted, Village of Saltaire, at its option, may incorporate
any parts of the winning proposal in the contract.
Any future contract negotiated between the Vendor and Village of Saltaire will include, but
not be limited to, standard provisions that address:
Payments - Bidder agrees to a MINIMUM net 45 days on all payments, and
Bidder shall bill monthly on a percentage of work completed for the task
requested.
Indemnification – Vendor will be required to indemnify and hold Village of Saltaire
harmless for Vendor’s negligence or for Vendor’s failure to perform under the Agreement.
Village of Saltaire shall not provide any indemnity in favor of the Vendor.
Governing Law – The Agreement shall be governed under the laws of the State of New
York.
Insurance - Vendor, at its sole cost and expense, shall maintain at all times during the Term
of the Agreement all of the insurances required herein.
Non-performance penalties - Vendor shall, in addition to any and all other remedies
available to Village of Saltaire hereunder, pay to Village of Saltaire, upon Village of
Saltaire’s demand, liquidated damages in an amount of estimated damages to be specified
in the Contract, in the event of Vendor’s non-performance.
Project Description
The project will consist of installation of seven (7) permanent fuel-fired generators for critical
community facilities within Fire Island. The proposed locations include Kismet Fire Department, Saltaire
Fire Department, Saltaire Water Treatment Well facilities (2), Ocean Beach Fire House, Fair Harbor Fire
District and Cherry Grove Fire District.
The successful Respondent will assist the Subrecipient with preliminary engineering for preparation of
its CDBG-DR Project Application and all basic services necessary for design, bidding, and construction
administration of this project, in accordance with HUD and GOSR requirements and timetables
referenced in Schedule A.
5
Deadlines and Completion Date
The Technical Proposal and Cost Proposal must be delivered in separate envelopes to the Village of
Saltaire in accordance with Schedule B. Proposals are due on March 9, 2015. Village of Saltaire reserves
the right to extend receipt of submissions beyond March 9, 2015
Scope of Work
Assist the Village of Saltaire in the preparation of its CDBG-DR Project Application, including a
project description, an estimate of the total project costs broken out by services and
construction costs, and a project schedule. The selected A/E firm will be paid for this service
ONLY after the application is accepted by GOSR.
Prepare a complete set of Final BID and Contract Documents (drawings, specifications, and
calculations), including an estimate of probable construction costs for use as the basis for
advertising the construction project for bid.
Assist the Village of Saltaire during the construction bid process by attending the pre-bid site
meeting, responding to bidder questions, issuing any necessary addenda, and reviewing bids
received to determine technical responsiveness.
Attend the pre-construction meetings per location and review submittals for contract
document compliance.
Answer Requests for Information within 5 business days.
Prepare agendas and attend meetings in accordance with the Village of Saltaire’s requests.
Perform site visits at each location as necessary to ensure contract compliance, design intent,
quality of workmanship, and material acceptance at each location.
Review Field Orders and Change Orders.
Coordinate project activities with the activities of the Village of Saltaire and other parties.
Perform all Work as identified in Schedule A
Submittal Content
Respondent must supply Five (5) copies of its submission to the attention of Mario Posillico no
later than 11 AM EST on March 9, 2015.
Mario Posillico
PO BOX 5551
Bay Shore, NY 11706
Or Respondent may email one copy to the attention of Mario Posillico no later than 11 AM EST
on March 9, 2015 to the following email address: [email protected]
The Proposal must contain the following information and documentation:
Firm. Respondent’s legal structure, areas of expertise, length of time in business, number of
employees and detailed contact information for the person authorized to contractually obligate
the Respondent and for the person administratively responsible for the Proposal.
6
Subconsultants. Identify any Subconsultants, including a summary of the organization,
experience and technical skills. Respondent shall not employ, contract with, or use the services
of any consultant for the work of this Contract (except such third parties which may be used by
the Respondent in the normal course of business, such as couriers, imaging services, etc.)
without obtaining the prior written approval of GOSR.
Disclosure. Disclose all allegations or claims of substandard work, unethical or illegal practices
or debarment or suspension from State- or Federally-funded projects, and provide
documentation as to the resolution of these matters. Respondent must not be suspended or
debarred from participation in State- or Federally-funded projects.
Relevant Experience. Previous projects that demonstrate relevant experience and identify
public sector clients for whom Respondent has provided similar work in the past five years. For
each project described, provide current contact information for the individual with whom
Respondent worked.
Approach and Methodology. Respondent’s understanding of the scope, including a detailed
work plan to complete the design services.
Staffing Plan. Respondent’s capacity to provide services in the required timeframe, and key
personnel to provide services and the proposed staffing plan. Outline the resumes of key
personnel who will be assigned to the project, including their years of experience and functions
on this project.
Ability to Conform to Subrecipient’s Timeline. Describe firm’s workload and the impact on its
current capacity to perform services on this project, and describe specifically how the firm will
comply with the required delivery schedule set forth in Schedule B.
Commitment to Comply with All Applicable Federal, State, and Local Regulations, including
Minority and Women-Owned Business Enterprise (M/WBE) and Section 3. Describe firm’s
commitment to and plan for complying with all applicable Federal, State, and local regulations,
including, as described below, M/WBE obligations and hiring requirements under Section 3 of
the Housing and Community Development Act. This is a factor for firm selection, and
Respondents who demonstrate a commitment to comply will receive the most points (as
described herein under “Selection Process”).
Costs. Complete the Cost Proposal (Schedule D) by providing both a lump sum price and
Itemized Sum as indicated herein for completing this project. The Cost Proposal must be
included in a separate sealed envelope.
Form of Proposal and Exhibits
Include all documentation, description, graphics or other materials that are relevant to the proposal
(no page limit).
7
Consultant to submit the proposal in the form and style of its choosing, but must include the
following information:
Village of Saltaire requires each Vendor provide a timeline for conducting the work to meet the
needs and goals that have been outlined herein. Create Separate attachment providing the
Village of Saltaire with an Implementation Plan and Timeline demonstrating how your company
can meet the goals requirements specified herein.
Attachments. Resumes and material helpful to the technical evaluation may also be attached.
Requirements of Vendor
1. It is the responsibility of the Consultant to determine the necessary federal state and local regulatory agencies from which permission, review and consultation must be sought for the work.
2. Consultant will be available for the number of meetings with the Project Location Representatives and the regulatory agencies sufficient to accomplish all tasks without additional charge to the Village.
3. Consultant to provide proof of insurance naming the Project Communities as additional insured covering professional liability and errors and omissions as detailed herein.
4. Any additional work that must be performed outside of the scope of contract award must first be approved in writing by the Village of Saltaire.
5. Consultant will not be paid a fee for submission of a proposal.
Selection Process
EEO
The Village of Saltaire is an Equal Employment Opportunity (EEO) organization, which does not
discriminate on the basis of race, religion, color, sex, age, marital status, national origin or the
presence of any sensory, mental or physical disability in consideration of an Agreement award.
The Proposer will be required to comply with all EEO federal, state and local laws and
regulations.
In accordance with Article 15-A of the New York State Executive Law, good faith efforts should
be made to include meaningful participation by minority and women-owned businesses
(MWBE). Proposer shall indicate on questionnaire whether it is a MWBE.
CONTACT WITH VILLAGE RESTRICTED
The Village is committed to providing all prospective proposers with accurate and consistent
information in order to ensure that no proposer obtains an undue competitive advantage. To
this end, written questions will be accepted by mail or email delivered no later than ten (10)
business days before the proposal opening. Every request for information or interpretation of
the RFP must be addressed, in writing, to Mario Posillico, Village of Saltaire. Village
Administrator, PO Box 5551, Bay Shore, NY 11706, or to [email protected], and to be given
8
any consideration, must be received at least ten (10) business days prior to the date fixed for
the opening of the proposals. Any such interpretation or supplemental instructions will be in
the form of a written addenda and will be mailed or emailed to all prospective proposers. The
failure of any proposer to receive such addenda will not relieve the proposer of any obligation
under this proposal as submitted. Any addenda so issued shall become part of the RFP
Documents.
The Village reserves the right to disqualify any proposer who contacts a Village official,
employee or agent concerning this proposal request, other than as permitted by this section.
RIGHT TO REJECT PROPOSALS
The Village can reject any proposal if the evidence submitted in the qualification statement or
any investigation of such proposal, fails to satisfy the Village that such proposer is property
qualified to carry out the obligations of the Agreement and to complete the work covered
therein.
The Village can reject any and all proposals, in whole or in part, waive any informality in any or
all proposals and/or accept the proposal or part thereof which it deems most favorable to the
Village after all proposals have been examined or checked. In the event proposals are rejected
or no proposals are received, the Village may re-advertise for proposals.
The RFP is not deemed an offer by the Village of Saltaire and all proposers acknowledge and
agree that the Village of Saltaire reserves the right to accept or reject, at its sole discretion, and
all proposals furnished in response to this RFP. After award, a contract will be entered into
following negotiation of same with the Village Attorney’s Office.
Proposer must accept all of the foregoing terms and conditions set forth herein without
exception. Any proposal that is subject to, states or alludes to a proposal as contingent upon
review, consent or further approval from any person, group, committee, board or other
authority may be rejected.
Technical Proposals responsive to the requirements of this RFP will be evaluated and scored in
accordance with the Evaluation Criteria. After evaluation of the Technical Proposals, Cost Proposals will
be scored for cost.
During or after the review of responses, the Village of Saltaire may submit written questions and
requests for clarification, and may conduct interviews. Respondents must comply with the Deadline
Schedule (Schedule B), which may be adjusted if necessary.
9
The Village of Saltaire shall evaluate each respondent in terms of:
Technical Factors Maximum Points
1. Relevant Experience 20
2. Approach and Methodology 20
3. Staffing Plan 20
4. Ability to Conform to Subrecipient’s Timeline 10
5. Commitment to Comply with all Applicable Federal, State
and Local Regulations including M/WBE and Section 3 10
Total Technical Factors 80
Total Cost Factors 20
Maximum Points 100
The Subrecipient’s Evaluation Team will conduct a technical evaluation of the non-cost elements as
described in the RFP prior to opening the Cost Proposals. No more than 80 technical total points will be
awarded to any proposal.
The Cost Proposal will remain sealed until completion of the technical evaluation, and will only be
considered for the best qualified firms. No more than 20 points will be awarded to any Respondent.
Cost points will be awarded as follows:
The lowest priced qualifying technical proposal will be awarded the full 20 points. Other bidders will
be awarded as follows: total cost points = (lowest bidder cost/other bidder cost) x 20.
Subrecipient will weigh the technical and cost evaluation results of each submittal as two
components, which together will have a maximum total score of 100 points.
After evaluation of selected Technical Proposals and Cost Proposals, the Subrecipient reserves the right
to award without delay. Subrecipient will issue a Letter of Intent to Award and a Notice to Proceed
when costs are negotiated and accepted by the Subrecipient.
Specific Legal Obligations
Procurement
In accordance with Section 104-b(2)(f) and Section 139-j(2)(a), the Village of Saltaire must identify the
individual responsible for purchasing and the individual who is the sole point of contact during the
procurement. That person is Mario Posillico as identified herein.
10
In accordance with State Finance Law §§ 139-j and 139-k, this RFP imposes restrictions on
communications between Village of Saltaire, GOSR, and Respondents during the procurement.
Respondent is restricted from making contact from the earliest notice of intent to solicit offers through
final award and approval of the contract (the restricted period) with Subrecipient’s staff other than the
RFP Coordinator or Village Treasurer, Donna Lyudmer, unless it is a contact included among expressly
provided statutory exceptions set forth in State Finance Law § 139-j(3)(a).
Village of Saltaire employees also are required to obtain certain information when contacted during the
restricted period and make a determination of responsibility of the Respondent pursuant to these two
statutes. Certain findings of non-responsibility can result in the rejection for contract award and in the
event of two (2) findings within a four-year period the Respondent is debarred from obtaining
governmental procurement contracts.
Diversity and Income Requirements
Minority and Women Owned Businesses (M/WBE)
Village of Saltaire is committed to awarding a contract(s) to firms that will provide high quality services
and that are dedicated to diversity and to containing costs. Village of Saltaire strongly encourages
Respondents that are certified by New York State, any other city or state, or the federal government, as
M/WBE firms, as well as Respondents that are not yet certified but have applied for certification, to
submit responses to this RFP. All New York State-certified M/WBE firms submitting proposals to this RFP
should be registered as such with the New York State Department of Economic Development. For M/WBE
firms that are not certified but have applied for certification, Respondents must provide evidence of filing
including filing date.
Village of Saltaire is required to implement the provisions of New York State Executive Law Article 15-A
and 5 NYCRR Parts 142-144 (M/WBE Regulations) for all New York State funded contracts as defined
therein, with a value in excess of $25,000. Subrecipient strongly encourages joint ventures of M/WBE
firms with majority firms and M/WBE firms with other M/WBE firms. For purposes of this solicitation,
Village of Saltaire hereby establishes an overall goal of 30% for M/WBE participation, 15% for minority-
owned business enterprises (MBE) and 15% for women-owned business enterprises (WBE).
Section 3
In addition to the above diversity requirements, and pursuant to Section 3 of the Housing & Community
Development Act (HCDA), Village of Saltaire is committed to ensuring that employment and other
economic opportunities generated by HUD financial assistance shall, to the greatest extent feasible and
consistent with existing federal, state and local laws and regulations, be directed to Section 3 residents and
businesses.
A “Section 3 resident” is: 1) a public housing resident; or 2) a low- or very low-income person residing in the
metropolitan area or non-metropolitan county where the Section 3 covered assistance is expended. For the
purposes of Section 3 of the HCDA, low-income persons are defined as families (including single persons)
whose incomes do not exceed 80% of the median income for the area, and very low-income persons are
defined as families (including single persons) whose incomes do not exceed 50% of the median income for
the area.
11
A “Section 3 business” is a business that can provide evidence that it meets one of the follow criteria: 1)
51% or more owned by Section 3 residents; or 2) at least 30% of its full time employees include persons that
are currently Section 3 residents, or were Section 3 residents within three years of the date of first hire; or
3) provides evidence, as required, of a commitment to subcontract in excess of 25% of the dollar award of
all subcontracts to business concerns that meet one of the preceding two qualifications.
In their submittals, Respondents should demonstrate their commitment to advancing Village of Saltaire’s
Section 3 goals, which include the following: 30% of new hires associated with the CDBG-DR funded project
shall be Section 3 residents, 10% of new construction contracts shall be awarded to Section 3 businesses,
and 3% of non-construction contracts shall be awarded to Section 3 businesses.
Iran Divestment Act
Every Proposal made to Village of Saltaire pursuant to a competitive solicitation must contain the
following statement, signed by the Respondent on company letterhead and affirmed as true under
penalty of perjury:
"By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in
the case of a joint bid each party thereto certifies as to its own organization, under penalty of perjury,
that to the best of its knowledge and belief that each bidder is not on the list created pursuant to
paragraph (b) of subdivision 3 of section 165-a of the State Finance Law."
The list in question is maintained by the Office of General Services. No Response that fails to certify
compliance with this requirement may be accepted as responsive.
12
New York Law and Venue
This contract shall be construed under the laws of the State of New York. All claims, actions,
proceedings, and lawsuits brought in connection with, arising out of, related to, or seeking enforcement
of this contract shall be brought in the Supreme Court of the State of New York, Suffolk County.
13
Schedule A - Project Description
Village of Saltaire
Fire Island Back-up Power Generation for Critical Facilities
A/E Scope of Work
The Village of Saltaire is requesting $610,000.00 in CDBG-DR funding to purchase and install
seven (7) fuel-fired generators for critical community facilities within Fire Island.
The successful Respondent will assist the Village of Saltaire with the following:
Scope of Work
1. Assist in the preparation of the CDBG-DR application for funding which will include
preparation of cost estimates, scope narratives, maps, exhibits, etc. Application development must be completed by April 10, 2015. (NOTE: THE CONSULTANT WILL ONLY BE PAID FOR THIS SCOPE OF WORK IF THE APPLICATION IS ACCEPTED AND APPROVED BY CDBG-DR. IF THE APPLICATION IS DENIED, CONSULTANT WILL ASSIST ON RE-APPLICATION. IF THE APPLICATION IS AGAIN DENIED, THEN THE CONTRACT WILL BECOME NULL AND VOID AND THE CONSULTANT WILL BE NOT ENTITLED TO ANY REMUNERATION FOR WORK PERFORMED ON THIS TASK.)
2. Become sufficiently familiar with the Site Conditions and Transportation methodologies FOR EACH LOCATION to adequately prepare the design for the Work.
3. Design system improvements, prepare a schematic design FOR EACH LOCATION for owner’s review, prepare construction documents in sufficient detail and specification to adequately support the public bid FOR EACH LOCATION, which shall include but not be limited to:
Platform and Enclosure Specification that will meet all applicable codes and regulations
Analysis of the Electrical Requirements FOR EACH LOCATION so as to form the basics of the system design
Specifications for the Generator Set, the Transfer Switch Set, and all associated wiring necessary to complete the work to meet the electrical requirements FOR EACH LOCATION,
4. In the event acquisition of property/servitudes/rights-of-way by the Village of Saltaire is required to facilitate the project, prepare property boundary maps and legal descriptions of each parcel to be acquired.
5. Manage the Bidding Process by providing to the Village and/or any additional administrative consultant the construction bid package by providing all necessary documents in conformance with applicable CDBG-DR Program requirements and supervise the bid
14
advertising, tabulation, and award process, including preparation of advertisements for bid solicitation, conducting the bid opening, and issuing the Notice to Proceed.
6. Assist in answering all bidders’ questions and conduction a pre-bid conference if deemed necessary by the Village.
7. Assist in conducting the preconstruction conference. 8. Field staking, as required, observe on-site construction work, and preparing (daily/weekly)
inspection reports. 9. Review and approve all contractor requests for payment, and submit approved requests to
the Village of Saltaire. 10. Provide construction administrative services FOR EACH LOCATION. 11. Provide As-Built drawings, one hard copy pre location and digital files in both CAD and PDF
format, to the Village of Saltaire, upon project completion. 12. Prepare and submit all applications for the various permits to federal and state agencies, as
may be required. 13. Conduct final inspection and testing. 14. Submit certified as-built drawings to the appropriate State agency, as required. 15. Assist with administration of this project, in accordance with HUD and GOSR requirements
and timetables.
15
Schedule B
Deadline Schedule
A. Date for Publication of Notice: February 12, 2015 B. Date for Questions from Respondents: February 23, 2015 C. Date for Response to Respondents’ Questions: February 26, 2015 D. Date for Submission of Proposals: March 9, 2015 E. Date for Evaluation of Proposals: March 10, 2015 F. Date for Award: March 11, 2015 G. Date for Notice of Contract Award with Draft Contract: March 13, 2015 H. Date for Execution of Contract with Notice to Proceed: March 18, 2015 I. Date for Receipt of Deliverable:
a. Application Submittal (Scope of Work Item #1) April 10, 2015 b. Design Work (Scope of Works Items 2 thru 3) May 29, 2015 c. All Other Work (Scope of Work Items 4 thru 15) October 31, 2015
Village of Saltaire reserves the right to modify this Timeline as necessary. Changes to the Timeline will be published at www.saltaire.org All Technical Proposals with Cost Proposals shall be submitted in hard copy, signed in the original, and
received on or before March 9, 2015
Respondent is responsible for meeting all deadlines.
16
Schedule C
Insurance Requirements
INSURANCE AND INDEMNIFICATION
The awardee shall promptly, prior to execution of the Agreement and at its sole cost and
expense, obtain insurance in the type and amounts as set forth below. All insurance required by
this Agreement shall be maintained with insurance underwriters authorized to do business in
the State of New York satisfactory to the Village. All policies shall name the Village, its officers,
employees, servants and agents as additional insureds. Proposer shall promptly furnish the
Village with duplicate insurance policies and certificates of insurance from its insurance
underwriters showing such insurance policies to be in compliance with the Agreement and in
full force and effect during the entirety of this Agreement. The awardee’s liability insurance
shall be considered primary and the Village’s liability insurance, if any, shall be considered
excess liability for each and every claim.
A. Comprehensive General Liability Insurance in form acceptable to Village,
including public liability and property damage, covering its activities hereunder, in an
amount not less than One Million Dollars ($1,000,000.00) for bodily injury and One
Million Dollars ($1,000,000.00) for property damage, including blanket contractual
liability, independent contractors and products and completed operations and;
B. Comprehensive Automobile Liability Insurance: The awardee shall take out and
maintain Comprehensive Automobile Liability Insurance in the amount of One Million
Dollars ($1,000,000.00), (combined single limit), during the life of this contract.
C. Professional Liability and Errors and Omission Liability in form acceptable to
Village, covering its activities hereunder, in an amount not less than One Million Dollars
($1,000,000.00) per occurrence and One Million Dollars ($1,000,000.00) Annual
Aggregate, and
D. New York State Disability and Workmen’s Compensation Insurance: The
awardee shall take out and maintain, during the life of this contract, New York State
Disability and Workmen’s Compensation Insurance for all of his employees under the
contract and in case of any of the work being sublet, the awardee shall require the
subcontractor similarly to provide Workmen’s Compensation Insurance for all of the
latter’s employees, unless such employees are covered by the protection afforded by
the awardee.
17
Schedule D
Cost Proposal
Price Page
A price page must be submitted in a separate, sealed envelope indicating the following:
1. The fee for the service provided must be in two lump sum prices, for the following areas of the Scope of Work:
a. Application Development (Scope of Work Item #1) b. All other Phases of the Work
2. The bidder shall also further itemize Lump Sum 1(b) by the tasks of the Scope of
the Work as specified below, the total of which shall equal the Lump Sum Price submitted in Item #1b above:
Price Item #1: Generator(s) Located in the Village of Saltaire
Price Item #2: Generator(s) Located in the Village of Ocean Beach
Price Item #3: Generator(s) Located in the Districts of the Town of Islip
Price Item #4: Generator(s) Located in the Districts of the Town of Brookhaven
3. Consultant must provide a schedule of hourly rates which shall be used if
additional work needs to be performed outside of the scope of the proposal. The schedule shall be itemized by level of expertise of the consultants used, and/or the tasks to be performed.