Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Road Treatments
®�®%uFFoc/-C® ELIZABETH A.NEVILLE,MMC ,may ��, Town Hall,53095 Main Road TOWN CLERKP.O.Box 1179 r®i� Southold,New York 11971 REGISTRAR,OF VITAL STATISTICS ® Fax(631)765-6145 MARRIAGE OFFICER 'P% Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER ®.( j is `�►� www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD July 5, 2021 Corazzini Asphalt PO Box 1281 Cutchogue,NY 11935 Dear Sirs: At the regular Town Board meeting held on June 15, 2021, the Town Board accepted the bid of Corazzini Asphalt for Item#2, Oil and Stone. A certified copy of the resolution is enclosed. The bid deposit is being returned to you. Thank you for your bid. Very truly yours, jLs �)X Lynda M Rudder Deputy Town Clerk Ens. Southold Town Board - Letter Board Meeting of June 15, 2021 Al 4 RESOLUTION 2021-510 Item # 5.47 y3� ADOPTED DOC ID: 17160 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2021-510 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON JUNE 15, 2021: RESOLVED that the Town Board of the Town of Southold hereby accepts the bid of Corazzim Asphalt for Item #2, Oil and Stone: Southold Town Fishers Island Liquid Asphalt $7.00/ sq yd $11.00/sq yd Schim Mix $130.00/ton $300.00/ton Fog Coat $25.00/gallon $100.00/gallon Elizabeth A. Neville Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: Louisa P. Evans, Justice SECONDER:Robert Ghosio, Councilman AYES: Nappa, Dinizio Jr, Doherty, Ghosio, Evans ABSENT: Scott A. Russell Generated June 16. 2021 Page 68 % ELIZABETH A.NEVILLE,MMC �� �$ Town Hall,53095 Main Road TOWN CLERK ® P.O.Box 1179 ca Southold,New York 11971 REGISTRAR OF VITAL STATISTICS p ® Fax(631)765-6145 MARRIAGE OFFICER �'� �� Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER ®.� `�►� www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD July 5, 2021 Corazzini Asphalt PO Box 1281 Cutchogue,NY 11935 Dear Sirs: At the regular Town Board meeting held on June 15, 2021, the Town Board accepted the bid of Corazzini Asphalt for Item #5, Type 6 Asphalt applied. A certified copy of the resolution is enclosed. The bid deposit is being returned to you. Thank you for your bid. Very truly yours, Lynda M Rudder Deputy Town Clerk Ens. fOL,��® ELIZABETH A.NEVILLE,MMC �•Z. G,d, Town Hall,53095 Main Road TOWN CLERK P.O.Box 1179 N Southold,New York 11971 REGISTRAR OF VITAL STATISTICS .� Fax(631)765-6145 MARRIAGE OFFICER Telephone(631)765-1800 RECORDS MANAGEMENT OFFICERo.� �►� www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD July 5, 2021 Rosemar Contracting PO Box 16 Patchogue,NY 11772 Dear Sirs: At the regular Town Board meeting held on June 15, 2021, the Town Board accepted the bid of Corazzini Asphalt for Item #5, Type 6 Asphalt applied. A certified copy of the resolution is enclosed. The bid deposit is being returned to you. Thank you for your bid. Very truly yours, 0 q4'f�A40'— Lynda M Rudder Deputy Town Clerk Ens. Southold Town Board - Letter Board Meeting of June 15, 2021 RESOLUTION 2021-512 Item # 5.49 ADOPTED DOC ID: 17162 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2021-512 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON JUNE 15, 2021: RESOLVED that the Town Board of the Town of Southold hereby accepts the following bid for Item #5, Type 6 Asphalt Road Treatment: Corazzini Asphalt Southold Fishers Island 30% RAP 0-100 tons $135.00 $500.00 100-250 ton $107.00 $450.00 250-500 ton $92.00 $450.00 500-1000 Ton $89.50 $400.00 over 1000 Ton $84.50 $400.00 Bid# 2 $6.00 $18.00 Bid # 3 $18.00 $20.00 Bid # 4 $1.45 $12.00 Bid# 5 $135.00 per square yard Elizabeth A. Neville Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: Sarah E. Nappa, Councilwoman SECONDER:James Dinizio Jr, Councilman AYES: Nappa; Dinizio Jr, Doherty, Ghosio, Evans ABSENT: Scott A. Russell Generated June 16. 2021 Paye 70 ELIZABETH A.NEVILLE,MMC �� ®G� Town Hall,53095 Main Road TOWN CLERK C® P.O.Box 1179 tos Southold,New York 11971 REGISTRAR OF VITAL STATISTICS Fax(631)765-6145 MARRIAGE OFFICER 'f'� 0�' Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER ®� �►� www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD July 5, 2021 Corazzini Asphalt PO Box 1281 Cutchogue,NY 11935 Dear Sirs: At the regular Town Board meeting held on June 15, 2021, the Town Board accepted the bid of Corazzini Asphalt for Item #6, Hot Mix Asphalt Concrete Base Coat. A certified copy of the resolution is enclosed. The bid deposit is being returned to you. Thank you for your bid. Very truly yours, '4,j4'-M ad� Lynda M Rudder Deputy Town Clerk Ens. Southold Town Board - Letter Board Meeting of June 15; 2021 'S"� �C RESOLUTION 2021-513 Item # 5.50 ADOPTED DOC ID: 17163 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2021-513 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON JUNE 15, 2021: RESOLVED that the Town Board of the Town of Southold hereby accepts the following bids for Item 46 Hot Mix Asphalt Concrete-Base Coat Corazzini Asphalt Town Fishers Island 30% RAP 0-100 tons $135.00 $500.00 100-250 ton $107.00 $450.00 250-500 ton $92.00 $450.00 500-1000 Ton $89.50 $400.00 over 1000 Ton $84.50 $400.00 Bid # 2 $6.00 $18.00 Elizabeth A. Neville Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: James Dinizio Jr, Councilman SECONDER:Louisa P. Evans, Justice AYES: Nappa, Dinizio Jr, Doherty; Ghosio, Evans ABSENT: Scott A. Russell Generated June 16; 2021 Page 71 ELIZABETH A.NEVILLE,MMC �� G� Town Hall,53095 Main Road TOWN CLERK P.O.Box 1179 c��a Z Southold,New York 11971 REGISTRAR OF VITAL STATISTICS ® Fax(631)765-6145 MARRIAGE OFFICER ��� Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER o` �j► www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD July 5, 2021 Thomas Gannon & Sons PO Box 505 Middle Island, NY 11953 Dear Sirs: At the regular Town Board meeting held on June 15, 2021, the Town Board accepted the bid of Thomas Gannon & Sons for Item#7, Type II Micro-Surfacing. A certified copy of the resolution is enclosed. The bid deposit is being returned to you. Thank you for your bid. Very truly yours, Lynda M Rudder Deputy Town Clerk Ens. Southold Town Board - Letter Board Meeting of June 15; 2021 jos�S RESOLUTION 2021-515 Item# 5.52 coo ADOPTED DOC ID: 17165 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2021-515 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON JUNE 1512021: RESOLVED that the Town Board of the Town of Southold hereby accepts the bid of Thomas H. Gannon & Sons, Inc., for the application of Polymer Modified Emulsified Asphalt Pavement Type II Micro-Surfacing within the Town of Southold, all in accordance with the bid specifications and Town Attorney, as follows: BID # 1 Option 41 Option 42 Southold $5.20 $3.27 Fishers Is. $6.20 $4.35 BID # 2 Southold $1.50 per linear fool Fishers Is. $2.25 per linear foot Elizabeth A.Neville Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: Robert Ghosio, Councilman SECONDER:Louisa P. Evans, Justice AYES: Nappa, Dinizio Jr, Doherty, Ghosio, Evans ABSENT: Scott A. Russell Generated June 16. 2021 1'a2c 73 SFFO[/--ea ELIZABETH A.NEVILLE,MMC gym �/,�, Town Hall,53095 Main Road TOWN CLERK ® P.O.Box 1179 015 Southold,New York 11971 REGISTRAR OF VITAL STATISTICS 0 • Fax(631)765-6145 MARRIAGE OFFICER "�"� �! Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER �j �►� www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD July 5, 2021 East Island Asphalt 1217 Speonk Riverhead Road Speonk,NY 11972 Dear Sirs: Congratulations. At the regular Town Board meeting held on June 15, 2021, the Town Board accepted the bid of East Island Asphalt for Item#8, Type 6 Asphalt to be picked up. A certified copy of the resolution is enclosed. The bid deposit is being returned to you. Thank you for your bid. Very truly yours, Lynda M Rudder Deputy Town Clerk Ens. ELIZABETH A.NEVILLE,MMC �� �,�, Town Hall,53095 Main Road TOWN CLERK ® P.O.Box 1179 COD Southold,New York 11971 REGISTRAR OF VITAL STATISTICS ® .� Fax(631)765-6145 MARRIAGE OFFICER �'� ®�' Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER www.southoldtownny.gov OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD July 5, 2021 Corazzini Paving Products PO Box 1744 Southold, NY 11971 Dear Sirs: At the regular Town Board meeting held on June 15, 2021, the Town Board accepted the bid of East Island Asphalt for Item#8, Type 6 Asphalt to be picked up. A certified copy of the resolution is enclosed. The bid deposit is being returned to you. Thank you for your bid. Very truly yours, YY1 Lynda M Rudder Deputy Town Clerk Ens. Southold Town Board - Letter Board Meeting of June 15, 2021 ° rte RESOLUTION 2021-514 Item # 5.51 i ` r ADOPTED DOC ID: 17164 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2021-514 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON JUNE 15, 2021: RESOLVED that the Town Board of the Town of Southold hereby accepts the following bid for Item #8, Type 6 Asphalt, to be picked up by the Town: East Island Asphalt $83.00/ton Elizabeth A. Neville Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: Louisa P. Evans, Justice SECONDER:Robert Ghosio, Councilman AYES: Nappa, Dinizio Jr, Doherty, Ghosio, Evans ABSENT: Scott A. Russell Generated June 16. 2021 Page 72 6a7d4644-f17f-496c-b307-e4c55301223a lynda.rudder@town.southold.ny.us AFFIDAVIT OF PUBLICATION The Suffolk Times State of New York, County of Suffolk, The undersigned is the authorized designee of Andrew Olsen,the publisher of The Suffolk Times,a Daily Newspaper published in Suffolk County,New York. I certify that the public notice,a printed copy of which is attached hereto,was printed and published in this newspaper on the following dates: May 13,2021 This newspaper has been designated by the County Clerk of Suffolk County,as a newspaper of record in this county,and as such,is eligible to publish such notices. Signature Eliot T.Putnam Printed Name Subscribed and sworn to before me, This 18 day of May 2021 Notary Sign ture STATE OF NEW PORK ' - :NOTARY PUBLIC Notary Public Stamp sAI HA"'' J o = OIRE6398441 gyp' sus�DI• •'q\ ,,� SOUTHOLD TOWN BOARD 196 6a7d4644-f17f-496c-b307-e4c55301223a lynda.rudder@town.southold.ny.us AFFIDAVIT OF PUBLICATION The Suffolk 7Ymes LEGAL NOTICENOTICE TO BIDDERSNOTICE IS HEREBY GIVEN,in accordance with the provisions of Section 103 of the General Municipal Law,that sealed bids are sought and requested for furnishing and placing within the Town of Southold,the following road treatments:2. Oil&StoneS. Type 6 Top- Hot Mix Asphalt Concrete6. Base Coat7. Type II Micro-Surfacing8. Type 6 Asphalt (town pick up)Specifications may be obtained at the Office of the Town Clerk,Town of Southold,via email or will be available for download on the Town website. Copies can be mailed by calling the Town Clerks office 631/765-1800.The sealed bids,together with a Non-Collusive Bid Certificate,and bank draft, certified check,or bid bond in the amount of$100.00,will be received by the Town Clerk of the Town of Southold at the Southold Town Hall,PO Box 1179,53095 Main Road,Southold,New York,until 2:00 P.M., Thursday,May 27,2021 at which time they will be opened and read aloud in public.Dated:May 4,2021 ELIZABETH A.NEVILLE SOUTHOLD TOWN CLERK SOUTHOLD TOWN BOARD 197 o 4stafFO[e�►c® ELIZABETH A.NEVILLE,MMC y� l/y Town Hall,53095 Main Road TOWN CLERK o= :� P.O.Box 1179 COD Z Southold,New York 11971 REGISTRAR OF VITAL STATISTICS S • Fax(631)765-6145 MARRIAGE OFFICER �'� 0�` Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER www.southoldtownny.gov OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD BID OPENING May 27, 2021 at 2:00 PM #2 Oil & Stone One bid received Southold Town Fishers Island Corazzini Asphalt Liquid Asphalt $7.00/sq yd $11.00/sq yd PO Box 1281 Schim Mix $130.00/ton $300.00/ton Cutchogue, NY 11935 Fog Coat $25.00/gallon $100.00/gallon ®�®gUFFO(,��o ELIZABETH A.NEVILLE,MMC y� r/y Town Hall, 53095 Main Road TOWN CLERK ® P.O.Box 1179 CA Z Southold,New York 11971 REGISTRAR OF VITAL STATISTICS p • Fax(631)765-6145 MARRIAGE OFFICER �� ®� Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER www.southoldtownny.gov OFFICE OF THE TOWN CLERK TOV JI�F&(f& W� D May 27, 2021 at 2:00 pm #5 Type 6 Top Two bids received: Town Fishers Island Corazzini Asphalt PO Box 1281 Cutchogue,NY 11935 30%RAP 0-100 tons $135.00 $500.00 100-250 ton $107.00 $450.00 250-500 ton $92.00 $450.00 500-1000 Ton $89.50 $400.00 over 1000 Ton $84.50 $400.00 Bid# 2 $6.00 $18.00 Bid# 3 $18.00 $20.00 Bid#4 $1.45 $12.00 Bid# 5 $135.00 per square yard Rosemar Contracting PO Box 16 Patchogue,NY 11772 30% RAP 0-100 tons no bid no bid 100-250 ton $195.00 $500.00 250-500 ton $130.00 $450.00 500-1000 Ton $115.00 $450.00 over 11000 Ton $110.00 $375.00 Bid# 2 $6.00 $12.00 Bid# 3 $15.00 $75.00 Bid# 4 $10.00 $15.00 Bid# 5 $200.00 per square yard ��gUFFO(�►c0 ELIZABETH A.NEVILLE,MMC �Z® r/y Town Hall,53095 Main Road TOWN CLERK o �•� P.O.Box 1179 y Z Southold,New York 11971 REGISTRAR,OF VITAL STATISTICS p • .F Fax(631)765-6145 MARRIAGE OFFICER 'j'� O`` Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER �,( `�►� www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWf BFaKJAR2LD May 27, 2021 at 2:00 pm #6 Hot Mix Asphalt Concrete-Base Coat One bid received: Town Fishers Island Corazzini Asphalt PO Box 1281 Cutchogue, NY 11935 30% RAP 0-100 tons $135.00 $500.00 100-250 ton $107.00 $450.00 250-500 ton $92.00 $450.00 500-1000 Ton $89.50 $400.00 over 1000 Ton $84.50 $400.00 Bid#2 $6.00 $18.00 ELIZABETH A.NEVILLE,MMC �.t. l/,y Town Hall,53095 Main Road TOWN CLERK o= P.O.Box 1179 CA Z Southold,New York 11971 REGISTRAR OF VITAL STATISTICS p • Fax(631)765-6145 MARRIAGE OFFICER 'y� ot` Telephone(631)765-1800 RECORDS MANAGEMENT OFFICERo.( `�►� www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD BID OPENING Item #7 Type II Micro-Surfacing May 27, 2021 at 2:00 PM One bid received BID # 1 Option#1 Option#2 Thomas Gannon& Sons Southold $5.20 $3.27 PO Box 505 Fishers Is. $6.20 $4.35 Middle Island, NY 11953 BID # 2 Southold $1.50 per linear foot Fishers Is. $2.25 per linear foot ELIZABETH A.NEVILLE,-MMC h�• Gy Town Hall,53095 Main Road TOWN CLERK C P.O.Box 1179 y Z Southold,New York 11971 REGISTRAR.OF VITAL STATISTICS S Fax(631)765-6145 MANAGEMENT OFFICER RIAGE OFFICERy�o' ao�� Telephone(631)765-1800 RECORDS FREEDOM OF INFORMATION OFFICER www•southoldtownny.gov OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD BID OPENING May 27,2021 at 2:00 PM #8 Tyne 6 Asphalt Two bids received: Bid#1 Corazzini Paving Products $86.00/ton PO Box 1744 Southold,NY 11971 East Island Asphalt $83.00/ton 1217 Speonk Riverhead Road Speonk,NY 11972 „=: { AIA Document A310 -2010 CONTRACTOR: SURETY: Thomas H.Gannon&Sons,Inc. Hartford Fire Insurance Company 372 Middle Country Rd. One Hartford Plaza Middle Island,NY 11953 Hartford,CT.06155 OWNER: Town of Southold 53095 Main Road Southold,NY 11971 BOND AMOUNT: One Hundred Dollars—($100.00) PROJECT: For the Purchase&Application of Asphalt Road Materials Polymer Modified Emulsified Asphalt Pavement—Type H Micro-Surfacing The Contractor and Surety are bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a Surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof;or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect.The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid.Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain Surety's consent for an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in his Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project,any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 271' day of May 2021 Thomas H.Gannon&Sons Inc. Frank genii,Secretary Fra AkaFoierri,1-resideft ��en Hartford Fire Insurance Cof V Amit Baria,Witness (Surety) Steven G.Raffuel,Att y-in-Fact CONSENT OF SURETY KNOW ALL MEN BY THESE PRESENTS, that for and consideration of the sum of$1.00, lawful money of the United States of America, the receipt whereof is hereby acknowledged, paid the undersigned, and for other valuable consideration the Hartford Fire Insurance Company Surety Company, (Name) One Hartford Plaza Hartford Ct. 06155 _ (Address) existing under the laws of the Connecticut and licensed to do business in the State of New York certifies and agrees, that if the contract for(Contracting Agency):Town of Southold for- (Project) For the Purchase&Application of Asphalt Road Materials Polymer Modified Emulsified Asphalt Pavement—Type II Micro-Surfacing is awarded to (Bidder)Thomas H. Gannon &Sons, Inc.. the undersigned will execute the bond or bonds as required of the contract documents and will become Surety in the full amount set forth in the contract documents for the faithful performance of all obligations of the Bidder, provided however, that this commitment shall expire sixty (60) days from the bid opening, unless agreed upon by Bidder, Owner and Surety to be extended. Signed, sealed and dated this 27th day May, 2021 Hartford Fire Insurance Company Surety Company By: (Name) Steven G. R Attorney-in-Fact (To be accompanied by the usual proof of Authority of Officers of the Surety Company to execute same) • Direct Inquiries/Claims to: THE HARTFORD BOND,T-11 POWER OF ATTORNEY HartfOne Haord Plaza ord,Connect cut 06155 Bond.C la ims(a7thehartford.c om call.888-266-3488 orfax.860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Name: THE RAFFUEL SURETY GROUP Agency Code: 13-653536 0 Hartford Fire Insurance Company,a corporation duly organized under the laws of the State of Connecticut 0 Hartford Casualty Insurance Company,a corporation duly organized under the laws of the State of Indiana Hartford Accident and Indemnity Company,a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company,a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company,a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois,a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest,a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast,a corporation duly organized under the laws of the State of Florida having their home office in Hartford,Connecticut,(hereinafter collectively referred to as the"Companies")do hereby make,constitute and appoint, uptotheamountof Unlimited : Cecelia D. Brown, Steven G. Raffuel of PRINCETON, New Jersey their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof,on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on May 23, 2016 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals 'to-be hereto affixed,duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies,the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. `o s 'tomLO�tt♦,,dN' tL\1979 : 1 1979 =e• T �uac,zv\4\5IDS 0 ' s'atnori� "amp* Shelby Wiggins,Assistant Secretary Joelle L.LaPierre,Assistant Vice President STATE OF FLORIDA SS. Lake Mary COUNTY OF SEMINOLE On this 13th day of February,2020,before me personally came Joelle LaPierre,to me known,who being by me duly swom,did depose and say- that aythat(s)he resides in Seminole County,State of Florida;that(s)he is the Assistant Vice President of the Companies,the corporations described in and which executed the above instrument;that(s)he knows the seals of the said corporations;that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that(s)he signed his/her name thereto by like authority. Jessica Noelle Ciccone FOF FL�.` My Commission#FF029702 Expires June 20,2021 I,the undersigned,Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing Is a true and correct copy of the Power of Attorney executed by said Companies,which is still in full force effective as of May 2 7, 2 021 Signed and sealed In Lake Mary, Florida. co IAq� lee 19: 2979 - t 1979 sz.�z Keith D.Dozois,Assistant Vice President Q HARTFORD FIRE INSURANCE COMPANY Hartford, Connecticut Financial Statement, December 31, 2019 Statutory Basis ASSETS LIABILITIES U.S. Government Bonds................... $ 840,113,348 Reserve for Claims $ Bonds of Other Governments............. 121,116,115 and Claim Expense.......................... 9,115,928,403 State, County Municipal Reserve for Unearned Premiums... .... ....... 2,117,250,671 Miscellaneous Bonds ............ 6,693,259,040 Reserve for Taxes, License Stocks ............................... 5,951,954,085 and Fees............................. ......... 48,494,588 Short Term Investments ................... 319,401,591 Miscellaneous Liabilities............... .......... 2,001,539,149 $ 13,925,844,179 Total Liabilities ..................................... $ 13,283,212,811 Real Estate ................................... $ 330,748,750 Capital Paid In , $ 55,320,000 Cash ........................................... 73,243,912 Surplus ................ 10,675,738,372 Agents'Balances(Under 90 Day) ...... 2,975,955,651 Other Invested Assets............... ..... 3,711,124,314 Surplus as regards Policyholders........... $ 10,731,058,372 Miscellaneous ... ........................... 2,997,354,377 Total Liabilities,Capital Total Admitted Assets................... $ 24,014,271,183 and Surplus ................................. $ 24,014,271,183 STATE OF FLORIDA SEMINOLE COUNTY SS. CITY OF LAKE MARY Joelle L. LaPierre, Assistant Vice President and Shelby Wiggins, Assistant Secretary of the Hartford Fire Insurance Company, being duly sworn, each 'deposes and say that the foregoing is a true and correct statement of the said company's financial condition as of December 31, 2019. Subscribed and sworn to before me this 5th day of March,2020. 77 Assistant Vice President Notary Public JESSICA CICCONE Assistant Secretary MY COMMISSION#GG077453 a�4 EXPIRES June 20,2021 Form CS-19-37 HF printed in U.S A t� ACKNOWLEDGMENT OF SURETY STATE OF New Jersey COUNTY OF Burlington On May 27,2021 Steven G. Raffael to me known,who, being by me duly sworn, did depose and say that he/she is an Attorney In Fact of Hartford Fire Insurance Company the corporation described in and which executed the within instrument;that he/she knows the corporate seal of said corporation; that the seal affixed to the within instrument is such corporate seal; and that he/she signed the said instrument and affixed the said seal as Attorney In Fact by authority of the Board of Directors of said corporation and by the authority of his/her office under Standing Resolutions thereof. L11 Nft<RY PUBLIC CECELIA D. BROWN Notary Public,state of New Jersey My Commission Expires June 21,2021 Certificate of Good Standing STATE OF NEW YORK DEPARTMENT OF FINANCIAL SERVICES It is hereby certified that HARTFORD FIRE INSURANCE COMPANY of Hartford,Connecticut was incorporated under the Laws of the State of Connecticut and was licensed to transact insurance business in the State of New York on January 01,1850 under the title of HARTFORD FIRE INSURANCE COMPANY. IT IS HEREBY FURTHER CERTIFIED that the aforesaid Company is duly authorized in the State of New York to transact the business of accident and health,fire,miscellaneous property,water damage,burglary and theft,glass, boiler and machinery,elevator,animal,collision,personal injury liability,property damage liability,workers' compensation and employers'liability,fidelity and surety,credit,motor vehicle and aircraft physical damage,marine and inland marine,marine protection and indemnity and legal services insurance as specified in the paragraph(s)3,4, 5,6,7, 8,9, 10, 11, 12, 13, 14, 15, 16, 17, 19,20,21 and 29 of Section 1113(a)of the New York Insurance Law,and al such workers'compensation insurance as may be incident to coverages contemplated under paragraphs 20 and 21 of Section 1113(a),including insurances described in the Longshoremen's and Harbor Workers'Compensation Act(Publi( Law No. 803,69 Cong.as amended;33 USC Section 901 et seq. as amended),and,and as authorized by Section 4102(c),insurance of every kind or description outside of the United States and reinsurance of every kind or description and has been continuously licensed and remains in good standing to the date of this certificate. - ORK S Tq�F O � k Cl w h tiTOF FI IdANO`P *** INVALID WITHOUT OFFICIAL SEAL*** '1 Certificate of Good Standing STATE OF NEW YORK DEPARTMENT OF FINANCIAL SERVICES -JORK ST In Witness Whereof,I have hereunto set my hand and affixed the official seal of this Department v at the City of Albany,New York,this 24th day of September,2020 EXCELO h 3FZT c�Py LINDA A.LACEWELL OF FINN Superintendent By Special Deputy Superintendent STATE OF NEW YORK DEPARTMENT OF FINANCIAL SERVICES CERTIFICATE OF SOLVENCY UNDER SECTION 1111 OF THE NEW YORK INSURANCE LAW It is hereby certified that Hartford Fire Insurance Company of Hartford, Connecticut a corporation organized under the laws of New York and duly authorized to transact the business of insurance in this State, is qualified to become surety or guarantor on all bonds, undertakings, recognizances, guaranties and other obligations required or permitted by law; and that the said corporation is possessed of a capital and surplus including gross paid-in and contributed surplus and unassigned funds (surplus) aggregating the sum of$10,731,058,372. (Capital $55,320,000), as is shown by its sworn financial statement for the quarter ending, December 31, 2019, on file in this Department, prior to audit. The said corporation cannot lawfully expose itself to loss on any one risk or hazard to an amount exceeding 10% of its surplus to policyholders, unless it shall be protected in excess of that amount in the manner provided in Section 4118 of the Insurance Law of this State. YORK sr In Witness Whereof, I have here- unto set my hand and affixed the • official seal of this Department at the City of Albany, this 22nd q ►- day of June 2020. Linda A. OF P� Superintendent ell Ellen Buxbaum Special Deputy Superintendent AIA DocumentA31V - 2010 Bid Bond CONTRACTaR: SURETY: (Nance,legal status and adch-ess) (Name,legal status and principal place Rosemar Contracting, Inc. ofbustness) PO Box 16 Travelers Casualty and Surety Company of America This document has Important legal om Patchogue NY 11772 p y consequences,Consultation with OWNER,, 343 Thornall St. -5th Floor an altorney 6 encouraged w6 Edison NJ 08837 respect'ioits borripletionor (Nanta,legal status and'address) modification. Town of Southold 53095 Route 25 Any singular reference to Southold NY 11971 contractor,surety,owner or BONA AMOUNT: other party shall be considered One Hundred and 00/100------Dollars ($100.00) plural where applicable, PROJECT: (Haute,location or address,aftd Project number,//•any) Type 6 Top-Hot Mix Asphalt Concrete Contract#5 The Contractor and Surety are bound tothe�OwnOi,in the•amount set forth above,for the payment of which the Contractor and Surety bind themselves,Their heirs,executors,administrators,successors and assigns,jointly and severally,as providedlierein.The,conditions of this Bbnd are such thdt if the Owtneraccepts the bid of the Contractor within the time specified,in the bid documents;orviithiu such time,period as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the'Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for-the prompt payment oflabor und•materiai furnished in the prosecution thereof;or(2)pays to the Owner the difference;not to exceed,the amount of.this'Bond,between the amount specified in said bid.and such larger amount for which the Owner may in;goodfaith•contract with another party to perforin the work,covered by,said bid,then this ,null and void,otherisremain in frill force and effect.The Surety hereby waives any notice of obligation shall.be' an agreement between the Owner,and contractor to extend'the time in which'the Owner may accept the bid,Waiver of notice by-tlne Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids,"specified in the bid documelits,and the Owner-and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner,shall be deemed to be Contractor. When this Bond has been furnished to complywith a statutory or other legal requirement in the location of the Project, any provision in this'Bond conflictingwith said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such'statutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 21 st day of May , 2021 o mar Contracting, Inc /lu' (Cont ctor as PrbtetpalJ n (Seal) (Trite) Travelers Casualty and)Buret Company of America (Sure (Seal) (lffbtess) t e Patricia Von Posch, Attorney-in-Fact CAUTION:You should sign an original AIA Contract Document,on which tills text appears in REP.An original assures that changes will not be obscured. AIA Document A3i0�—2010(rev.p1012010),Copyright©1963,1970 an Init. d 2010 by The American institute ofArchitects.All rights reserved, WARNING:This Ale Document Is rotected by,U.S.Copyright Law and InternatlonalTrsatles.Unauthorized roproductlon or distribution of this AIA°Document,or any portion of It,may result in severe olvll and criminal penalties,and will be prosecufed to the maximum extent possible t under lire law,Purchasers are permitted to reproduce len(10)copies of this document when completed.To report copyright violations of AIA Corilracl Documents,a•mall The American institute of Architects'legal Counsel,copyright@ala.org. ecom,mio CORPORATE ACKNOWLEDGMENT STATE OF t t) /1�— 00UNTY OF 1 On this day of kle4hr , before me personally appeared , to me known bmoi e z ' and of 4v r a the corporation executing the above instrument, and ackn wledged said instrument to be the free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned and on oath stated that the seal affixed is the seal of said corporation and that it was affixed and that executed said instrument by order of the Board of Directors of said corporation, IN WITNESS WHEREOF, 1 have hereunto set my hand and affixed my OFFICIAL. SEAL the day and year first above written. r� (Seal) Notary Public, residing at� - (Commission expires CYNTHIA BUNCH NOTARY PUBLIC STATE OF NEW YORK NO 01-BU6033778 QUALIFIED IN SUFFOLK COUP COMMISSION EXPIRES 12/6/_ I r, ACKNOWLEDGMENT BY SURETY STATE OF NEW YORK ) ) ss. County of NASSAU ) On this 21st day of May 2021 ,before me personally appeared Patri ci n von PoReb ,known to me to be the Attorney-in-Fact Of Travelers Casualty and Surety Company of Ameripa ,the corporation that executed the within instrument, and acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF,I have hereunto set my hand and affixed my official seal, at my office in the aforesaid County,the day and year in this certificate first above written. Notary Public in the State of New York County of Nassau FRE®MASH ROE gavy Public,State of NewYork NO.01R0A4815494 Qualified in Nassau County Commission ExpimsJuly 1,20231 1� Travelers Casualty and Surety Company of America � Travelers Casualty and Surety Company Jj RAVELE S J St,Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company_of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies'),and that the Companies do hereby make,constitute and appoint Patricia VonPosch of LAKE SUCCESS New York , their true and lawful Afforney-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed,and their corporate seals to be hereto affixed,this 17th day of January, 2019. State of Connecticut By: ,d. --O City of Hartford ss. Robert L.Rane , enlor Vice President On this the 17th day of January, 2019, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vrce President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF,I hereunto set my hand and official seal. A, m My Commission expires the 30th day of June,2021 Anna P.Nowik,Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company, and St.Paul Fire and Marine insurance Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President, any Vice Chairman,any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President,the Treasurer, any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-In-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power-given him or her;and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or*any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delebation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or(b) duly executed (under seal, if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority;and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President,any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. 1, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which remains in full force and effect. Dated this 21st day of May 2021 R- Kevin E.Hughes,Assi Cant Secretary To verify the authenticity of this Power ofAttorney,please call us at 1-600-421-3880. Please refer to the above-named Attorney-in-Fact and the details of the bond to which this Power ofAttorneyls attached, � TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA HARTFORD,CONNECTICUT 05183 FINANCIAL STATEMENT AS OF DECEMBER 31,2020 AS FILED IN THE STATE OF NEW YORK CAPITAL STOCK$6,480,000 CASH AND INVESTED CASH $ 239,403,348 UNEARNED PREMIUMS $ 1,121,070,380 BONDS 3,831,156,861 LOSSES 1,003,200,666 STOCKS 109,074,035 LOSS ADJUSTMENT EXPENSES 163,346,678 INVESTMENT INCOME DUE AND ACCRUED 36,856,709 COMMISSIONS 48,805,693 OTHER INVESTED ASSETS 4,970,512 TAXES,LICENSES AND FEES 13,561,421 PREMIUM BALANCES 277,653,788 OTHER EXPENSES 42,506,558 NET DEFERRED TAX ASSET 55,188,715 CURRENT FEDERALAND FOREIGN INCOME TAXES 4,865,484 REINSURANCE RECOVERABLE 32,553,518 REMITTANCES AND ITEMS NOT ALLOCATED 8,646,391 RECEIVABLES FROM PARENT,SUBSIDIARIES AND AFFILIATES 34,876,347 AMOUNTS WITHHELD/RETAINED BY COMPANY FOR OTHERS 42,228,250 OTHER ASSETS 4,155,794 POLICYHOLDER DIVIDENDS 12,363,304 PROVISION FOR REINSURANCE 7,930,280 ADVANCE PREMIUM 1,867,512 CEDED REINSURANCE NET PREMIUMS PAYABLE 63,102,972 RETROACTIVE REINSURANCE RESERVE ASSUMED 800,763 OTHER ACCRUED EXPENSES AND LIABILITIES568,668 TOTAL LIABILITIES 2,53 ,e 5,020 CAPITALSTOCK $ 6,480,000 PAID IN SURPLUS 433,803,760 OTHER SURPLUS 1,650,750,847 TOTAL SURPLUS TO POLICYHOLDERS $ 2,091,034,607 TOTAL ASSETS _$—ate TOTAL LIABILITIES&SURPLUS4,6 ,889, 2 STATE OF CONNECTICUT ) COUNTY OF HARTFORD )SS. CITY OF HARTFORD ) I MICHAEL J.DOODY,BEING DULY SWORN,SAYS THAT HE IS VICE PRESIDENT-FINANCE,OF TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, AND THAT TO THE BEST OF HIS KNOWLEDGE AND BELIEF,THE FOREGOING IS A TRUE AND CORRECT STATEMENT OF THE FINANCIAL CONDITION OF SAID COMPANY AS OF THE 31ST DAY OF DECEMBER,2020. ofi 'o e'0 _ VICE SIREN I-HNACColll SUBSCRIBED AND SWORN TO BEFORE ME THIS NOTARY PUBLIC 26TH DAY OF MARCH,2021 SUSAN M.WEISSLEDER NotaiyPttblic aty Commission LapiresNovember 30,2022 �V/,V••ll illll411 RC-250 LIQUID ASPHALT Item#2 "OIL & STONE" 1 Year 2021-22 ITEM NO. 2 SPECIFICATIONS FOR THE PURCHASE & APPLICATION OF ASPHALT ROAD MATERIALS BITUMINOUS SURFACE TREATMENT RC-250 LIQUID ASPHALT "OIL & STONE" NOTE: THE TOWN OF SOUTHOLD WILL ALSO REQUIRE +/- 30,000 SQUARE YARDS (more or less as may be needed) OF PAVEMENT TO BE APPLIED ON FISHERS ISLAND. THE CONTRACTOR SHALL BE REQURIED TO NOTIFY EACH RESIDENT AT LEAST 24 HOURS PRIOR TO ANY WORK ON TOWN ROADS. RESIDENTS MUST BE RE-NOTIFIED AFTER DELAYS DUE TO INCLEMENT WEATHER OR JOB OPERATIONS. 1 RC-250 LIQUID ASPHALT Item#2 "OIL & STONE" Year 2021-22 INSTRUCTIONS TO BIDDERS A. PROPOSALS Proposals must be made in strict accordance with the "Proposal Form" provided. The Proposal form shall not be detached from the bid package. Failure to comply with this requirement will constitute grounds for rejection of the bid subject to the digression of the Highway Superintendent. Any and all exceptions to the specifications shall be listed on a separate sheet bearing the designation: 'Exceptions to the Specifications", and attached to the Bid Form. Each proposal must be signed in writing with the full name and address of bidder. The bidders shall write in ink, both in words & numerals, the price for which he proposed to furnish all materials, plant, equipment, tools, shoring or bracing, or other facilities, &to perform all labor and services necessary for the proper completion of the work in strict accordance with the plans and specifications, and subject at all times to the approval of the Highway Superintendent. Proposals, together with the entire bid package, shall be delivered enclosed in an opaque sealed envelope and shall be addressed as indicated on Invitation to Bid. The envelope shall be marked "Proposal" bearing the title of work and the Bidders Name. Bidders may bid on one or any combination of items listed on the proposal sheet. No proposal shall be considered which has not been received by the Southold Town Clerk prior to the hour and date stated. B. PROPOSAL GUARANTY A proposal will not be accepted or considered unless accompanied by a guaranty in the form of a bid bond or certified check in the amount of one hundred ($100) dollars payable to the Town of Southold. As soon as the proposal prices have been compared, the Owner shall return the bidder's bond or the certified checks accompanying such proposals as, in his judgment, would not likely be involved in making the award. All other proposal quantities will be held until the contract and contract bond have been executed after which they will be released or returned to the respective bidders whose proposals they accor0panied. C. OMISSIONS AND DISCREPANCIES Bidders should carefully examine the specifications and fully inform .themselves of all conditions and matters which can in any way affect the work or the cost thereof. Should a bidder find discrepancies in or omissions from the specifications, or other documents or should he be in doubt as to their meaning, he should at once notify the Highway Superintendent who may issue a written instruction to all bidders. D. PUBLIC OPENING OF PROPOSALS Proposals will be opened and read publicly at the time and place indicated in the Invitation for Bids. Bidders, authorized agents, and other interested parties are invited to be present. 2 RC-250 LIQUID ASPHALT Item# 2 "OIL & STONE" Year 2021-22 E. AWARD OF CONTRACT Award of contract will be made as soon as practical. The Superintendent of Highways reserves the right to make awards by items, or as a whole, or not at all, whichever the Superintendent deems to be in the best interest of the Town. A contract may be awarded to a responsible bidder other than the lowest money bidder, if it is in the best interest of the Town. No bid may be withdrawn after scheduled closing time for receipt of bids for a period of 45 days pending execution of a contract by successful bidder. The competency and responsibility of the bidder and his sub-contractors will be considered in making,the award. The Town reserves the right to waive any technical error, to accept any bid, or to reject any or all bids. The contract form will be a Standard form of Agreement between Owner and Contractor. The Town will either award the project or reject all proposals received within forty-five (45) days after formal opening of proposals. Acceptance of a proposal will be a written notice signed by the Town Clerk& no other act shall constitute the acceptance of a proposal. F. WITHDRAWALS OF PROPOSALS Any bidder upon his or her authorized representative's written request presented not later than the hour set for the opening thereof, will be given permission to withdraw his proposal. At the time of opening the proposals, when such proposals are reached, it will be returned to him unread. G. REJECTION OF PROPOSALS The Town reserves the right to waive any technical error and to reject any and/or all proposals. Without limiting the generality of the foregoing, any proposal which in incomplete, obscure, or irregular may be rejected; any proposal accompanied by an insufficient or irregular certified check or bidder's bond bay be rejected, any proposal having interlineations, erasure or corrections may be rejected. The Town also reserves the fight to reject any bid if the evidence submitted in the qualification statement or an investigation of such bidder fails to satisfy the Town that such bidder is property qualified to carry out the obligations of the contract and to complete the work contemplated therein. Conditional bids will not be accepted. H. PLANT & EQUIPMENT The bidder shall State in his bid that be has available or under his control, plant and equipment of the character and in the amount required to complete the proposed work within the specific time. I TIME FOR EXECUTION OF CONTRACT Any bidder whose proposal shall be accepted will' be required to appear before the Town in person; or if a firm or corporation, a duly authorized representative shall so appear, and execute six (6) copies of the Contract and furnish satisfactory Performance and Payment Bond within ten(10) days after notice that the Contract has been awarded to him. Failure to execute Contract shall constitute a breach of the agreement effected by the acceptance of the Proposal The damages to the Town for such breach will include loss from interference with his construction program and other items, the accurate amount of which it will be difficult or impossible to compute. The amount of 3 RC-250 LIQUID ASPHALT Item#2 "OIL & STONE" Year 2021-22 the certified check or bidder's bond accompanying the Proposal of such bidder shall be retained by the Town, not as a penalty, but as liquidated damages for such breach. In the event any bidder whose proposal shall, be accepted shall fail or refuse to execute the Contract as herein before provided, the Town may, at there option, determine that such bidder has abandoned the Contract, and thereupon, his proposal and acceptance thereof shall be null and void, and the Town shall be entitled to liquidated damages as above provided. J. PREVAILING WAGE RATES The New York State Department of Labor's Prevailing Wage Rate Schedules are part of this Contract. The Contractor is responsible for being familiar with the latest available schedules. INSURANCE REQUIREMENTS The Contractor shall not commence any work until he has obtained, and had approved by the Town of Southold, all of the insurance that is required under this contract which has been enumerated herein: COMPENSATION INSURANCE: Public Liability and Property Damage Insurance Contractor's Protective Liability and Property Damage Insurance Owner's Protective Public Liability and Property Damage Insurance The Contractor shall not permit any subcontractor to commence any operation of the site until satisfactory proof of carriage of the above required insurance has been posted with and approved by the Owner. Compensation Insurance: The Contractor shall take out and maintain during the life of this Contract, Workmen's Compensation Insurance for all his employees employed at the site of the project, and in case of any of the work being sublet, the Contractor shall require all subcontractors 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 Contractor. Public Liability and Property Damage Insurance: The Contractor shall take out and maintain during the life of this Contract such Public Liability and Property Damage Insurance as shall protect him and any subcontractor performing work covered by this Contract from claims for damages four personal injury including accidental death as well as from claims for property damage which may arise from operations under this Contract, whether such operations be by himself or by any subcontractor,to by anyone directly or indirectly employed by either of them, and the amounts of such insurance shall be as follows: Public Liability Insurance in an amount of not less than One Million Dollars ($1,000,000.00) for bodily injuries, including wrongful death to each person and subject to the same limit for each person in an amount not less that One Million Dollars. ($1,000,000.00) on account of each accident. Property Damage Insurance in an amount not less than One Million Dollars ($1,000,000.00) for damages on account of each accident and in an amount of not less than One Million Dollars ($1,000,000.00) for damages on account of all accidents. 4 RC-250 LIQUID ASPHALT Item#2 "OIL & STONE" Year 2021-22 Liability and Property Damaize Insurance: The above policies for Public Liability and Property Damage Insurance must be so written to include Contractor's Protective Liability and Property Damage insurance to protect the Contractor against claims arising from the operations of a subcontractor. The policies shall also name the Town of Southold as an additional insured. Owner's Protective Public Liability and Property Damage Insurance: The Contractor shall furnish to the Owner, with respect to the operations he or any of his subcontractors perform a regular Protective Public Liability Insurance Policy for, and in behalf of the Owner,providing for a limit of not less than One Million Dollars ($1,000,000.00) for all damages arising out of bodily injuries to, or death of, one person and subject to that limit for each person, a total limit of One Million Dollars ($1,000,000.00) for all damages arising out of bodily injuries to, or death of, two or more persons in any one accident; and regular Protective Property Damage Insurance providing for a limit of not less than One Million Dollars ($1,000,000.00) for damages arising out of injury to, or destruction of, property in any one accident and subject to that limit per accident, a total (or aggregate limit of Two Million Dollars ($ 2,000,000.00) for all damages arising out of injury to, or destruction of, property during the policy period. This insurance must fully cover the legal liability of the Owner. The coverage provided under his policy must not be affected if the Owner performs work in connection with the project either for or in cooperation with the Contractor or as an aid thereto whether the same be a part of the Contract or separate therefrom, by means of its own employees or agents or if the Owner directs or supervises the work to be performed by the Contractor. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the Owner with certificates of each insurer insuring the Contractor of any subcontractor under this Contract except with respect to part D. As listed above. In respect to this paragraph, the Contractor shall furnish the Owner with the original insurance policy. Both certificates, as furnished, and the insurance policy, as required, shall bear the policy numbers, the expiration date of the policy and the limits of liability there under. Both the certificates and the policy shall be endorsed to provide the Owner with any notice of cancellation or non-renewal. 5 RC-250 LIQUID ASPHALT Item#2 "OIL & STONE" Year 2021-22 PROPOSAL FORM DATE: May a , a 0a 1 NAME OF BIDDER: CU r Q ZZi n 1 /s ph a-4 I n C, TO: SOUTHOLD TOWN BOARD NOTE: All items listed herein must TOWN HALL be bid. Failure to bid any PO BOX 1179 item will-be grounds for 53095 MAIN ROAD disqualification. SOUTHOLD,NEW YORK 11971 MEMBERS OF THE BOARD: The undersigned as bidder, declares that the only persons, company, or parties interested in this proposal as principals are named below; that this proposal is made without any connection, directly or indirectly with any other bidder for the same work; that it is in all respects fair and without collusion or fraud, and that no person acting for or employed by the aforementioned owner is or will be interested directly or indirectly, in the performance of the contract, or the supplies relating to it, or in any portion of the profit thereof, that he has carefully examined all project requirements, including bidding requirements, contract, general and special conditions, specifications, and addenda, if any (Note: acknowledgment of addenda and their dates must be included as indicated on bottom page); that he has satisfied himself by personal examination of the proposed work, and by such other means as he may have chosen, as to the conditions and requirements of the work; and he proposed and agrees that if his proposal be accepted he will contract to furnish all materials not provided by the Town(See Specifications) and to perform all the work required to construct, perform and complete the specified work; and that he will start the work as directed by the Town, he will accept, in full payment thereof as listed below: BID ON ASPHALT ROAD MATERIALS, BITUMINOUS SURFACE TREATMENT RC-250 LIQUID ASPHALT "OIL & RECYCLED STONE", IN ACCORDANCE WITH THE PROJECT REQUIREMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED CUMULATIVE"UNIT PRICE" OF: FURNISH AND PLACE THE FOLLOWING WITHIN Bituminous Surface Treatment Liquid Asphalt Grade RC-250 & 1A Stone (50,000 +/- sq.yds.) SOUTHOLD TOWN FISHERS ISLAND PC eye.r� &CAG-<S (written in words) Per Sq. Yd. (written in words)-Per Sq. Yd. 6 i RC-250 LIQUID ASPHALT Item#2 "OIL & STONE" Year 2021-22 4 -1 ` oo 4� / 1 , o0 (written in numbers) Per Sq. Yd. (written in numbers) Per Sq. Yd. Schim Mix Asphalt Concrete - Type 5 (500 +/- Ton) SOUTHOLD TOWN FISHERS ISLAND One hoods-d 4hIrt`! doUav-s 7Are-c hundred cooUQ (written in words) Per Ton (written in words) Per Ton �$ 130, °C) ,300. o ® (written in numbers) Per Ton (written in numbers) Per Ton k�����**����**k�kkk�k-kik**=kkk=kkkkk��k****kkkkkk***�*��kkkkk�kkkkk�kkk*%kkk�k*�kk Fog Coat: RC-250 Liquid Asphalt(50 +/- Gallons) SOUTHOLD TOWN FISHERS ISLAND -r ) -�-y2 oG(ar-5- Or)e hundred do0aps (written in ords) Per Gallon (written in words) Per Gallon $ 25, 00 'Xt'/00, 00 (written in numbers) Per Gallon (written in numbers) Per Gallon And he further agrees that if this proposal shall be accepted by the Town and that if he shall refuse, fail or neglect to enter into a Contract pursuant to such proposal and to the requirements of the Town, shall have been deposited in the mail addressed to him at the address given in the proposal, that he shall be considered to have abandoned the contract. We the undersigned, further agree that this proposal shall be reviewed by the Town to correct any deficiencies in the proposed scope of work and, if no corrections are necessary, further agree that this proposal is a formal bid and shall remain in effect for a period of forty-five (45) days,the Town will accept or reject this proposal or by mutual agreement may extend this time period. Signature of Bidder: �4 . Business Address: TO B oX Q91 Ct,Jch0gve /u y 119 3� Telephone Number: Ul 2 1 —73q- 5(v00 Date: I" l �t/ �� ad' RC-250 LIQUID ASPHALT Item#2 "OIL & STONE" Year 2021-22 1. DESCRIPTION Bids are requested for the purchase and application of Bituminous Surface Treatment that consists of OIL (Grade RC-250) & STONE (No. IA 1/4" Blue Stone) for the use in repair& maintenance of the Town Highways for the calendar year. The contractor shall also be required to provide &place quantities of Schim Mix Asphalt(Type 5) as needed and directed by the Superintendent of Highways. The attention of the bidder is specifically called to the fact that the quantities specified herein are considered an estimate only and may not be the quantity of material that will actually be required by the Town for the calendar year. 2. MATERIALS Asphalt Road Material shall be Grade RC-250 and shall meet the following Specifications: TEST Grade RC-250 Water, Max. (%) 0.2 Flash Point, C.O.C. F., Min. - Kinematic Viscosity @ 140 F. Centistokes 250 - 500 Distillation: % Total Distillate to 680 F. by Vol. To 437 F Min. 35 To 500 F Min. 60 To 600 F Min. 80 Residue from Distillation to 680 F %Volume by Difference, Min. 65 Tests on Residue Absolute Viscosity 140 F 600 - 2400 Ductility, 5 cra/min. @ 77 F cm. min. 100 % Sol. In CCL4, Min. 99 Required Temperature Mixing 100 -175 Spraying 80 - 250 Blue Stone shall be No. IA- 1/4" Stone. Percent passing 1/4" screen 90 - 100 Percent passing 1/8" Screen 0 3. WEATHER LIMITATIONS The material shall be spread only when: 1. The read surface and atmospheric temperatures are at least 45 degrees F and rising. 2. The weather is not foggy or raining. 3. There is no forecast of temperatures below 32 degrees F within 48 hours from the time of 8 RC-250 LIQUID ASPHALT Item#2 "OIL & STONE" Year 2021-22 placement of the Asphalt Material. 4. Construction limits shall be between May 1 &November 1. 4. EQUIPMENT,DELIVERY& APPLICATION All asphalt& stone materials must be delivered to and applied within the Town of Southold. The successful bidder will be required to deliver and apply such asphalt& stone materials in quantities as directed by the Superintendent of Highways. All bituminous material distribution vehicles shall have full circulation spray bars &be equipped with a wheel calibrated instrument that will indicate.pump output in gallons per minute to verify accuracy of application. Aggregate spreader shall be capable of spreading material up to ten (10') feet in width on a single pass and shall be capable of providing variable widths. The spreader shall be self propelled and have dual operator stations. Pneumatic tired rollers shall be required for compacting the surface treatment. Schim Mix Asphalt Concrete (Type 5) shall be applied at the discretion of the Highway Superintendent. Applications at all pot holes, broken &uneven pavement surfaces and other required areas shall be as directed by the Town. All existing pavement surfaces where Schim Mix Asphalt Concrete work is required shall be fog sealed with RC 250 at 0.10 gallon per Square Yard prior to placement of pavement. All manholes, catch basins, curbs and other structures shall be protected against the application of bituminous material. After the area to be treated has been prepared to the satisfaction of the Highway Superintendent, an application of bituminous material (RC-250 Liquid Asphalt) shall be applied at the rate of three tenths (0.3) gallons per square yard and immediately covered with No. IA 1/4" Stone at the approximate rate of 25 lbs. per square yard. The stone course shall be completely rolled twice with a self-propelled pneumatic roller. 5. TRAFFIC MAINTENANCE The contractor shall be responsible for providing maintenance and protection of vehicular and pedestrian traffic associated with this work. Opening to traffic does not constitute acceptance of the work. The contractor shall also be responsible for providing all signage and traffic control during this work. END OF SPECIFICATION: 9 RC-250 LIQUID ASPHALT Item#2 "OIL & STONE" Year 2021-22 STATEMENT OF NON-COLLUSION (To be completed by each Bidder) In accordance with Section 103-d General Municipal Law, effective September 1, 1966, every bid or proposal hereafter made to a political subdivision of the State of any public department, agency, or official thereof or to a fore district or any agency or official thereof for work or services performed or to be performed or goods sold or to be sold, shall contain the following statement subscribed to by the bidder and affirmed by such bidder as true under the penalties of perjury; non-collusive bidding certification. A. By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury,that to the best of knowledge and belief: (1) The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or any competitor. (2) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor. (3) No attempt has been made or will be made by the bidder to induce any other person, partnership, or corporation to submit or not to submit a bid for the purpose of restricting competition. B. The person signing this bid or proposal certifies that he has fully informed-himself regarding the accuracy of the statements contained in this certification, and under the statements contained in this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being applicable to the bidder, as well as the person signing in its behalf. C. That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signature of this bid or proposal on behalf of the corporate bidder. RESOLUTION . Resolved that s Gam✓ ����-7.1"' of the (Name of signatory) A5 pk •1 I n L Be authorized to sign and submit the bid (Name of Corporation) Or proposal of this corporation for the following Project: 10 RC-250 LIQUID ASPHALT Item#2 "OIL & STONE" Year 2021-22 Item#2 BITUMINOUS SURFACE TREATMENT RC-250 LIQUID ASPHALT "OIL & STONE" Peconic Lane, Peconic, New York 11958 and to include in such bid or proposal the certificate as to non-collusion required by section one-hundred-three- d (103-d) of the General Municipal Law as the act and deed of such corporation, and for any inaccuracies or miss-statements in such certificate this corporate bidder shall be liable under the penalties of perjury. The foregoing is true and correct copy of the resolution adopted by CUrCiZ2f n► �Fj�h�-Qfi/corporation at a meeting of the Board of Directors, held on the cQ day of Maq , 20 (SEAL OF THE CORPORATION) Laws of New York, 1965 Ch. 751, Sec. 103-d, as amended & effective on September 1, 1965. Signa e 11 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2021-22 ITEM NO. 5 SPECIFICATIONS FOR THE PURCHASE & APPLICATION OF ASPHALT ROAD MATERIALS HOT MIX ASPHALT CONCRETE "Type 6 Top" NOTE: THE TOWN OF SOUTHOLD WILL ' ALSO REQUIRE +/- 309000 SQUARE YARDS (more or less as may be needed) OF PAVEMENT TO BE APPLIED ON FISHERS ISLAND. THE CONTRACTOR SHALL BE REQURIED TO NOTIFY EACH RESIDENT AT LEAST 24 HOURS PRIOR TO ANY WORK ON TOWN ROADS. RESIDENTS MUST BE RE-NOTIFIED AFTER DELAYS DUE TO INCLEMENT WEATHER OR JOB OPERATIONS. 1 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2021-22 INSTRUCTIONS TO BIDDERS A. PROPOSALS Proposals must be made in strict accordance with the "Proposal Form" provided. The Proposal form shall not be detached from the bid package. Failure to comply with this requirement will constitute grounds for rejection of the bid subject to the digression of the Highway Superintendent. Any and all exceptions to the specifications shall be listed on a separate sheet bearing the designation: 'Exceptions to the Specifications", and attached to the Bid Form. Each proposal must be signed in writing with the full name and address of bidder. The bidders shall write in ink, both in words &numerals, the price for which he proposed to furnish all materials, plant, equipment, tools, shoring or bracing, or other facilities, &to perform all labor and services necessary for the proper completion of the work in strict accordance with the plans and specifications, and subject at all times to the approval of the Highway Superintendent. Proposals, together with the entire bid package, shall be delivered enclosed in an opaque sealed envelope and shall be addressed as indicated on Invitation to Bid. The envelope shall be marked "Proposal" bearing the title of work and the Bidders Name. Bidders may bid on one or any combination of items listed on the proposal sheet. No proposal shall be considered which has not been received by the Southold Town Clerk prior to the hour and date stated. B. PROPOSAL GUARANTY A proposal will not be accepted or considered unless accompanied by a guaranty in the form of a bid bond or certified check in the amount of one hundred ($ 100) dollars payable to the Town of Southold. As soon as the proposal prices have been compared, the Owner shall return the bidder's bond or the certified checks accompanying such proposals as, in his judgment, would not likely be involved in making the award. All other proposal quantities will be held until the contract and contract bond have been executed after which they will be released or returned to the respective bidders whose proposals they accor0panied. C. OMISSIONS AND DISCREPANCIES Bidders should carefully examine the specifications and fully inform .themselves of all conditions and matters which can in any way affect the work or the cost thereof. Should a bidder find discrepancies in or omissions from the specifications, or other documents or should he be in doubt as to their meaning, he should at once notify the Highway Superintendent who may issue a written instruction to all bidders. D. PUBLIC OPENING OF PROPOSALS Proposals will be opened and read publicly at the time and place indicated in the Invitation for Bids. Bidders, authorized agents, and other interested parties are invited to be present. 2 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2021-22 E. AWARD OF CONTRACT Award of contract will be made as soon as practical. The Superintendent of Highways reserves the right to make awards by items, or as a whole, or not at all, whichever the Superintendent deems to be in the best interest of the Town. A contract may be awarded to a responsible bidder other than the lowest money bidder, if it is in the best interest of the Town.No bid may be withdrawn after scheduled closing time for receipt of bids for a period of 45 days pending execution of a contract by successful bidder. The competency and responsibility of the bidder and his sub-contractors will be considered in making, the award. The Town reserves the right to waive any technical error,to accept any bid, or to reject any or all bids. The contract form will be a Standard form of Agreement between Owner and Contractor. The Town will either award the project or reject all proposals received within forty-five (45) days after formal opening of proposals. Acceptance of a proposal will be a written notice signed by the Town Clerk& no other act shall constitute the acceptance of a proposal. F. WITHDRAWALS OF PROPOSALS Any bidder upon his or her authorized representative's written request presented not later than the hour set for the opening thereof, will be given permission to withdraw his proposal. At the time of opening the proposals, when such proposals are reached, it will be returned to him unread. G. REJECTION OF PROPOSALS The Town reserves the right to waive any technical error and to reject any and/or all proposals. Without limiting the generality of the foregoing, any proposal which in incomplete, obscure, or irregular may be rejected; any proposal accompanied by an insufficient or irregular certified check or bidder's bond bay be rejected, any proposal having interlineations, erasure or corrections may be rejected. The Town also reserves the fight to reject any bid if the evidence submitted in the qualification statement or an investigation of such bidder fails to satisfy the Town that such bidder is property qualified to carry out the obligations of the contract and to complete the work contemplated therein. Conditional bids will not be accepted. H. PLANT &EQUIPMENT The bidder shall State in his bid that be has available or under his control, plant and equipment of the character and in the amount required to complete the proposed work within the specific time. I TIME FOR EXECUTION OF CONTRACT Any bidder whose proposal shall be accepted will be required to appear before the Town in person; or if a firm or corporation, a duly authorized representative shall so appear, and execute six (6) copies of the Contract and furnish satisfactory Performance and Payment Bond within ten(10) days after notice that the Contract has been awarded to him. Failure to execute Contract shall constitute a breach of the agreement effected by the acceptance of the Proposal The damages to the Town for such breach will include loss from interference with his construction program and other items, the accurate amount of which it will be difficult or impossible to compute. The amount of 3 r ° Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2021-22 the certified check or bidder's bond accompanying the Proposal of such bidder shall be retained by the Town, not as a penalty, but as liquidated damages for such breach. In the event any bidder whose proposal shall, be accepted shall fail or refuse to execute the Contract as herein before provided, the Town may, at there option, determine that such bidder has abandoned the Contract, and thereupon, his proposal and acceptance thereof shall be null and void, and the Town shall be entitled to liquidated damages as above provided. J. PREVAILING WAGE RATES The New York State Department of Labor's Prevailing Wage Rate Schedules are part of this Contract. The Contractor is responsible for being familiar with the latest available schedules. INSURANCE REQUIREMENTS The Contractor shall not commence any work until he has obtained, and had approved by the Town of Southold, all of the insurance that is required under this contract which has been enumerated herein: COMPENSATION INSURANCE: Public Liability and Property Damage Insurance Contractor's Protective Liability and Property Damage Insurance Owner's Protective Public Liability and Property Damage Insurance The Contractor shall not permit any subcontractor to commence any operation of the site until satisfactory proof of carriage of the above required insurance has been posted with and approved by the Owner. Compensation Insurance: The Contractor shall take out and maintain during the life of this Contract, Workmen's Compensation Insurance for all his employees employed at the site of the project, and in case of any of the work being sublet,the Contractor shall require all subcontractors 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 Contractor. Public Liability and Property Damage Insurance: The Contractor shall take out and maintain during the life of this Contract such Public Liability and Property Damage Insurance as shall protect him and any subcontractor performing work covered by this Contract from claims for damages four personal injury including accidental death as well as from claims for property damage which may arise from operations under this Contract, whether such operations be by himself or by any subcontractor,to by anyone directly or indirectly employed by either of them, and the amounts of such insurance shall be as follows: Public Liability Insurance in an amount of not less than One Million Dollars ($1,000,000.00) for bodily injuries, including wrongful death to each person and subject to the same limit for each person in an amount not less that One Million Dollars. ($1,000,000.00) on account of each accident. Property Damage Insurance in an amount not less than One Million Dollars ($1,000,000.00) for damages on account of each accident and in an amount of not less than One Million Dollars ($1,000,000.00) for damages on account of all accidents. 4 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2021-22 Liability and Property Damage Insurance: The above policies for Public Liability and Property Damage Insurance must be so written to include Contractor's Protective Liability and Property Damage insurance to protect the Contractor against claims arising from the operations of a subcontractor. The policies shall also name the Town of Southold as an additional insured. Owner's Protective Public Liability and Property Damage Insurance: The Contractor shall furnish to the Owner, with respect to the operations he or any of his subcontractors perform a regular Protective Public Liability Insurance Policy for, and in behalf of the Owner,providing for a limit of not less than One Million Dollars ($1,000,000.00) for all damages arising out of bodily injuries to, or death of, one person and subject to that limit for each person, a total limit of One Million Dollars ($1,000,000.00) for all damages arising out of bodily injuries to, or death of, two or more persons in any one accident; and regular Protective Property Damage Insurance providing for a limit of not less than One Million Dollars ($1,000,000.00) for damages arising out of injury to, or destruction of, property in any one accident and subject to that limit per accident, a total (or aggregate limit of Two Million Dollars ($ 2,000,000.00) for all damages arising out of injury to, or destruction of,property during the policy period. This insurance must fully cover the legal liability of the Owner. The coverage provided under his policy must not be affected if the Owner performs work in connection with the project either for or in cooperation with the Contractor or as an aid thereto whether the same be a part of the Contract or separate therefrom, by means of its own employees or agents or if the Owner directs or supervises the work to be performed by the Contractor. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the Owner with certificates of each insurer insuring the Contractor of any subcontractor under this Contract except with respect to part D. As listed above. In respect to this paragraph, the Contractor shall furnish the Owner with the original insurance policy. Both certificates, as furnished, and the insurance policy, as required, shall bear the policy numbers, the expiration date of the policy and the limits of liability there under. Both the certificates and the policy shall be endorsed to provide the Owner with any notice of cancellation or non-renewal. 5 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2021-22 PROPOSAL FORM DATE: ��A�P a NAME OF BIDDER: Corn2--Mn I ��her In c TO: SOUTHOLD TOWN BOARD NOTE: All items listed herein must TOWN HALL be bid. Failure to bid any PO BOX 1179 item will be grounds for 53095 MAIN ROAD disqualification. SOUTHOLD,NEW YORK 11971 MEMBERS OF THE BOARD: The undersigned as bidder, declares that the only persons, company, or parties interested in this proposal as principals are named below; that this proposal is made without any connection, directly or indirectly with any other bidder for the same work; that it is in all respects fair and without collusion or fraud, and that no person acting for or employed by the aforementioned owner is or will be interested directly or indirectly, in the performance of the contract, or the supplies relating to it, or in any portion of the profit thereof, that he has carefully examined all project requirements, including bidding requirements, contract, general and special conditions, specifications, and addenda, if any (Note: acknowledgment of addenda and their dates must be included as indicated on bottom page); that he has satisfied himself by personal examination of the proposed work, and by such other means as he may have chosen, as to the conditions and requirements of the work; and he proposed and agrees that if his proposal be accepted he will contract to furnish all materials not provided by the Town (See Specifications) and to perform all the work required to construct, perform and complete the specified work; and that he will start the work as directed by the Town, he will accept, in full payment thereof as listed below: BID ON ASPHALT ROAD MATERIALS, HOT Mix ASPHALT CONCRETE, "Type 6 Top", IN ACCORDANCE WITH THE PROJECT REQUIREMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED CUMULATIVE "UNIT PRICE" OF: BID #1 FURNISH AND PLACE THE FOLLOWING WITHIN HOT Mix ASPHALT CONCRETE "Type 6 Top" which includes Tack Coat and seam seal joint all new joints MADE WITH AN ALLOTMENT OF (30% OF RAP) RECYCLED ASPHALT PRODUCT INCLUDED IN THE MIXTURE 0— 100 Tons SOUTHOLD TOWN: n FISHERS ISLAND: �l On Iyrd red -'1t d Tim CPO�(Gt S �� ! lye- �7ur wd d 0l l c (written in words) Per To (written in words) Per Ton 6 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2021-22 ( 35, Ga 45-001 0-0 (written in numbers) Per Ton (written in numbers) Per Ton 100—250 Tons SOUTHOLD TOWN: FISHERS ISLAND: Cone, ho nd re4 seu-epi Jo C(a s Fa)�r koh&J - f�y (written in words) Per Ton (written in words) Per Ton 0107 , 00 C II z 00 (written in numbers) Per Ton (written in numbers) Per Ton 250—500 Tons SOUTHOLD TOWN: FISHERS ISLAND: ne+y +Wo A0alars Roves hynAred (written in w rds) Per Ton (written in words) Per Ton % q2 , coo S L150, 00 (written in numbers) Per Ton (written in numbers) Per Ton 500— 1,000 Tons SOUTHOLD TOWN: FISHERS ISLAND: Ci ni'ne, d4ars01,14 Pbv►- hUnd(fd c0QGLr-S (writte in words) Per Ton (written in words) Per Ton (written in numbers) Per Ton (written in numbers) Per Ton Over 1,000 Tons SOUTHOLD TOWN: FISHERS ISLAND: o Rays a` Fovy- ho r�red ao�(a✓s ( en ih words) Per Ton (written in words) Per Ton f 0q , 50 ;Pqcj, oo (written in numbers) Per Ton (written in numbers) Per Ton 7 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2021-22 BID #2 COLD MILLING & REMOVAL SOUTHOLD TOWN: FISHERS ISLAND: Sly Cho u n rS t—_ key do ays (written in words) Per Sq Yd (written ifi words) Per Sq Yd op�g, o a (written in numbers) Per Sq Yd (written in numbers) Per Sq Yd BID #3 PAVEMENT KEY CUT SOUTHOLD TOWN: FISHERS ISLAND: E -( h'1 � oUar_s G�nGt �" oua✓S (writ n in words) Per Linear Foot (written in words) Per Linear Foot 0/8 06 �, aoI(,j (written in numbers) Per Linear Foot (written in numbers) Per Linear Foot BID #4 HOT RUBBERIZED CRACK SEALING SOUTHOLD TOWN: FISHERS ISLAND: 0nC_ dc3(A or am -� -�,VQ_cm-its -Fk,-e l,,,Le coo(ate (written in words)Per Linear Foot (written in words) Per Linear Foot *; / , y"S 4la, 00 (written in numbers) Per Linear Foot (written in numbers) Per Linear Foot BID #5 SITE PREPARATION—COST PER SQUARE YARD. Site Preparation shall include the excavation of existing soil to a maximum depth of twelve (12") inches in depth as directed by the Town. Sub-soil shall be compacted and a four(4") inch lift of Recycled Concrete Aggregate meeting State DOT Specification shall be place, graded and compacted in preparation for the placement of asphalt pavement. 8 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2021-22 Cost Per Square Yard ($) ®%12 ho rrcj ft,)1, t1 hye-cid fays (913�j> 0 6 written in words written in numbers And he further agrees that if this proposal shall be accepted by the Town and that if he shall refuse, fail or neglect to enter into a Contract pursuant to such proposal and to the requirements of the Town, shall have been deposited in the mail addressed to him at the address given in the proposal, that he shall be considered to have abandoned the contract. We the undersigned, further agree that this proposal shall be reviewed by the Town to correct any deficiencies in the proposed scope of work and, if no corrections are necessary, further agree that this proposal is a formal bid and shall remain in effect for a period of forty-five (45) days, the Town will accept or reject this proposal or by mutual agreement may extend this time period. Signature of Bidder: 1&7.r Business Address: FU '6 )< C.r,c�dg que NY I I g 35 Telephone Number: 3 3y Date: 9 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2021-22 1. DESCRIPTION Bids are requested for the purchase and placement of Asphalt Concrete Pavement, Type 6, for the use in repair &maintenance of the Town Highways and related parking facilities for a period of one (1) year beginning on the date that the contract was executed. All Asphalt Concrete shall be delivered and machine spread upon the surface of roads, driveways, parking fields, street intersections or any other areas requiring pavement within Town right-of-ways or any other areas under the jurisdiction of the Commission of Public Works where and as required. 2. MATERIALS Bituminous Asphalt concrete pavement shall be equal to NYSDOT - Type 6 meet or exceed the following requirements: ASPHALT CONCRETE PAVEMENT Screen General limits Job Mix Sizes %Passing Total % 1" 100 -- 1/2" 95-100 -- 1/4" 65-85 +/- 7 1/8" 36-65 +/- 7 No. 20 15-39 +/- 7 No. 40 8-27 +/- 7 No. 80 4-16 +/- 4 No. 200 2-6 +/- 2 Asphalt Content, % 5.8-7.0 +/- 4 Mixing & Placing Temperature Range - degrees F 250-325 NOTE: At No Time Will any Recycled Material (RAP)be used without the permission of the Superintendent of Highways V 3. WEATHER LIMITATIONS The material shall be placed only when: I. The road surface and atmospheric temperatures are at least 45 degrees F 2. The weather is not foggy or raining. 3. There is no forecast of temperatures below 32 degrees F within 48 hours from the time of placement of the Asphalt Concrete Material. 4. EQUIPMENT, DELIVERY&APPLICATION All asphalt concrete pavement materials shall be delivered and placed in select quantities at a time,place and thickness as specified by the Southold Town Highway Superintendent. No materials will be delivered on Saturdays, Sundays or Holidays except in the case of an emergency. Asphalt Plants must have adequate capacity and sufficient storage for the items to be furnished. 10 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2021-22 All work shall commence within five (5) Calendar days after receipt of written order. Any reason for delay in work shall be submitted to the Town in writing explaining the delay. If the reason is not acceptable to the Town, work must continue without any further delay. Bituminous pavers shall be self-powered units,provided with an activated screed or strike-off assembly. The machine shall be capable of spreading and finishing courses of bituminous plant mix material in lane widths up to twelve (12') feet or thickness up to four(4") inches as may be specified by the Highway Superintendent. After placement, the Asphalt Concrete Material shall be thoroughly and uniformly compacted with an approved vibrator type or static steel wheel roller conforming to section 401-3.12 of the NYSDOT construction manual to obtain a thoroughly compacted pavement. All manholes, catch basins, curbs and other structures shall be protected against the application of asphalt concrete material. 5. TESTING The Town shall have the absolute right to make tests before and after delivery and placement of asphalt material to determine conformity to Specifications, quality and standards of excellence. The Contractor agrees to bear the cost and pay for all tests which are deemed to be necessary in the opinion of the Town. The Contractor shall repair or replace at no additional cost to the Town, any materials found to not meet the Specifications and quality intended. The work shall be executed in the best and most workmanlike manner. 6. SAMPLES The town at its discretion can request samples of asphalt material provided by winning bidder to have periodic testing of the mix at a DOT approved facility at the vendor's expense to help insure that the mix provided is to our specification. 7. BIDDER QUALIFICATIONS The bidder will be required to show, to the satisfaction of the Superintendent of Highways, that he is a responsible contractor experienced in the kind of work to be performed; that he is financially able to execute the contract; and that he has adequate equipment and fixed storage facilities to satisfactorily and efficiently perform the work as directed within the specified time limits. The bidder must state exact location of his Plant Facilities. 8. MEASUREMENT& PAYMENT The prices quoted in this bid, and subsequently awarded, are to be used in establishing prices for actual materials furnished and placed within the Town of Southold from the date of award up to and including one (1) year thereafter. The contract period may be extended for up to one (1) additional year upon mutual written agreement of the Town and the Contractor. Payment shall be made to the contractor at the unit price(s) submitted in the Proposal. The asphalt concrete will be measured by the number of tons of compacted material in place. The unit price per ton shall include the cost of furnishing all materials, equipment, labor and incidentals necessary to complete the work. 11 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2021-22 9. TRAFFIC MAINTENANCE The contractor shall be responsible for providing maintenance and protection of vehicular and pedestrian traffic associated with this work. Opening to traffic does not constitute acceptance of the work. The contractor shall also be responsible for providing all signage and traffic control during this work. NOTE: The winning bidder will supply the Highway Department with daily mix reports showing the composition of the asphalt mix that day, and endeavor to submit them to us along with the invoices submitted for payment. END OF SPECIFICATION 12 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2021-22 STATEMENT OF NON-COLLUSION (To be completed by each Bidder) In accordance with Section 103-d General Municipal Law, effective September 1, 1966, every bid or proposal hereafter made to a political subdivision of the State of any public department, agency, or official thereof or to a fore district or any agency or official thereof for work or services performed or to be performed or goods sold or to be sold, shall contain the following statement subscribed to by the bidder and affirmed by such bidder as true under the penalties of perjury; non-collusive bidding certification. A. By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief. (1) The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or any competitor. (2) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor. (3) No attempt has been made or will be made by the bidder to induce any other person, partnership, or corporation to submit or not to submit a bid for the purpose of restricting competition. B. The person signing this bid or proposal certifies that he has fully informed himself regarding the accuracy of the statements contained in this certification, and under the statements contained in this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being applicable to the bidder, as well as the person signing in its behalf. C. That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signature of this bid or proposal on behalf of the corporate bidder. RESOLUTION Resolved that �1.8' �t2_?,i<1 1 of the (Name of signatory) �U V �lZ�i1 fl1 �S(�1\ ►'1�- Be authorized to sign and submit the bid (Name of Corporation) 13 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2021-22 Or proposal of this corporation for the following Project: Item# 5 Hot Mix Asphalt Concrete "Type 6 Top" Peconic Lane,,Peconic,New York 11958 and to include in such bid or proposal the certificate as to non-collusion required by section one-hundred-three- d (103-d) of the General Municipal Law as the act and deed of such corporation, and for any inaccuracies or miss-statements in such certificate this corporate bidder shall be liable ��under the penalties of perjury. The foregoing is true and correct copy of the resolution adopted by1�O ' ASO ` _corporation at a meeting of the Board of Directors, held on the day of Q , 20Q I (SEAL OF THE CORPORATION) Laws of New York, 1965 Ch. 751, Sec. 103-d, as amended & effective on September 1, 1965. Sign ure 14 Hot Mix Asphalt Concrete Item#5 "Type 6 Top" Year 2021-22 ITEM NO. 5 SPECIFICATIONS FOR THE PURCHASE & APPLICATION OF ASPHALT ROAD MATERIALS HOT MIX ASPHALT CONCRETE "Type 6 Top" NOTE: THE TOWN OF SOUTHOLD WILL ALSO REQUIRE +/- 30,000 SQUARE YARDS (more or less as may be needed) OF PAVEMENT TO BE APPLIED ON FISHERS ISLAND. THE CONTRACTOR SHALL BE REQURIED TO NOTIFY EACH RESIDENT AT LEAST 24 HOURS PRIOR TO ANY WORK ON TOWN ROADS. RESIDENTS MUST BE RE-NOTIFIED AFTER DELAYS DUE TO INCLEMENT WEATHER OR JOB OPERATIONS. 1 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2021-22 INSTRUCTIONS TO BIDDERS A. PROPOSALS Proposals must be made in strict accordance with the "Proposal Form" provided. The Proposal form shall not be detached from the bid package. Failure to comply with this requirement will constitute grounds for rejection of the bid subject to the digression of the Highway Superintendent. Any and all exceptions to the specifications shall be listed on a separate sheet bearing the designation: 'Exceptions to the Specifications", and attached to the Bid Form.Each proposal must be signed in writing with the full name and address of bidder. The bidders shall write in ink, both in words &numerals,the price for which he proposed to furnish all materials,plant, equipment,tools, shoring or bracing, or other facilities, &to perform all labor'and services necessary for the proper completion of the work in strict accordance with the plans and specifications, and subject at all times to the approval of the Highway Superintendent. Proposals,together with the entire bid package, shall be delivered enclosed in an opaque sealed envelope and shall be addressed as indicated on Invitation to Bid. The envelope shall be marked "Proposal" bearing the title of work and the Bidders Name. Bidders may bid on one or any combination of items listed on the proposal sheet. No proposal shall be considered which has not been received by the Southold Town Clerk prior to the hour and date stated. B. PROPOSAL GUARANTY A proposal will not be accepted or considered unless accompanied by a guaranty in the form of a bid bond or certified check in the amount of one hundred($ 100)dollars payable to the Town of Southold. As soon as the proposal prices have been compared,the Owner shall return the bidder's bond or the certified checks accompanying such proposals as, in his judgment,would not likely be involved in making the award. All other proposal quantities will be held until the contract and contract bond have been executed after which they will be released or returned to the respective bidders whose proposals they accor0panied. C. OMISSIONS AND DISCREPANCIES Bidders should carefully examine the specifications and fully inform .themselves of all conditions and matters which can in any way affect the work or the cost thereof. Should a bidder fmd discrepancies in or omissions from the specifications, or other documents or should he be in doubt as to their meaning, he should at once notify the Highway Superintendent who may issue a written instruction to all bidders. D. PUBLIC OPENING OF PROPOSALS Proposals will be opened and read publicly at the time and place indicated in the Invitation for Bids. Bidders, authorized agents, and other interested parties are invited to be present. 2 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2021-22 E. AWARD OF CONTRACT Award of contract will be made as soon as practical. The Superintendent of Highways reserves the right to make awards by items, or as a whole, or not at all, whichever the Superintendent deems to be in the best interest of the Town. A contract may be awarded to a responsible bidder other than the lowest money bidder, if it is in the best interest of the Town.No bid may be withdrawn after scheduled closing time for receipt of bids for a period of 45 days pending execution of a contract by successful bidder. The competency and responsibility of the bidder and his sub-contractors will be considered in making,the award. The Town reserves the right to waive any technical error,to accept any bid, or to reject any or all bids. The contract form will be a Standard form of Agreement between Owner and Contractor. The Town will either award the project or reject all proposals received within forty-five (45) days after formal opening of proposals. Acceptance of a proposal will be a written notice signed by the Town Clerk& no other act shall constitute the acceptance of a proposal. F. WITHDRAWALS OF PROPOSALS Any bidder upon his or her authorized representative's written request presented not later than the hour set for the opening thereof, will be given permission to withdraw his proposal. At the time of opening the proposals,when such proposals are reached, it will be returned to him unread. G. REJECTION OF PROPOSALS The Town reserves the right to waive any technical error and to reject any and/or all proposals. Without limiting the generality of the foregoing, any proposal which in incomplete, obscure, or irregular may be rejected; any proposal accompanied by an insufficient or irregular certified check or bidder's bond bay be rejected, any proposal having interlineations, erasure or corrections may be rejected. The Town also reserves the fight to reject any bid if-the evidence submitted in the qualification statement or an investigation of such bidder fails to satisfy,the Town that such bidder is property qualified to carry out the obligations of the contract and to complete the work contemplated therein. Conditional bids will not be accepted. H. PLANT&EQUIPMENT The bidder shall State in his bid that be has available or under his control,plant and equipment of the character and in the amount required to complete the proposed work within the specific time. I TIME FOR EXECUTION OF CONTRACT Any bidder whose proposal shall be accepted will be required to appear before the Town in person; or if a firm or corporation, a duly authorized representative shall so appear, and execute six(6) copies of the Contract and furnish satisfactory Performance and Payment Bond within ten(10) days after notice that the Contract has been awarded to him. Failure to execute Contract shall constitute a breach of the agreement effected by the acceptance of the Proposal The damages to the Town for such breach will include loss from interference with his construction program and other items,the accurate amount of which it will be difficult or impossible to compute. The amount of 3 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2021-22 the certified check or bidder's bond accompanying the Proposal of such bidder shall be retained by the Town,not as a penalty, but as liquidated damages for such breach. In the event any bidder whose proposal shall, be accepted shall fail or refuse to execute the Contract as herein before provided,the Town may, at there option, determine that such bidder has abandoned the Contract, and thereupon, his proposal and acceptance thereof shall be null and void, and the Town shall be entitled to liquidated damages as above provided. J. PREVAILING WAGE RATES The New York State Department of Labor's Prevailing Wage Rate Schedules are part of this Contract. The Contractor is responsible for being familiar with the latest available schedules. INSURANCE REQUIREMENTS The Contractor shall not commence any work until he has obtained, and had approved by the Town of Southold, all of the insurance that is required under this contract which has been enumerated herein: COMPENSATION INSURANCE: Public Liability and Property Damage Insurance Contractor's Protective Liability and Property Damage Insurance Owner's Protective Public Liability and Property Damage Insurance The Contractor shall not permit any subcontractor to commence any operation of the site until satisfactory proof of carriage of the above required insurance has been posted with and approved by the Owner. Compensation Insurance: The Contractor shall take out and maintain during the life of this Contract, Workmen's Compensation Insurance for all his employees employed at the site of the project, and in case of any of the work being sublet,the Contractor shall require all subcontractors 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 Contractor. Public Liability and Property Damage Insurance: The Contractor shall take out and maint�in during the life of this Contract such Public Liability and Property Damage Insurance as shall protect hu I and any subcontractor performing work covered by this Contract from claims for damages four personal injury including accidental death as well as from claims for property damage which may arise from operations under this Contract,whether such operations be by himself or by any subcontractor,to by one directly or indirectly employed by either of them, and the amounts of such insurance shall be as follows: Public Liability Insurance in an amount of not less than One Million Dollars ($1,000,000.00) for bodily injuries, including wrongful death to each person and subject to the same limit for each person in an amount not less that One Million Dollars. ($1,000,000.00) on account of each accident. Properly Damage Insurance in an amount not less than One Million Dollars ($1,000,000.00) for damages on account of each accident and in an amount of not less than One Million Dollars ($1,000,000.00) for damages on account of all accidents. 4 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2021-22 Liability and Property Damage Insurance: The above policies for Public Liability and Property Damage Insurance must be so written to include Contractor's Protective Liability and Property Damage insurance to protect the Contractor against claims arising from the operations of a subcontractor. The policies shall also name the Town of Southold as an additional insured. Owner's Protective Public Liability and Property Damage Insurance: The Contractor shall furnish to the Owner, with respect to the operations he or any of his subcontractors perform a regular Protective Public Liability Insurance Policy for, and in behalf of the Owner,providing for a limit of not less than One Million Dollars ($1,000,000.00) for all damages arising out of bodily injuries to, or death of, one person and subject to that limit for each person, a total limit of One Million Dollars ($1,000,000.00)for all damages arising out of bodily injuries to, or death of, two or more persons in any one accident; and regular Protective ProperlDamage Insurance providing for a limit of not less than One Million Dollars ($1,000,000.00)for damages arising out of injury to, or destruction of,property in any one accident and subject to that limit per accident, a total (or aggregate limit of Two Million Dollars ($ 2,000,000.00) for all damages arising out of injury to, or destruction of,property during the policy period. This insurance must fully cover the legal liability of the Owner. The coverage provided under his policy must not be affected if the Owner performs work in connection with the project either for or in cooperation with the Contractor or as an aid thereto whether the same be a part of the Contract or separate therefrom, by means of its own employees or agents or if the Owner directs or supervises the work to be performed by the Contractor. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the Owner with certificates of each insurer insuring the Contractor of any subcontractor under this Contract except with respect to part D. As listed above. In respect to this paragraph, the Contractor shall furnish the Owner with the original insurance policy. Both certificates, as furnished, and the insurance policy, as required, shall bear the policy numbers,the expiration date of the policy and the limits of liability there under. Both the certificates and the policy shall be endorsed to provide the Owner with any notice of cancellation or non-renewal. 5 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2021-22 PROPOSAL FORM DATE: SI2�I z NAME OF BIDDER: TO: SOUTHOLD TOWN BOARD NOTE: All items listed herein must TOWN HALL be bid. Failure to bid any PO BOX 1179 item will be grounds for 53095 MAIN ROAD disqualification. SOUTHOLD,NEW YORK 11971 MEMBERS OF THE BOARD: The undersigned as bidder, declares that the only persons, company, or parties interested in this proposal as principals are named below;that this proposal is made without any connection, directly or indirectly with any other bidder for the same work;that it is in all respects fair and without collusion or fraud, and that no person-acting for or employed by the aforementioned owner is or will be interested directly or indirectly, in the performance of the contract, or the supplies relating to it, or in any portion of the profit thereof; that he has carefully examined all project requirements, including bidding requirements, contract, general and special conditions, specifications, and addenda, if any (Note: acknowledgment of addenda and their dates must be included as indicated on bottom page); that he has satisfied himself by personal examination of the proposed work, and by such other means as he may have chosen, as to the conditions and requirements of the work; and he proposed and agrees that if his proposal be accepted he will contract to furnish all materials not provided by the Town(See Specifications) and to perform all the work required to construct, perform and complete the specified work; and that he will start the work as directed by the Town,he will accept, in full payment thereof as listed below: BID ON ASPHALT ROAD MATERIALS,HOT Mix ASPHALT CONCRETE, "Type 6 Top", IN ACCORDANCE WITH THE PROJECT REQUIREMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED CUMULATIVE"UNIT PRICE" OF: BID#1 FURNISH AND PLACE THE FOLLOWING WITHIN HOT Mix ASPHALT CONCRETE "Type 6 Top" which includes Tack Coat and seam seal joint all new joints MADE WITH AN ALLOTMENT OF(30% OF RAP) RECYCLED ASPHALT PRODUCT INCLUDED IN THE MIXTURE 0— 100 Tons SOUTHOLD TOWN: FISHERS ISLAND: 00 i3IL 'Q C, ?,%� (written in words)Per Ton (written in words)Per Ton 6 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2021-22 (written in numbers)Per Ton (written in numbers)Per Ton 100—250 Tons SOUTHOLD TOWN: FISHERS ISLAND: One 11u���c� QIfn 41 F;ve.- 7bltars �:v- K�•dre_Z d-©IIars (written in words)Per Ton (written in words)Per Ton 1`1 Sr 500— (written in numbers)Per Ton (written in numbers)Per Ton 250—500 Tons SOUTHOLD TOWN: FISHERS ISLAND: (written in words)Per Ton (written in words)Per Ton 130- %e (written in numbers)Per Ton (written in numbers)Per Ton 500— 1,000 Tons SOUTHOLD TOWN: FISHERS ISLAND: Cke H,wndv-cA '; ,LIDS 'Four K rc�— T--I PE)l k1. a-, (written in words)Per Ton (written in words)Per Ton IIS `15c+ (written in numbers)Per Ton (written in numbers)Per Ton Over 1,000 Tons SOUTHOLD TOWN: FISHERS ISLAND: 001 6S Thi 0.4rA Suer, (written in words)Per Ton (written in words) Per Ton lto" 395- (written in numbers)Per Ton (written in numbers)Per Ton 7 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2021-22 BID #2 COLD MILLING& REMOVAL SOUTHOLD TOWN: FISHERS ISLAND: (written in words)Per Sq Yd (written in words)Per Sq Yd G - 2v- (written in numbers) Per Sq Yd (written in numbers)Per Sq Yd BID#3 PAVEMENT KEY CUT SOUTHOLD TOWN: FISHERS ISLAND: ����� illars Seoeni vz -Do (written in words)Per Linear Foot (written in words)Per Linear Foot (written in numbers)Per Linear Foot (written in numbers)Per Linear Foot BID#4 HOT RUBBERIZED CRACK SEALING SOUTHOLD TOWN: FISHERS ISLAND: e,\- IN Ilc'_s V7,,Rten P016r-s (written in words)Per Linear Foot (written in words)Per Linear Foot (written in numbers)Per Linear Foot (written in numbers)Per Linear Foot BID#5 SITE PREPARATION—COST PER SQUARE YARD. Site Preparation shall include the excavation of existing soil to a maximum depth of twelve(12") inches in depth as directed by the Town. Sub-soil shall be compacted and a four(4") inch lift of Recycled Concrete Aggregate meeting State DOT Specification shall be place, graded and compacted in preparation for the placement of asphalt pavement. 8 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2021-22 Cost Per Square Yard($) Twr, written in words written in numbers And he further agrees that if this proposal shall be accepted by the Town and that if he shall refuse, fail or neglect to enter into a Contract pursuant to such proposal and to the requirements of the Town, shall have been deposited in the mail addressed to him at the address given in the proposal,that he shall be considered to have abandoned the contract. We the undersigned, further agree that this proposal shall be reviewed by the Town to correct any deficiencies in the proposed scope of work and, if no corrections are necessary, further agree that this proposal is a formal bid and shall remain in effect for a period of forty-five (45) days,the Town will accept or reject this proposal or by mutual agreement may extend this time period. Signature of Bidder: ` , cG Rt"_ Business Address: Fb 30K -16 l 07 Z Telephone Number: Date: 4 L(A l 9 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2021-22 1. DESCRIPTION Bids are requested for the purchase and placement of Asphalt Concrete Pavement, Type 6, for the use in repair&maintenance of the Town Highways and related parking facilities for a period of one (1) year beginning on the date that the contract was executed. All Asphalt Concrete shall be delivered and machine spread upon the surface of roads, driveways,parking fields, street intersections or any other areas requiring pavement within Town right-of-ways or any other areas under the jurisdiction of the Commission of Public Works where and as required. 2. MATERIALS Bituminous Asphalt concrete pavement shall be equal to NYSDOT- - Type 6 meet or exceed the following requirements: ASPHALT CONCRETE PAVEMENT Screen General limits Job Mix Sizes %Passing Total% 1" 100 -- 1/2" 95-100 -- 1/4" 65-85 +/- 7 1/8" 36-65 +/- 7 No. 20 15-39 +/- 7 No. 40 8-27 +/- 7 No. 80 4-16 +/-4 No. 200 2-6 +/- 2 Asphalt Content, % 5.8-7.0 +/- 4 Mixing&Placing Temperature Range- degrees F 250-325 NOTE: At No Time Will any Recycled Material(RAP)be used without the permission of the Superintendent of Highways 3. WEATHER LIMITATIONS The material shall be placed only when: 1. The road surface and atmospheric temperatures are at least 45 degrees F 2. The weather is not foggy or raining. 3. There is no forecast of temperatures below 32 degrees F within 48 hours from the time of placement of the Asphalt Concrete Material. 4. EQUIPMENT,DELIVERY&APPLICATION All asphalt concrete pavement materials shall be delivered and placed in select quantities at a time,place and thickness as specified by the Southold Town Highway Superintendent. No materials will be delivered on Saturdays, Sundays or Holidays except in the case of an emergency. Asphalt Plants must have adequate capacity and sufficient storage for the items to be furnished. 10 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2021-22 All work shall commence within five (5) Calendar days after receipt of written order. Any reason for delay in work shall be submitted to the Town in writing explaining the delay. If the reason is not acceptable to the Town, work must continue without any further delay. Bituminous pavers shall be self-powered units,provided with an activated screed or strike-off assembly. The machine shall be capable of spreading and finishing courses of bituminous plant mix material in lane widths up to twelve (12) feet or thickness up to four(4") inches as may be specified by the Highway Superintendent. After placement, the Asphalt Concrete Material shall be thoroughly and uniformly compacted with an approved vibrator type or static steel wheel roller conforming to section 401-3.12 of the NYSDOT construction manual to obtain a thoroughly compacted pavement. All manholes, catch basins, curbs and other structures shall be protected against the application of asphalt concrete material. 5. TESTING The Town shall have the absolute right to make tests before and after delivery and placement of asphalt material to determine conformity to Specifications, quality and standards of excellence. The Contractor agrees to bear the cost and pay for all tests which are deemed to be necessary in the opinion of the Town. The Contractor shall repair or replace at no additional cost to the Town, any materials found to not meet the Specifications and quality intended. The work shall be executed in the best and most workmanlike manner. 6. SAMPLES The town at its discretion can request samples of asphalt material provided by winning bidder to have periodic testing of the mix at a DOT approved facility at the vendor's expense to help insure that the mix provided is to our specification. 7. BIDDER QUALIFICATIONS The bidder will be required to show,to the satisfaction of the Superintendent of Highways,that he is a responsible contractor experienced in the kind of work to be performed; that he is fmancially able to execute the contract; and that he has adequate equipment and fixed storage facilities to satisfactorily and efficiently perform the work as directed within the specified time limits. The bidder must state exact location of his Plant Facilities. 8. MEASUREMENT&PAYMENT The prices quoted in this bid, and subsequently awarded, are to be used in establishing prices for actual materials furnished and placed within the Town of Southold from the date of award up to and including one (1) year thereafter. The contract period may be extended for up to one (1) additional year upon mutual written agreement of the Town and the Contractor. Payment shall be made to the contractor at the unit price(s) submitted in the Proposal. The asphalt concrete will be measured by the number of tons of compacted material in place. The unit price per ton shall include the cost of furnishing all materials, equipment, labor and incidentals necessary to complete the work. 11 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2021-22 9. TRAFFIC.MAINTENANCE The contractor shall be responsible for providing maintenance and protection of vehicular and pedestrian traffic associated with this work. Opening to traffic does not constitute acceptance of the work. The contractor shall also be responsible for providing all signage and traffic control during this work. NOTE: The winning bidder will supply the Highway Department with daily mix reports showing the composition of the asphalt mix that day, and endeavor to submit them to us along with the invoices submitted for payment. END OF SPECIFICATION 12 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2021-22 STATEMENT OF NON-COLLUSION (To be completed by each Bidder) In accordance with Section 103-d General Municipal Law, effective September 1, 1966, every bid or proposal hereafter made to a political subdivision of the State of any public department, agency, or official thereof or to a fore district or any agency or official thereof for work or services performed or to be performed or goods sold or to be sold, shall contain the following statement subscribed to by the bidder and affirmed by such bidder as true under the penalties of perjury; non-collusive bidding certification. A. By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury,that to the best of knowledge and belief: (1) The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or any competitor. (2) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly,to any other bidder or to any competitor. (3) No attempt has been made or will be made by the bidder to induce any other person, partnership, or corporation to submit or not to submit a bid for the purpose of restricting competition. B. The person signing this bid or proposal certifies that he has fully informed himself regarding the accuracy of the statements contained in this certification, and under the statements contained in this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being applicable to the bidder, as well as the person signing in its behalf. C. That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signature of this bid or proposal on behalf of the corporate bidder. RESOLUTION Resolved that c, of the (Name of signatory) C. A� L-_11 Be authorized to sign and submit the bid (Name of Corporation) 13 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2021-22 Or proposal of this corporation for the following Project: Item# 5 Hot Mix Asphalt Concrete "Type 6 Top" Peconic Lane,Peconic,New York 11958, and to include in such bid or proposal the certificate as to non-collusion required by section one-hundred-three- d (103-d) of the General Municipal Law as the act and deed of such corporation, and for any inaccuracies or miss-statements in such certificate this corporate bidder shall be liable under the penalties of perjury. The foregoing is true and correct copy of the resolution adopted b _corporation at a meeting of the Board of Directors,held on the UTUN day of 20 (SEAL OF T P CyORPORATION) Laws of'New Y0ek;,1955 Ch. 751, Sec. 103_=ci;=as amended& effective on September 1, 1965. Signature 14 4 Hot Mix Asphalt Concrete Item# 6 "Base Coat" Year 2021-22 ITEM NO. 6 SPECIFICATIONS FOR THE PURCHASE & APPLICATION OF ASPHALT ROAD MATERIALS HOT MIX ASPHALT CONCRETE "Base Coat" NOTE: THE TOWN OF SOUTHOLD WILL ALSO REQUIRE +/- 30,000 SQUARE YARDS (more or less as may be needed) OF PAVEMENT TO BE APPLIED ON FISHERS ISLAND. THE CONTRACTOR SHALL BE REQURIED TO NOTIFY EACH RESIDENT AT LEAST 24 HOURS PRIOR TO ANY WORK ON TOWN ROADS. RESIDENTS MUST BE RE-NOTIFIED AFTER DELAYS DUE TO INCLEMENT WEATHER OR JOB OPERATIONS. 1 Hot Mix Asphalt Concrete Item# 6 "Base Coat" Year 2021-22 INSTRUCTIONS TO BIDDERS A. PROPOSALS Proposals must be made in strict accordance with the "Proposal Form" provided. The Proposal form shall not be detached from the bid package. Failure to comply with this requirement will constitute grounds for rejection of the bid subject to the digression of the Highway Superintendent. Any and all exceptions to the specifications shall be listed on a separate sheet bearing the designation: 'Exceptions to the Specifications", and attached to the Bid Form. Each proposal must be signed in writing with the full name and address of bidder. The bidders shall write in ink, both in words & numerals, the price for which he proposed to furnish all materials, plant, equipment, tools, shoring or bracing, or other facilities, &to perform all labor and services necessary for the proper completion of the work in strict accordance with the plans and specifications, and subject at all times to the approval of the Highway Superintendent. Proposals, together with the entire bid package, shall be delivered enclosed in an opaque sealed envelope and shall be addressed as indicated on Invitation to Bid. The envelope shall be marked "Proposal" bearing the title of work and the Bidders Name. Bidders may bid on one or any combination of items listed on the proposal sheet. No proposal shall be considered which has not been received by the Southold Town Clerk prior to the hour and date stated. B. PROPOSAL GUARANTY A proposal will not be accepted or considered unless accompanied by a guaranty in the form of a bid bond or certified check in the amount of one hundred ($ 100) dollars payable to the Town of Southold. As soon as the proposal prices have been compared, the Owner shall return the bidder's bond or the certified checks accompanying such proposals as, in his judgment, would not likely be involved in making the award. All other proposal quantities will be held until the contract and contract bond have been executed after which they will be released or returned to the respective bidders whose proposals they accor0panied. C. OMISSIONS AND DISCREPANCIES Bidders should carefully examine the specifications and fully inform .themselves of all conditions and matters which can in any way affect the work or the cost thereof. Should a bidder find discrepancies in or omissions from the specifications, or other documents or should he be in doubt as to their meaning, he should at once notify the Highway Superintendent who may issue a written instruction to all bidders. D. PUBLIC OPENING OF PROPOSALS Proposals will be opened and read publicly at the time and place indicated in the Invitation for Bids. Bidders, authorized agents, and other interested parties are invited to be present. 2 Hot Mix Asphalt Concrete Item# 6 "Base Coat" Year 2021-22 E. AWARD OF CONTRACT Award of contract will be made as soon as practical. The Superintendent of Highways reserves the right to make awards by items, or as a whole, or not at all, whichever the Superintendent deems to be in the best interest of the Town. A contract may be awarded to a responsible bidder other than the lowest money bidder, if it is in the best interest of the Town. No bid may be withdrawn after scheduled closing time for receipt of bids for a period of 45 days pending execution of a contract by successful bidder. The competency and responsibility of the bidder and his sub-contractors will be considered in making, the award. The Town reserves the right to waive any technical error, to accept any bid, or to reject any or all bids. The contract form will be a Standard form of Agreement between Owner and Contractor. The Town will either award the project or reject all proposals received within forty-five (45) days after formal opening of proposals. Acceptance of a proposal will be a written notice signed by the Town Clerk& no other act shall constitute the acceptance of a proposal. F. WITHDRAWALS OF PROPOSALS Any bidder upon his or her authorized representative's written request presented not later than the hour set for the opening thereof, will be given permission to withdraw his proposal. At the time of opening the proposals, when such proposals are reached, it will be returned to him unread. G. REJECTION OF PROPOSALS The Town reserves the right to waive any technical error and to reject any and/or all proposals. Without limiting the generality of the foregoing, any proposal which in incomplete, obscure, or irregular may be rejected; any proposal accompanied by an insufficient or irregular certified check or bidder's bond bay be rejected, any proposal having interlineations, erasure or corrections may be rejected. The Town also reserves the fight to reject any bid if the evidence submitted in the qualification statement or an investigation of such bidder fails to satisfy the Town that such bidder is property qualified to carry out the obligations of the contract and to complete the work contemplated therein. Conditional bids will not be accepted. H. PLANT & EQUIPMENT The bidder shall State in his bid that be has available or under his control, plant and equipment of the character and in the amount required to complete the proposed work within the specific time. I TIME FOR EXECUTION OF CONTRACT Any bidder whose proposal shall be accepted will be required to appear before the Town in person; or if a firm or corporation, a duly authorized representative shall so appear, and execute six (6) copies of the Contract and furnish satisfactory Performance and Payment Bond within ten(10) days after notice that the Contract has been awarded to him. Failure to execute Contract shall constitute a breach of the agreement effected by the acceptance of the Proposal The damages to the Town for such breach will include loss from interference with his construction program and other items,the accurate amount of which it will be difficult or impossible to compute. The amount of 3 Hot Mix Asphalt Concrete Item# 6 "Base Coat" Year 2021-22 the certified check or bidder's bond accompanying the Proposal of such bidder shall be retained by the Town, not as a penalty, but as liquidated damages for such breach. In the event any bidder whose proposal shall, be accepted shall fail or refuse to execute the Contract as herein before provided,the Town may, at there option, determine that such bidder has abandoned the Contract, and thereupon, his proposal and acceptance thereof shall be null and void,'and the Town shall be entitled to liquidated damages as above provided. J. PREVAILING WAGE RATES The New York State Department of Labor's Prevailing Wage Rate Schedules are part of this Contract. The Contractor is responsible for being familiar with the latest available schedules. INSURANCE REQUIREMENTS The Contractor shall not commence any work until he has obtained, and had approved by the Town of Southold, all of the insurance that is required under this contract which has been enumerated herein: COMPENSATION INSURANCE: Public Liability and Property Damage Insurance Contractor's Protective Liability and Property Damage Insurance Owner's Protective Public Liability and Property Damage Insurance The Contractor shall not permit any subcontractor to commence any operation of the site until satisfactory proof of carriage of the above required insurance has been posted with and approved by the Owner. Compensation Insurance: The Contractor shall take out and maintain during the life of this Contract, Workmen's Compensation Insurance for all his employees employed at the site of the project, and in case of any of the work being sublet, the Contractor shall require all subcontractors 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 Contractor. Public Liability and Property Damage Insurance: The Contractor shall take out and maintain during the life of this Contract such Public Liability and Property Damage Insurance as shall protect him and any subcontractor performing work covered by this Contract from claims for damages four personal injury including accidental death as well as from claims for property damage which may arise from operations under this Contract, whether such operations be by himself or by any subcontractor, to by anyone directly or indirectly employed by either of them, and the amounts of such insurance shall be as follows: Public Liability Insurance in an amount of not less than One Million Dollars ($1,000,000.00) for bodily injuries, including wrongful death to each person and subject to the same limit for each person in an amount not less that One Million Dollars. ($1,000,000.00) on account of each accident. Propegy Damage Insurance in an amount not less than One Million Dollars ($1,000,000.00) for damages on account of each accident and in an amount of not less than One Million Dollars ($1,000,000.00) for damages on account of all accidents. 4 Hot Mix Asphalt Concrete Item# 6 "Base Coat" Year 2021-22 Liability and Property Damage Insurance: The above policies for Public Liability and Property Damage Insurance must be so written to include Contractor's Protective Liability and Property Damage insurance to protect the Contractor against claims arising from the operations of a subcontractor. The policies shall also name the Town of Southold as an additional insured. Owner's Protective Public Liability and Property Damage Insurance: The Contractor shall furnish to the Owner, with respect to the operations he or any of his subcontractors perform a regular Protective Public Liability Insurance Policy for, and in behalf of the Owner, providing for a limit of not less than One Million Dollars ($1,000,000.00) for all damages arising out of bodily injuries to, or death of, one person and subject to that limit for each person, a total limit of One Million Dollars ($1,000,000.00) for all damages arising out of bodily injuries to, or death of,two or more persons in any one accident; and regular Protective Property Damage Insurance providing for a limit of not less than One Million Dollars ($1,000,000.00) for damages arising out of injury to, or destruction of, property in any one accident and subject to that limit per accident, a total (or aggregate limit of Two Million Dollars ($ 2,000,000.00) for all damages arising out of injury to, or destruction of, property during the policy period. This insurance must fully cover the legal liability of the Owner. The coverage provided under his policy must not be affected if the Owner performs work in connection with the project either for or in cooperation with the Contractor or as an aid thereto whether the same be a part of the Contract or separate therefrom, by means of its own employees or agents or if the Owner directs or supervises the work to be performed by the Contractor. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the Owner with certificates of each insurer insuring the Contractor of any subcontractor under this Contract except with respect to part D. As listed above. In respect to this paragraph, the Contractor shall furnish the Owner with the original insurance policy. Both certificates, as furnished, and the insurance policy, as required, shall bear the policy numbers,the expiration date of the policy and the limits of liability there under. Both the certificates and the policy shall be endorsed to provide the Owner with any notice of cancellation or non-renewal. 5 Hot Mix Asphalt Concrete Item# 6 "Base Coat" Year 2021-22 A A PROPOSAL FORM DATE: NAME OF BIDDER: Co ra 2—?i rl ! Aw h CLff 'n L TO: SOUTHOLD TOWN BOARD NOTE: All items listed herein must TOWN HALL be bid. Failure to bid any PO BOX 1179 item will be grounds for 53095 MAIN ROAD disqualification. SOUTHOLD,NEW YORK 11971 MEMBERS OF THE BOARD: The undersigned as bidder, declares that the only persons, company, or parties interested in this proposal as principals are named below; that this proposal is made without any connection, directly or indirectly with any other bidder for the same work; that it is in all respects fair and without collusion or fraud, and that no person acting for or employed by the aforementioned owner is or will be interested directly or indirectly, in the performance of the contract, or the supplies relating to it, or in any portion of the profit thereof; that he has carefully examined all project requirements, including bidding requirements, contract, general and special conditions, specifications, and addenda, if any (Note: acknowledgment of addenda and their dates must be included as indicated on bottom page); that he has satisfied himself by personal examination of the proposed work, and by such other means as he may have chosen, as to the conditions and requirements of the work; and he proposed and agrees that if his proposal be accepted he will contract to furnish all materials not provided by the Town (See Specifications) and to perform all the work required to construct, perform and complete the specified work; and that he will start the work as directed by the Town, he will accept, in full payment thereof as listed below: BID ON ASPHALT ROAD MATERIALS, HOT Mix ASPHALT CONCRETE, "Base Coat", IN ACCORDANCE WITH THE PROJECT REQUIREMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED CUMULATIVE "UNIT PRICE" OF: BID #1 FURNISH AND PLACE THE FOLLOWING WITHIN HOT Mix ASPHALT CONCRETE MADE WITH AN ALLOTMENT OF (30% OF RAP) RECYCLED ASPHALT PRODUCT INCLUDED IN THE MIXTURE 0— 100 Tons SOUTHOLD TOWN: FISHERS ISLAND: Ne. 4)ti r1 y -V-e- OWO-V-,�s IF -1v rams (written in words) Per Ton (written in words) Per Ton 6 Hot Mix Asphalt Concrete Item# 6 "Base Coat" Year 2021-22 'if)135. 00 -V SUo, oa (written in numbers) Per Ton (written in numbers) Per Ton 100—250 Tons SOUTHOLD TOWN: FISHERS ISLAND: Le huodec l watt) do flaVC F®UV- c��GCa�s (written in words) Per Ton (written in words) Per Ton qf / ® 7, 6c) 6q5() , o(, (written in numbers) Per Ton (written in numbers) Per Ton 250—500 Tons SOUTHOLD TOWN: FISHERS ISLAND: -Ulhefujwo & Uars - -bUV ho o itd 4� �oGl a►�s (written in w rds) Per Ton (written in words) Per Ton q1Q, o() `-L15-C), o0 (written in numbers) Per Ton (written in numbers) Per Ton 500— 1,000 Tons SOUTHOLD TOWN: FISHERS ISLAND: E'0\4v n e doUaa Vj -RcevIT 6u r hUrdwd do Ua�s (wrf4en 4n words) Per Ton (written in words) Per Ton C a q , 5-0 '43 Lfoo. 0y (written in numbers) Per Ton (written in numbers) Per Ton Over 1,000 Tons SOUTHOLD TOWN: FISHERS ISLAND: Ei qhfV -6r & lays a"4 "fS 6 U V- handwd d o((arS (writtn in words) Per Ton (written in words) Per Ton fgq, so 'SLI00 , 00 (written in numbers) Per Ton (written in numbers) Per Ton 7 Hot Mix Asphalt Concrete Item# 6 "Base Coat" Year 2021-22 BID #2 COLD MILLING & REMOVAL SOUTHOLD TOWN: FISHERS ISLAND: Si� &ttav-s r hfeen doll aV-s (written in words) Per Sq Yd (written44 words) Per Sq Yd �p G , 04 19 /(3 , Go (written in numbers) Per Sq Yd (written in numbers) Per Sq Yd And he further agrees that if this proposal shall be accepted by the Town and that if he shall refuse, fail or neglect to enter into a Contract pursuant to such proposal and to the requirements of the Town, shall have been deposited in the mail addressed to him at the address given in the proposal, that he shall be considered to have abandoned the contract. We the undersigned, further agree that this proposal shall be reviewed by the Town to correct any deficiencies in the proposed scope of work and, if no corrections are necessary, further agree that this proposal is a formal bid and shall remain in effect for a period of forty-five (45) days, the Town will accept or reject this proposal or by mutual agreement may extend this time period. Signature of Bidder: 77f 6uzk Business Address: LJ Telephone Number: ( 3 �(�Ub Date: /�/� aq 01� 8 Hot Mix Asphalt Concrete Item# 6 "Base Coat" Year 2021-22 1. DESCRIPTION Bids are requested for the purchase and placement of Asphalt Concrete Pavement, Type 6, for the use in repair &maintenance of the Town Highways and related parking facilities for a period of one (1) year beginning on the date that the contract was executed. All Asphalt Concrete shall be delivered and machine spread upon the surface of roads, driveways, parking fields, street intersections or any other areas requiring pavement within Town right-of-ways or any other areas under the jurisdiction of the Commission of Public Works where and as required. 2. MATERIALS SEE PAGES 13-14 FOR DETAILS NOTE: At No Time Will any Recycled Material (RAP) be used without the permission of the Superintendent of Highways 3. WEATHER LIMITATIONS The material shall be placed only when: 1. The road surface and atmospheric temperatures are at least 45 degrees F 2. The weather is not foggy or raining. 3. There is no forecast of temperatures below 32 degrees F within 48 hours from the time of placement of the Asphalt Concrete Material. 4. EQUIPMENT, DELIVERY& APPLICATION All asphalt concrete pavement materials shall be delivered and placed in select quantities at a time, place and thickness as specified by the Southold Town Highway Superintendent. No materials will be delivered on Saturdays, Sundays or Holidays except in the case of an emergency. Asphalt Plants must have adequate capacity and sufficient storage for the items to be furnished. All work shall commence within five (5) Calendar days after receipt of written order. Any reason for delay in work shall be submitted to the Town in writing explaining the delay. If the reason is not acceptable to the Town, work must continue without any further delay. Bituminous pavers shall be self-powered units, provided with an activated screed or strike-off assembly. The machine shall be capable of spreading and finishing courses of bituminous plant mix material in lane widths up to twelve (12') feet or thickness up to four(4") inches as may be specified by the Highway Superintendent. After placement, the Asphalt Concrete Material shall be thoroughly and uniformly compacted with an approved vibrator type or static steel wheel roller conforming to section 401-3.12 of the NYSDOT construction manual to obtain a thoroughly compacted pavement. 9 Hot Mix Asphalt Concrete Item# 6 "Base Coat" Year 2021-22 All manholes, catch basins, curbs and other structures shall be protected against the application of asphalt concrete material. 5. TESTING The Town shall have the absolute right to make tests before and after delivery and placement of asphalt material to determine conformity to Specifications, quality and standards of excellence. The Contractor agrees to bear the cost and pay for all tests which are deemed to be necessary in the opinion of the Town. The Contractor shall repair or replace at no additional cost to the Town, any materials found to not meet the Specifications and quality intended. The work shall be executed in the best and most workmanlike manner. 6. SAMPLES The town at its discretion can request samples of asphalt material provided by winning bidder to have periodic testing of the mix at a DOT approved facility at the vendor's expense to help insure that the mix provided is to our specification. 7. BIDDER QUALIFICATIONS The bidder will be required to show, to the satisfaction of the Superintendent of Highways, that he is a responsible contractor experienced in the kind of work to be performed; that he is financially able to execute the contract; and that he has adequate equipment and fixed storage facilities to satisfactorily and efficiently perform the work as directed within the specified time limits. The bidder must state exact location of his Plant Facilities. 8. MEASUREMENT& PAYMENT The prices quoted in this bid, and subsequently awarded, are to be used in establishing prices for actual materials furnished and placed within the Town of Southold from the date of award up to and including one (1) year thereafter. The contract period may be extended for up to one (1) additional year upon mutual written agreement of the Town and the Contractor. Payment shall be made to the contractor at the unit price(s) submitted in the Proposal. The asphalt concrete will be measured by the number of tons of compacted material in place. The unit price per ton shall include the cost of furnishing all materials, equipment, labor and incidentals necessary to complete the work. 9. TRAFFIC MAINTENANCE The contractor shall be responsible for providing maintenance and protection of vehicular and pedestrian traffic associated with this work. Opening to traffic does not constitute acceptance of the work. The contractor shall also be responsible for providing all signage and traffic control during this work. NOTE: The winning bidder will supply the Highway Department with daily mix reports showing the composition of the asphalt mix that day, and endeavor to submit them to us along with the invoices submitted for payment. END OF SPECIFICATION 10 Hot Mix Asphalt Concrete Item # 6 "Base Coat" Year 2021-22 STATEMENT OF NON-COLLUSION (To be completed by each Bidder) In accordance with Section 103-d General Municipal Law, effective September 1, 1966, every bid or proposal hereafter made to a political subdivision of the State of any public department, agency, or official thereof or to a fore district or any agency or official thereof for work or services performed or to be performed or goods sold or to be sold, shall contain the following statement subscribed to by the bidder and affirmed by such bidder as true under the penalties of perjury; non-collusive bidding certification. A. By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief: (1) The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or any competitor. (2) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor. (3) No attempt has been made or will be made by the bidder to induce any other person, partnership, or corporation to submit or not to submit a bid for the purpose of restricting competition. B. The person signing this bid or proposal certifies that he has fully informed himself regarding the accuracy of the statements contained in this certification, and under the statements contained in this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being applicable to the bidder, as well as the person signing in its behalf. C. That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signature of this bid or proposal on behalf of the corporate bidder. RESOLUTION Resolved that R1 of the C (Name`-of signatory)h Q 1 h L Be authorized to sign and submit the bid (Name of Corporation) 11 Hot Mix Asphalt Concrete Item# 6 "Base Coat" Year 2021-22 Or proposal of this corporation for the following Project: Item# 6 Hot Mix Asphalt Concrete "Base Coat" Peconic Lane, Peconic, New York 11958 and to include in such bid or proposal the certificate as to non-collusion required by section one-hundred-three- d (103-d) of the General Municipal Law as the act and deed of such corporation, and for any inaccuracies or miss-statements in such certificate this corporate bidder shall be liableunder the penalties �o�f�perjury. The foregoing is true and correct copy of the resolution adopted by �Y_a ,7A'V11 A 1 corporation at a meeting of the Board of Directors, held on the day of /l/LQ , 20 AI . (SEAL OF THE CORPORATION) Laws of New York, 1965 &164— Ch. 751, Sec. 103-d, as amended & effective on September 1, 1965. Sig ature 12 Hot Mix Asphalt Concrete Item# 8 "Type 6 Top" - Furnish only Year 2021-22 ITEM NO. 8 SPECIFICATIONS FOR THE FURNISHING OF ASPHALT ROAD MATERIALS INTO TOWN HIGHWAY TRUCKS HOT MIX ASPHALT CONCRETE "Type 6 Top" INSTRUCTIONS TO BIDDERS A. PROPOSALS Proposals must be made in strict accordance with the "Proposal Form" provided. The Proposal form shall not be detached from the bid package. Failure to comply with this requirement will constitute grounds for rejection of the bid subject to the digression of the Highway Superintendent. Any and all exceptions to the specifications shall be listed on a separate sheet bearing the designation: 'Exceptions to the Specifications", and attached to the Bid Form. Each proposal must be signed in writing with the full name and address of bidder. The bidders shall write in ink, both in words &numerals, the price for which he proposed to furnish all materials &to perform all labor and services necessary for the proper completion of the work, and subject at all times to the approval of the Highway Superintendent. Proposals, together with the entire bid package, shall be delivered enclosed in an opaque sealed envelope and shall be addressed as indicated on Invitation to Bid. The envelope shall be marked "Proposal" bearing the title of work and the Bidders Name. Bidders may bid on one or any combination of items listed on the proposal sheet. No proposal shall be considered which has not been received by the Southold Town Clerk prior to the hour and date stated. B. PROPOSAL GUARANTY A proposal will not be accepted or considered unless accompanied by a guaranty in the form of a bid bond or certified check in the amount of one hundred ($100) dollars payable to the Town of Southold. 1 Hot Mix Asphalt Concrete Item # 8 "Type 6 Top" - Furnish only Year 2021-22 As soon as the proposal prices have been compared,the Owner shall return the bidder's bond or the certified checks accompanying such proposals as, in his judgment, would not likely be involved in making the award. All other proposal quantities will be held until the contract and contract bond have been executed after which they will be released or returned to the respective bidders whose proposals they accor0panied. C. OMISSIONS AND DISCREPANCIES Bidders should carefully examine the specifications and fully inform .themselves of all conditions and matters which can in any way affect the work or the cost thereof. Should a bidder find discrepancies in or omissions from the specifications, or other documents or should he be in doubt as to their meaning, he should at once notify the Highway Superintendent who may issue a written instruction to all bidders. D. PUBLIC OPENING OF PROPOSALS Proposals will be opened and read publicly at the time and place indicated in the Invitation for Bids. Bidders, authorized agents, and other interested parties are invited to be present. E. AWARD OF CONTRACT Award of contract will be made as soon as practical. The Superintendent of Highways reserves the right to make awards by items, or as a whole, or not at all, whichever the Superintendent deems to be in the best interest of the Town. A contract may be awarded to a responsible bidder other than the lowest money bidder, if it is in the best interest of the Town. No bid may be withdrawn after scheduled closing time for receipt of bids for a period of 45 days pending execution of a contract by successful bidder. The competency and responsibility of the bidder and his sub-contractors will be considered in making, the award. The Town reserves the right to waive any technical error, to accept any bid, or to reject any or all bids. The contract form will be a Standard form of Agreement between Owner and Contractor. The Town will either award the project or reject all proposals received within forty-five (45) days after formal opening of proposals. Acceptance of a proposal will be a written notice signed by the Town Clerk& no other act shall constitute the acceptance of a proposal. F. WITHDRAWALS OF PROPOSALS Any bidder upon his or her authorized representative's written request presented not later than the hour set for the opening thereof, will be given permission to withdraw his proposal. At the time of opening the proposals, when such proposals are reached, it will be returned to him unread. G. REJECTION OF PROPOSALS The Town reserves the right to waive any technical error and to reject any and/or all proposals. Without limiting the generality of the foregoing, any proposal which in incomplete, obscure, or irregular may be rejected; any proposal accompanied by an insufficient or irregular certified check or bidder's bond bay be rejected, any proposal having interlineations, erasure or corrections may be rejected. The Town also reserves the fight to reject any bid if the evidence submitted in the qualification statement or an investigation of such bidder fails to satisfy the Town that such bidder is property qualified to carry out the 2 Hot Mix Asphalt Concrete Item# 8 "Type 6 Top" - Furnish only Year 2021-22 obligations of the contract and to complete the work contemplated therein. Conditional bids will not be accepted. H. PLANT & EQUIPMENT The bidder shall State in his,bid that be has available or under his control, plant and equipment of the character and in the amount required to complete the proposed work within the specific time. I TIME FOR EXECUTION OF CONTRACT Any bidder whose proposal shall be accepted will be required to appear before the Town in person; or if a firm or corporation, a duly authorized representative shall so appear, and execute six (6) copies of the Contract and furnish satisfactory Performance and Payment Bond within ten (10) days after notice that the Contract has been awarded to him. Failure to execute Contract shall constitute a breach of the agreement effected by the acceptance of the Proposal The damages to the Town for such breach will include loss from interference with his construction program and other items, the accurate amount of which it will be difficult or impossible to compute. The amount of the certified check or bidder's bond accompanying the Proposal of such bidder shall be retained by the Town, not as a penalty, but as liquidated damages for such breach. In the event any bidder whose proposal shall, be accepted shall fail or refuse to execute the Contract as herein before provided, the Town may, at there option, determine that such bidder has abandoned the Contract, and thereupon, his proposal and acceptance thereof shall be null and void, and the Town shall be entitled to liquidated damages as above provided. J. PREVAILING WAGE RATES The New York State Department of Labor's Prevailing Wage Rate Schedules are part of this Contract. The Contractor is responsible for being familiar with the latest available schedules. INSURANCE REQUIREMENTS The Contractor shall not commence any work until he has obtained, and had approved by the Town of Southold, all of the insurance that is required under this contract which has been enumerated herein: COMPENSATION INSURANCE: Public Liability and Property Damage Insurance Contractor's Protective Liability and Property Damage Insurance Owner's Protective Public Liability and Property Damage Insurance The Contractor shall not permit any subcontractor to commence any operation of the site until satisfactory proof of carriage of the above required insurance has been posted with and approved by the Owner. Compensation Insurance: The Contractor shall take out and maintain during the life of this Contract, Workmen's Compensation Insurance for all his employees employed at the site of the project, and in case of any of the work being sublet, the Contractor shall require all subcontractors similarly to provide Workmen's 3 Hot Mix Asphalt Concrete Item# 8 "Type 6 Top" - Furnish only Year 2021-22 Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. Public Liability and Property Damage Insurance: The Contractor shall take out and maintain during the life of this Contract such Public Liability and Property Damage Insurance as shall protect him and any subcontractor performing work covered by this Contract from claims for damages four personal injury including accidental death as well as from claims for property damage which may arise from operations under this Contract, whether such operations be by himself or by any subcontractor, to by anyone directly or indirectly employed by either of them, and the amounts of such insurance shall be as follows: Public Liability Insurance in an amount of not less than One Million Dollars ($1,000,000.00) for bodily injuries, including wrongful death to each person and subject to the same limit for each person in an amount not less that One Million Dollars. ($1,000,000.00) on account of each accident. Property Damage Insurance in an amount not less than One Million Dollars ($1,000,000.00) for damages on account of each accident and in an amount of not less than One Million Dollars ($1,000,000.00) for damages on account of all accidents. Liability and Property Damage Insurance: The above policies for Public Liability and Property Damage Insurance must be so written to include Contractor's Protective Liability and Property Damage insurance to protect the Contractor against claims arising from the operations of a subcontractor. The policies shall also name the Town of Southold as an additional insured. Owner's Protective Public Liability and Property Damage Insurance: The Contractor shall furnish to the Owner, with respect to the operations he or any of his subcontractors perform a regular Protective Public Liability Insurance Policy for, and in behalf of the Owner, providing for a limit of not less than One Million Dollars ($1,000,000.00) for all damages arising out of bodily injuries to, or death of, one person and subject to that limit for each person, a total limit of One Million Dollars ($1,000,000.00) for all damages arising out of bodily injuries to, or death of, two or more persons in any one accident; and regular Protective Property Damage Insurance providing for a limit of not less than One Million Dollars ($1,000,000.00) for damages arising out of injury to, or destruction of, property in any one accident and subject to that limit per accident, a total (or aggregate limit of Two Million Dollars ($ 2,000,000.00) for all damages arising out of injury to, or destruction of, property during the policy period. This insurance must fully cover the legal liability of the Owner. The coverage provided under his policy must not be affected if the Owner performs work in connection with the project either for or in cooperation with the Contractor or as an aid thereto whether the same be a part of the Contract or separate therefrom, by means of its own employees or agents or if the Owner directs or supervises the work to be performed by the Contractor. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the Owner with certificates of each insurer insuring the Contractor of any subcontractor under this Contract except with respect to part D. As listed above. In respect to this paragraph, the Contractor shall furnish the Owner with the original insurance policy. Both certificates, as furnished, and the insurance policy, as required, shall bear the policy numbers, the expiration date of the policy and the limits of liability there under. Both the certificates and the policy shall be endorsed to provide the Owner with any notice of cancellation or non-renewal. 4 Hot Mix Asphalt Concrete Item# 8 "Type 6 Top" - Furnish only Year 2021-22 i hPROPOSAL FORM DATE: I",1 oq a I NAME OF BIDDER: C0K0L2zir)1 TO: SOUTHOLD TOWN BOARD NOTE: All items listed herein must TOWN HALL be bid. Failure to bid any PO BOX 1179 item will be grounds for 53095 MAIN ROAD disqualification. SOUTHOLD,NEW YORK 11971 MEMBERS OF THE BOARD: The undersigned as bidder, declares that the only persons, company, or parties interested in this proposal as principals are named below; that this proposal is made without any connection, directly or indirectly with any other bidder for the same work; that it is in all respects fair and without collusion or fraud, and that no person acting for or employed by the aforementioned owner is or will be interested directly or indirectly, in the performance of the contract, or the supplies relating to it, or in any portion of the profit thereof; that he has carefully examined all project requirements, including bidding requirements, contract, general and special conditions, specifications, and addenda, if any (Note: acknowledgment of addenda and their dates must be included as indicated on bottom page); that he has satisfied himself by personal examination of the proposed work, and by such other means as he may have chosen, as to the conditions and requirements of the work; and he proposed and agrees that if his proposal be accepted he will contract to furnish all materials not provided by the Town(See Specifications) and to perform all the work required to construct, perform and complete the specified work; and that he will start the work as directed by the Town, he will accept, in full payment thereof as listed below: BID ON ASPHALT ROAD MATERIALS, HOT Mix ASPHALT CONCRETE, "Type 6 Top", IN ACCORDANCE WITH THE PROJECT REQUIREMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED CUMULATIVE "UNIT PRICE" OF: BID #1 SUPPLY LABOR AND MATERIAL TO FURNISH "Type 6 Top" INTO SOUTHOLD TOWN HIGHWAY TRUCKS MADE WITH AN ALLOTMENT OF (30% OF RAP) RECYCLED ASPHALT PRODUCT INCLUDED IN THE MIXTURE © d DAY (wrfJen i _ ords) Per Ton 'f (written in numbers words) Per Ton 5 Hot Mix Asphalt Concrete Item# 8 "Type 6 Top" - Furnish only Year 2021-22 And he further agrees that if this proposal shall be accepted by the Town and that if he shall refuse, fail or neglect to enter into a Contract pursuant to such proposal and to the requirements of the Town, shall have been deposited in the mail addressed to him at the address given in the proposal, that he shall be considered to have abandoned the contract. We the undersigned, further agree that this proposal shall be reviewed by the Town to correct any deficiencies in the proposed scope of work and, if no corrections are necessary, further agree that this proposal is a formal bid and shall remain in effect for a period of forty-five (45) days, the Town will accept or reject this proposal or by mutual agreement may extend this time period. Signature of Bidder: Business Address: ® OX C T Telephone Number: Date: �"\�`� a®� r i 6 Hot Mix Asphalt Concrete Item# 8 "Type 6 Top" - Furnish only Year 2021-22 1. DESCRIPTION j Bids are requested for the supply of labor and material to furnish N.Y.S. Type 6 Top Coat into Southold Town Highway Trucks. The materials shall meet the specifications to/for Item 403.1701 in the New York Department of Transportation Specifications. The materials shall be constructed in accordance to section 400 in the New York State Department of Transportation Specifications. Material shall be measured by ton. Payment for this item shall be made by the unit price multiplied by the number tons. 2. MATERIALS Bituminous Asphalt concrete pavement shall be equal to NYSDOT - Type 6 meet or exceed the following requirements: ASPHALT CONCRETE PAVEMENT Screen General limits Job Mix Sizes, % Passing Total % 1" 100 -- 1/2" 95-100 -- 1/4" 65-85 +/- 7 1/8" 36-65 +/- 7 No. 20 15-39 +/- 7 No. 40 8-27 +/- 7 No. 80 4-16 +/- 4 No. 200 2-6 +/- 2 Asphalt Content, % 5.8-7.0 +/-4 5. TESTING The Town shall have the absolute right to make tests before and after delivery and placement of asphalt material to determine conformity to Specifications, quality and standards of excellence. The Contractor agrees to bear the cost and pay for all tests which are deemed to be necessary in the opinion of the Town. The Contractor shall repair or replace at no additional cost to the Town, any materials found to not meet the Specifications and quality intended. The work shall be executed in the best and most workmanlike manner. 6. SAMPLES The town at its discretion can request samples of asphalt material provided by winning bidder to have periodic testing of the mix at a DOT approved facility at the vendor's expense to help insure that the mix provided is to our specification. 7. MEASUREMENT & PAYMENT The prices quoted in this bid, and subsequently awarded, are to be used in establishing prices for actual materials furnished and placed within Town of Southold Highway Trucks from the date of award up to and 7 Hot Mix Asphalt Concrete ! Item# 8 "Type 6 Top" - Furnish only Year 2021-22 including one (1) year thereafter. The contract period may be extended for up to one (1) additional year upon mutual written agreement of the Town and the Contractor. Payment shall be made to the contractor at the unit price(s) submitted in the Proposal. The asphalt concrete will be measured by the number of tons. The unit price per ton shall include the cost of furnishing all materials, equipment, labor'and incidentals necessary to complete the work. NOTE: The winning bidder will supply the Highway Department with daily mix reports showing the composition of the asphalt mix that day, and endeavor to submit them to us along with the invoices submitted for payment. END OF SPECIFICATION: 8 Hot Mix Asphalt Concrete Item# 8 "Type 6 Top" - Furnish only Year 2021-22 STATEMENT OF NON-COLLUSION (To be completed by each Bidder) In accordance with Section 103-d General Municipal Law, effective September 1, 1966, every bid or proposal hereafter made to a political subdivision of the State of any public department, agency, or official thereof or to a fore district or any agency or official thereof for work or services performed or to be performed or goods sold or to be sold, shall contain the following statement subscribed to by the bidder and affirmed by such bidder as true under the penalties of perjury; non-collusive bidding certification. A. By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief: (1) The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or any competitor. (2) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor. (3) No attempt has been made or will be made by the bidder to induce any other person, partnership, or corporation to submit or not to submit a bid for the purpose of restricting competition. B. The person signing this bid or proposal certifies that he has fully informed himself regarding the accuracy of the statements contained in this certification, and under the statements contained in this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being applicable to the bidder, as well as the person signing in its behalf. C. That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signature of this bid or proposal on behalf of the corporate bidder. RESOLUTION Resolved that G�V-d W of the Corall(0.1 (��-� (Name of signatory) I A-1 Py0juds- Be authorized to sign and submit the bid (Name o orporation) 9 Hot Mix Asphalt Concrete Item# 8 "Type 6 Top" - Furnish only Year 2021-22 Or proposal of this corporation for the following Project: Item# 8 Furnish into Town Highway Trucks "Type 6 Top" Peconic Lane, Peconic,New York 11958 and to include in such bid or proposal the certificate as to non-collusion required by section one-hundred-three- d (103-d) of the General Municipal Law as the act and deed of such corporation, and for any inaccuracies or miss-statements in such certificate this corporate bidder shall be liable under the penalties of perjury. /� n (A� The foregoing is true and correct copy of the resolution adopted by `Q�a2'li nk T&`N_corporation at a meeting of the Board of Directors, held on the o�-1 day of MCkq , 20 ( . (SEAL OF THE CORPORATION) Laws of New York, 1965 Ch. 751, Sec. 103-d, as amended& effective on September 1, 1965. SigrAture 10 Hot Mix Asphalt Concrete Item# 8 "Type 6 Top" -Furnish only Year 2021-22 ITEM NO. 8 SPECIFICATIONS FOR THE FURNISHING OF ASPHALT ROAD MATERIALS INTO TOWN HIGHWAY TRUCKS HOT MIX ASPHALT CONCRETE "Type 6 Top" INSTRUCTIONS TO BIDDERS A. PROPOSALS Proposals must be made in strict accordance with the "Proposal Form"provided. The Proposal form shall not be detached from the bid package. Failure to comply with this requirement will constitute grounds for rejection of the bid subject to the digression of the Highway Superintendent. Any and all exceptions to the specifications shall be listed on a separate sheet bearing the designation: 'Exceptions to the Specifications", and attached to the Bid Form.,Each proposal must be signed in writing with the full name and address of bidder. The bidders shall write in ink, both in words &numerals,the price for which he proposed to furnish all materials &to perform all labor and services necessary for the proper completion of the work, and subject at all times to the approval of the Highway Superintendent. Proposals,together with the entire bid package, shall be delivered enclosed in an opaque sealed envelope and shall be addressed as indicated on Invitation to Bid. The envelope shall be marked "Proposal" bearing the title of work and the Bidders Name. Bidders may bid on one or any combination of item's listed on the proposal sheet. No proposal shall be considered which has not been received by the Southold Town Clerk prior to the hour and date stated. B. PROPOSAL GUARANTY A proposal will not be accepted or considered unless accompanied by a guaranty in the form of a bid bond or certified check in the amount of one hundred($100) dollars payable to the Town of Southold. 1 Hot Mix Asphalt Concrete Item# 8 "Type 6 Top" -Furnish only Year 2021-22 As soon as the proposal prices have been compared,the Owner shall return the bidder's bond or the certified checks accompanying such proposals as, in his judgment, would not likely be involved in making the award. All other proposal quantities will be held until the contract and contract bond have been executed after which they will be released or returned to the respective bidders whose proposals they accor0panied. C. OMISSIONS AND DISCREPANCIES Bidders should carefully examine the specifications and fully inform .themselves of all conditions and matters which can in any way affect the work or the cost thereof. Should a bidder fmd discrepancies in or omissions from the specifications, or other documents or should he be in doubt as to their meaning, he should at once notify the Highway Superintendent who may issue a written instruction to all bidders. D. PUBLIC OPENING OF PROPOSALS Proposals will be opened and read publicly at the time and place indicated in the Invitation for Bids. Bidders, authorized agents, and other interested parties are invited to be present. E. AWARD OF CONTRACT Award of contract will be made as soon as practical. The Superintendent of Highways reserves the right to make awards by items, or as a whole, or not at all, whichever the Superintendent deems to be in the best interest of the Town. A contract may be awarded to a responsible bidder other than the lowest money bidder, if it is in the best interest of the Town.No bid may be withdrawn after scheduled closing time for receipt of bids for a period of 45 days pending execution of a contract by successful bidder. The competency and responsibility of the bidder and his sub-contractors will be considered in making,the award. The Town reserves the right to waive any technical error,to accept any bid, or to reject any or all bids. The contract form will be a Standard form of Agreement between Owner and Contractor. The Town will either award the project or reject all proposals received within forty-five(45) days after formal opening of proposals. Acceptance of a proposal will be a written notice signed by the Town Clerk& no other act shall constitute the acceptance of a proposal. F. WITHDRAWALS OF PROPOSALS Any bidder upon his or her authorized representative's written request presented not later than the hour set for the opening thereof, will be given permission to withdraw his proposal. At the time of opening the proposals,when such proposals are reached, it will be returned to him unread. G. REJECTION OF PROPOSALS The Town reserves the right to waive any technical error and to reject any and/or all proposals. Without limiting the generality of the foregoing, any proposal which in incomplete, obscure, or irregular may be rejected; any proposal accompanied by an insufficient or irregular certified check or bidder's bond bay be rejected, any proposal having interlineations, erasure or corrections may be rejected. The Town also reserves the fight to reject any bid if the evidence submitted in the qualification statement or an investigation of such bidder fails to satisfy the Town that such bidder is property qualified to carry out the 2 lb I Hot Mix Asphalt Concrete Item# 8 "Type 6 Top" -Furnish only Year 2021-22 obligations of the contract and to complete the work contemplated therein. Conditional bids will not be accepted. H. PLANT&EQUIPMENT The bidder shall State in his bid that be has available or under his control, plant and equipment of the character and in the amount required to complete the proposed work within the specific time. I TIME FOR EXECUTION OF CONTRACT Any bidder whose proposal shall be accepted will be required to appear before the Town in person; or if a firm or corporation, a duly authorized representative shall so appear, and execute six (6) copies of the Contract and furnish satisfactory Performance and Payment Bond within ten(10) days after notice that the Contract has been awarded to him. Failure to execute Contract shall constitute a breach of the agreement effected by the acceptance of the Proposal The damages to the Town for such breach will include loss from interference with his construction program and other items,the accurate amount of which it will be difficult or impossible to compute. The amount of the certified check or bidder's bond accompanying the Proposal of such bidder shall be retained by the Town,not as a penalty,but as liquidated damages for such breach. In the event any bidder whose proposal shall,be accepted shall fail or refuse to execute the Contract as herein before provided,the Town may, at there option, determine that such bidder has abandoned the Contract, and thereupon, his proposal and acceptance thereof shall be null and void, and the Town shall be entitled to liquidated damages as above provided. J. PREVAILING WAGE RATES The New York State Department of Labor's Prevailing Wage Rate Schedules are part of this Contract. The Contractor is responsible for being familiar with the latest available schedules. INSURANCE REQI II M NTS The Contractor shall not commence any work until he has obtained, and had approved by the Town of Southold, all of the insurance that is required under this contract which has been enumerated herein: COMPENSATION INSURANCE: Public Liability and Property Damage Insurance Contractor's Protective Liability and Property Damage Insurance Owner's Protective Public Liability and Property Damage Insurance The Contractor shall not permit any subcontractor to commence any operation of the site until satisfactory proof of carriage of the above required insurance has been posted with and approved by the Owner. Compensation Insurance: The Contractor shall take out and maintain during the life of this Contract, Workmen's Compensation Insurance for all his employees employed at the site of the project, and in case of any of the work being sublet,the Contractor shall require all subcontractors similarly to provide Workmen's 3 Hot Mix Asphalt Concrete Item# 8 "Type 6 Top" -Furnish only Year 2021-22 Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. Public Liability and Prope . Damage Insurance: The Contractor shall take out and maintain during the life of this Contract such Public Liability and Property Damage Insurance as shall protect him and any subcontractor performing work covered by this Contract from claims for damages four personal injury including accidental death as well as from claims for property damage which may arise from operations under this Contract, whether such operations be by himself or by any subcontractor,to by anyone directly or indirectly employed by either of them, and the amounts of such insurance shall be as follows: Public Liability Insurance in an amount of not less than One Million Dollars ($1,000,000.00) for bodily injuries, including wrongful death to each person and subject to the same limit for each person in an amount not less that One Million Dollars. ($1,000,000.00) on account of each accident. Propejjy Damage Insurance in an amount not less than One Million Dollars ($1,000,000.00) for damages on account of each accident and in an amount of not less than One Million Dollars ($1,000,000.00)for damages on account of all accidents. Liability and Property Damage Insurance: The above policies for Public Liability and Property Damage Insurance must be so written to include Contractor's Protective Liability and Property Damage insurance to protect the Contractor against claims arising from the operations of a subcontractor. The policies shall also name the Town of Southold as an additional insured. Owner's Protective Public Liabili . and Property Damage Insurance: The Contractor shall furnish to the Owner, with respect to the operations he or any of his subcontractors perform a regular Protective Public Liability Insurance Policy for, and in behalf of the Owner,providing for a limit of not less than One Million Dollars ($1,000,000.00) for all damages arising out of bodily injuries to, or death of, one person and subject to that limit for each person, a total limit of One Million Dollars ($1,000,000.00)for all damages arising out of bodily injuries to, or death of, two or more persons in any one accident; and regular Protective PropeM Damage Insurance providing for a limit of not less than One Million Dollars ($1,000,000.00)for damages arising out of injury to, or destruction of, property in any one accident and subject to that limit per accident, a total (or aggregate limit of Two Million Dollars ($ 2,000,000.00) for all damages arising out of injury to, or destruction of,property during the policy period. This insurance must fully cover the legal liability of the Owner. The coverage provided under his policy must not be affected if the Owner performs work in connection with the project either for or in cooperation with the Contractor or as an aid thereto whether the same be a part of the Contract or separate therefrom, by means of its own employees or agents or if the Owner directs or supervises the work to be performed by the Contractor. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the Owner with certificates of each insurer insuring the Contractor of any subcontractor under this Contract except with respect to part D. As listed above. In respect to this paragraph, the Contractor shall furnish the Owner with the original insurance policy. Both certificates, as furnished, and the insurance policy, as required, shall bear the policy numbers,the expiration date of the policy and the limits of liability there under. Both the certificates and the policy shall be endorsed to provide the Owner with any notice of cancellation or non-renewal. 4 Hot Mix Asphalt Concrete Item# 8 "Type 6 Top" -Furnish only Year 2021-22 PROPOSAL FORM DATE: S ab lgoo`erl NAME OF BIDDER: E &-k .L g laed dsohal f eonR- TO: SOUTHOLD TOWN BOARD NOTE: All items listed herein must TOWN HALL be bid. Failure to bid any PO BOX 1179 item will be grounds for 53095 MAIN ROAD disqualification. SOUTHOLD,NEW YORK 11971 MEMBERS OF THE BOARD: The undersigned as bidder, declares that the only persons, company, or parties interested in this proposal as principals are named below; that this proposal is made without any connection, directly or indirectly with any other bidder for the same work;that it is in all respects fair and without collusion or fraud, and that no person acting for or employed by the aforementioned owner is or will be interested directly or indirectly, in the performance of the contract, or the supplies relating to it, or in any portion of the profit thereof; that he has carefully examined all project requirements, including bidding requirements, contract, general and special conditions, specifications, and addenda, if any (Note: acknowledgment of addenda and their dates must be included as indicated on bottom page);that he has satisfied himself by personal examination of the proposed work, and by such other means as he may have chosen, as to the conditions and requirements of the work; and he proposed and agrees that if his proposal be accepted he will contract to furnish all materials not provided by the Town(See Specifications) and to perform all the work required to construct, perform and complete the specified work; and that he will start the work as directed by the Town, he will accept, in full payment thereof as listed below: BID ON ASPHALT ROAD MATERIALS,HOT Mix ASPHALT CONCRETE, "Type 6 Top",IN ACCORDANCE WITH THE PROJECT REQUIREMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED CUMULATIVE"UNIT PRICE" OF: BID#1 SUPPLY LABOR AND MATERIAL TO FURNISH "Type 6 Top" INTO SOUTHOLD TOWN HIGHWAY TRUCKS MADE WITH AN ALLOTMENT OF(30% OF RAP) RECYCLED ASPHALT PRODUCT INCLUDED IN THE MIXTURE (written in words)Per Ton (written in numbers words)Per Ton 5 Hot Mix Asphalt Concrete Item# 8 "Type 6 Top" -Furnish only Year 2021-22 And he further agrees that if this proposal shall be accepted by the Town and that if he shall refuse, fail or neglect to enter into a Contract pursuant to such proposal and to the requirements of the Town, shall have been deposited in the mail addressed to him at the address given in the proposal, that he shall be considered to have abandoned the contract. We the undersigned, further agree that this proposal shall be reviewed by the Town to correct any deficiencies in the proposed scope of work and, if no corrections are necessary, further agree that this proposal is a formal bid and shall remain in eff for a period of forty-five (45) days, the Town will accept or reject this proposal or by mutual agree n ay extend this time period. Signature of Bidder: Business Address: lrzl 7 S2 eom Y ei ve(heuot AJ)1 7 . Telephone Number: 6 31 — 7 — 32 Date: Sl oZb rho z I 6 Hot Mix Asphalt Concrete Item# 8 "Type 6 Top" -Furnish only Year 2021-22 1. DESCRIPTION Bids are requested for the supply of labor and material to furnish N.Y.S. Type 6 Top Coat into Southold Town Highway Trucks. The materials shall meet the specifications to/for Item 403.1701 in the New York Department of Transportation Specifications. The materials shall be constructed in accordance to section 400 in the New York State Department of Transportation Specifications. Material shall be measured by ton. Payment for this item shall be made by the unit price multiplied by the number tons. 2. MATERIALS Bituminous Asphalt concrete pavement shall be equal to NYSDOT- Type 6 meet or exceed the following requirements: ASPHALT CONCRETE PAVEMENT Screen General limits Job Mix Sizes %Passing Total% 1" 100 -- 1/2" 95-100 -- 1/4" 65-85 +/- 7 1/8" 36-65 +/- 7 No. 20 15-39 +/- 7 No. 40 8-27 +/- 7 No. 80 4-16 +/- 4 No. 200 2-6 +/-2 Asphalt Content, % 5.8-7.0 +/-4 5. TESTING The Town shall have the absolute right to make tests before and after delivery and placement of asphalt material to determine conformity to Specifications, quality and standards of excellence. The Contractor agrees to bear the cost and pay for all tests which are deemed to be necessary in the opinion of the Town. The Contractor shall repair or replace at no additional cost to the Town, any materials found to not meet the Specifications and quality intended. The work shall be executed in the best and most workmanlike manner. 6. SAMPLES The town at its discretion can request samples of asphalt material provided by winning bidder to have periodic testing of the mix at a DOT approved facility at the vendor's expense to help insure that the mix provided is to our specification. 7. MEASUREMENT&PAYMENT The prices quoted in this bid, and subsequently awarded, are to be used in establishing prices for actual materials furnished and placed within Town of Southold Highway Trucks from the date of award up to and 7 Hot Mix Asphalt Concrete Item# 8 "Type 6 Top" -Furnish only Year 2021-22 including one (1)year thereafter. The contract period may be extended for up to one (1) additional year upon mutual written agreement of the Town and the Contractor. Payment shall be made to the contractor at the unit price(s) submitted in the Proposal. The asphalt concrete will be measured by the number of tons. The unit price per ton shall include the cost of furnishing all materials, equipment, labor and incidentals necessary to complete the work. NOTE: The winning bidder will supply the Highway Department with daily mix reports showing the composition of the asphalt mix that day, and endeavor to submit them to us along with the invoices submitted for payment. l END OF SPECIFICATION: 8 Hot Mix Asphalt Concrete Item# 8 "Type 6 Top" -Furnish only Year 2021-22 STATEMENT OF NON-COLLUSION (To be completed by each Bidder) In accordance with Section 103-d General Municipal Law, effective September 1, 1966, every bid or proposal hereafter made to a political subdivision of the State of any public department, agency, or official thereof or to a fore district or any agency or official thereof for work or services performed or to be performed or goods sold or to be sold, shall contain the following statement subscribed to by the bidder and affirmed by such bidder as true under the penalties of perjury; non-collusive bidding certification. A. By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury,that to the best of knowledge and belief: (1) The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or any competitor. (2) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly,to any other bidder or to any competitor. (3) No attempt has been made or will be made by the bidder to induce any other person, partnership, or corporation to submit or not to submit a bid for the purpose of restricting competition. B. The person signing this bid or proposal certifies that he has fully informed himself regarding the accuracy of the statements contained in this certification, and under the statements contained in this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being applicable to the bidder, as well as the person signing in its behalf. C. That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signature of this bid or proposal on behalf of the corporate bidder. RESOLUTION Resolved that �0 P,f�' / )• zy-o►'Le- of the (Name of signatory) E �" s lu�iG� �� cti�f ('o r,�• Be authorized to sign and submit the bid (Name of Corporation) 9 Hot Mix Asphalt Concrete Item# 8 "Type 6 Top" -Furnish only Year 2021-22 Or proposal of this corporation for the following Project: Item# 8 Furnish into Town Highway Trucks "Type 6 Top" Peconic Lane,Peconic,New York 11958 and to include in such bid or proposal the certificate as to non-collusion required by section one-hundred-three- d (103-d) of the General Municipal Law as the act and deed of such corporation, and for any inaccuracies or miss-statements in such certificate this corporate bidder shall be liable under the penalties of perjury. The foregoing is true and correct copy of the resolution adopted by&- _T7s/,7,L pla.64--_corporation at a meeting of the Board of Directors,held on the 02 7 day of M&!, , 20 ,J . (SEAL-OF THE CORPORATION) Laws of New York, 1965 Ch. 751, Sec. 103-d, as amended& effective on September 1, 1965. Signature 10 STATEMENT OF NON-COLLUSION (To be completed by each Bidder) In accordance with Section 103-d General Municipal Law, effective September 1, 1966, every bid or proposal hereafter made to a political subdivision of the State of any public department, agency, or official thereof or to a fore district or any agency or official thereof for work or services performed or to be performed or goods sold or to be sold, shall contain the following statement subscribed to by the bidder and affirmed by such bidder as true under the penalties of perjury; non-collusive bidding certification. A. By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury,that to the best of knowledge and belief: (1) The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or any competitor. (2) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly,to any other bidder or to any competitor. (3) No attempt has been made or will be made by the bidder to induce any other person, partnership, or corporation to submit or not to submit a bid for the purpose of restricting competition. B. The person signing this bid or proposal certifies that he has fully informed himself regarding the accuracy of the statements contained in this certification, and under the statements contained in this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being applicable to the bidder, as well as the person signing in its behalf. C. That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signature of this bid or proposal on behalf of the corporate bidder. RESOLUTION Resolved that 0 b e✓f 1> • vae of the (Name of signatory) a s f �s l a✓� �s p GtQ(� �'o r,0 Be authorized to sign and submit the bid (Name of Corporation) Or proposal of this corporation for the following Project: 6(t,-ai_5h-W% of &} 21141-f 40ad M.c1fef"4(c I LO Toon 1-1"ahVVwi TT.tc_s Net A4& igwhadF C-oncra-e- and to include in such bid or proposal the certificate as to non-collusion required by section one-hundred-three- d (103-d) of the General Municipal Law as the act and deed of such corporation, and for any inaccuracies or miss-statements in such certificate this corporate bidder shall be liable under the penalties of perjury. The foregoing is true and correct copy of the resolution adopted by Ea s f- :176 r ,vt &ahalt corporation at a meeting of the Board of Directors, held on the aL7t" day of M , 20 a (SEAL OF THE CORPORATION) Laws of New York, 1965 Ch. 751, Sec. 1.03-d, as amended& effective on September 1, 1965. Signature -- 1 Type II Micro-Surfacing Item# 7 Calendar Year 2021-22 ITEM NO. 7 SPECIFICATIONS FOR THE PURCHASE & APPLICATION OF ASPHALT ROAD MATERIALS POLYMER MODIFIED EMULSIFIED ASPHALT PAVEMENT TYPE II MICRO - SURFACING NOTE: THE TOWN OF SOUTHOLD WILL ALSO REQUIRE +/- 301,000 ,SQUARE YARDS (more or less as may be needed) OF PAVEMENT TO BE APPLIED ON FISHERS ISLAND. THE CONTRACTOR SHALL BE REQURIED TO NOTIFY EACH RESIDENT AT LEAST 24 HOURS PRIOR TO ANY WORK ON TOWN ROADS. RESIDENTS MUST BE RE- NOTIFIED AFTER DELAYS DUE TO INCLEMENT WEATHER OR JOB OPERATIONS. Type Il Micro-Surfacing Item # 7 Calendar Year 2021-22 INSTRUCTIONS TO BIDDERS A. PROPOSALS Proposals must be made in strict accordance with the "Proposal Form" provided. The Proposal form shall not be detached from the bid package. Failure to comply with this requirement will constitute grounds for rejection of the bid subject to the digression of the Highway Superintendent.Any and all exceptions to the specifications shall be listed on a separate sheet bearing the designation: 'Exceptions to the Specifications", and attached to the Bid Form. Each proposal must be signed in writing with the full name and address of bidder. The bidders shall write in ink, both in words&numerals, the price for which he proposed to furnish all materials, plant, equipment,tools, shoring or bracing, or other facilities, & to perform all labor and services necessary for the proper completion of the work in strict accordance with the plans and specifications, and subject at all times to the approval of the Highway Superintendent. Proposals,together with the entire bid package, shall be delivered enclosed in an opaque sealed envelope and shall be addressed as indicated on Invitation to Bid. The envelope shall be marked "Proposal" bearing the title of work and the Bidders Name. Bidders may bid on one or any combination of items listed on the proposal sheet. No proposal shall be considered which has not been received by the Southold Town Clerk prior to the hour and date stated. B. PROPOSAL GUARANTY A proposal will not be accepted or considered unless accompanied by a guaranty in the form of a bid bond or certified check in the amount of one hundred ($100) dollars payable to the Town of Southold. As soon as the proposal prices have been compared, the Owner shall return the bidder's bond or the certified checks accompanying such proposals as, in his judgment, would not likely be involved in making the award. All other proposal quantities will be held until the contract and contract bond have been executed after which they will be released or returned to the respective bidders whose proposals they accor0panied. C. OMISSIONS AND DISCREPANCIES Bidders should carefully examine the specifications and fully inform .themselves of all conditions and matters which can in any way affect the work or the cost thereof. Should a bidder find discrepancies in or omissions from the specifications, or other documents or should he be in doubt as to their meaning, he should at once notify the Highway Superintendent who may issue a written instruction to all bidders. Type II Micro-Surfacing Item# 7 Calendar Year 2021-22 D. PUBLIC OPENING OF PROPOSALS Proposals will be opened and read publicly at the time and place indicated in the Invitation for Bids. Bidders, authorized agents, and other interested parties are invited to be present. E. AWARD OF CONTRACT Award of contract will be made as soon as practical. The Superintendent of Highways reserves the fight to make awards by items, or as a whole, or not at all,whichever the Superintendent deems to be in the best interest of the Town. A contract may be awarded to a responsible bidder other than the lowest money bidder, if it is in the best interest of the Town.No bid may be withdrawn after scheduled closing time for receipt of bids for a period of 45 days pending execution of a contract by successful bidder. The competency and responsibility of the bidder and his sub-contractors will be considered in making,the award. The Town reserves the right to waive any technical error, to accept any bid, or to reject any or all bids. The contract form will be a Standard form of Agreement between Owner and Contractor. The Town will either award the project or reject all proposals received within forty-five(45) days after formal opening of proposals.Acceptance of a proposal will be a written notice signed by the Town Clerk& no other act shall constitute the acceptance of a proposal. F. WITHDRAWALS OF PROPOSALS Any bidder upon his or her authorized representative's written request presented not later than the hour set for the opening thereof, will be given permission to withdraw his proposal. At the time of opening the proposals, when such proposals are reached, it will be returned to him unread. G. REJECTION OF PROPOSALS The Town reserves the right to waive any technical error and to reject any and/or all proposals. Without limiting the generality of the foregoing, any proposal which in incomplete, obscure, or irregular may be rejected; any proposal accompanied by an insufficient or irregular certified check or bidder's bond bay be rejected, any proposal having interlineations, erasure or corrections may be rejected. The Town also reserves the fight to reject any bid if the evidence submitted in the qualification statement or an investigation of such bidder fails to satisfy the Town that such bidder is property qualified to carry out the obligations of the contract and to complete the work contemplated therein. Conditional bids will not be accepted. H. PLANT & EQUIPMENT The bidder shall State in his bid that be has available or under his control, plant and equipment of the character and in the amount required to complete the proposed work within the specific time. Type II Micro-Surfacing Item # 7 Calendar Year 2021-22 I TIME FOR EXECUTION OF CONTRACT Any bidder whose proposal shall be accepted will' be required to appear before the Town in person; or if a firm or corporation, a duly authorized representative shall so appear, and execute six(6) copies of the Contract and furnish satisfactory Performance and Payment Bond within ten (10) days after notice that the Contract has been awarded to him. Failure to execute Contract shall constitute a breach of the agreement effected by the acceptance of the Proposal The damages to the Town for such breach will include loss from interference with his construction program and other items, the accurate amount of which it will be difficult or impossible to compute. The amount of the certified check or bidder's bond accompanying the Proposal of such bidder shall be retained by the Town, not as a penalty, but as liquidated damages for such breach. In the event any bidder whose proposal shall, be accepted shall fail or refuse to execute the Contract as herein before provided,the Town may, at there option, determine that such bidder has abandoned the Contract, and thereupon, his proposal and acceptance thereof shall be null and void, and the Town shall be entitled to liquidated damages as above provided. J. PREVAILING WAGE RATES The New York State Department of Labor's Prevailing Wage Rate Schedules are part of this Contract. The Contractor is responsible for being familiar with the latest available schedules. Type II Micro-Surfacing Item# 7 Calendar Year 2021-22 INSURANCE REQUIREMENTS The Contractor shall not commence any work until he has obtained, and had approved by the Town of Southold, all of the insurance that is required under this contract which has been enumerated herein: COMPENSATION INSURANCE: Public Liability and Property Damage Insurance Contractor's Protective Liability and Property Damage Insurance Owner's Protective Public Liability and Property Damage Insurance The Contractor shall not permit any subcontractor to commence any operation of the site until satisfactory proof of carriage of the above required insurance has been posted with and approved by the Owner. Compensation Insurance: The Contractor shall take out and maintain during the life of this Contract, Workmen's Compensation Insurance for all his employees employed at the site of the project, and in case of any of the work being sublet,the Contractor shall require all subcontractors 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 Contractor. Public Liability and Property Damage Insurance: The Contractor shall take out and maintain during the life of this Contract such Public Liability and Property Damage Insurance as shall protect him and any subcontractor performing work covered by this Contract from claims for damages four personal injury including accidental death as well as from claims for property damage which may arise from operations under this Contract, whether such operations be by himself or by any subcontractor,to by anyone directly or indirectly employed by either of them, and the amounts of such insurance shall be as follows: Public Liability Insurance in an amount of not less than One Million Dollars ($1,000,000.00) for bodily injuries, including wrongful death to each person and subject to the same limit for each person in an amount not less that One Million Dollars. ($1,000,000.00) on account of each accident. Property Damage Insurance in an amount not less than One Million Dollars ($1,000,000.00) for damages on account of each accident and in an amount of not less than One Million Dollars ($1,000,000.00) for damages on account of all accidents. Liability and Property Damage Insurance: The above policies for Public Liability and Property Damage Insurance must be so written to include Contractor's Protective Liability and Property Damage insurance to protect the Contractor against claims arising from the operations of a subcontractor. The policies shall also name the Town of Southold as an additional insured. Owner's Protective Public Liability and Property Damage Insurance: The Contractor shall furnish to the Owner, with respect to the operations he or any of his subcontractors perform a regular Protective Public Liability Insurance Policy for, and in behalf of the Owner, providing Type II Micro-Surfacing Item# 7 Calendar Year 2021-22 for a limit of not less than One Million Dollars ($1,000,000.00) for all damages arising out of bodily injuries to, or death of, one person and subject to that limit for each person, a total limit of One Million Dollars ($1,000,000.00)for all damages arising out of bodily injuries to, or death of,two or more persons in any one accident; and regular Protective PropeLty Damage Insurance providing for a limit of not less than One Million Dollars ($1,000,000.00) for damages arising out of injury to, or destruction of, property in any one accident and subject to that limit per accident, a total (or aggregate limit of Two Million Dollars ($2,000,000.00) for all damages arising out of injury to, or destruction of, property during the policy period. This insurance must fully cover the legal liability of the Owner. The coverage provided under his policy must not be affected if the Owner performs work in connection with the project either for or in cooperation with the Contractor or as an aid thereto whether the same be a part of the Contract or separate therefrom, by means of its own employees or agents or if the Owner directs or supervises the work to be performed by the Contractor. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the Owner with certificates of each insurer insuring the Contractor of any subcontractor under this Contract except with respect to part D. As listed above. In respect to this paragraph, the Contractor shall furnish the Owner with the original insurance policy. Both certificates, as furnished, and the insurance policy, as required, shall bear the policy numbers,the expiration date of the policy and the limits of liability there under. Both the certificates and the policy shall be endorsed to provide the Owner with any notice of cancellation or non-renewal. Type II Micro-Surfacing Item# 7 Calendar Year 2021-22 PROPOSAL FORM DATE: May 27, 2021 NAME OF BIDDER: Thos. H. Gannon and Sons, Inc. PO Box 505, 372 Middle County Road, Middle Island, NY 11953 TO: SOUTHOLD TOWN BOARD NOTE: All items listed herein must TOWN HALL be bid. Failure to bid any PO BOX 1179 item will be grounds for 53095 MAIN ROAD disqualification. SOUTHOLD,NEW YORK 11971 MEMBERS OF THE BOARD: The undersigned as bidder, declares that the only persons, company, or parties interested in this proposal as principals are named below;that this proposal is made without any connection, directly or indirectly with any other bidder for the same work;that it is in all respects fair and without collusion or fraud, and that no person acting for or employed by the aforementioned owner is or will be interested directly or indirectly, in the performance of the contract, or the supplies relating to it, or in any portion of the profit thereof,that he has carefully examined all project requirements, including bidding requirements, contract, general and special conditions, specifications, and addenda, if any (Note: acknowledgment of addenda and their dates must be included as indicated on bottom page); that he has satisfied himself by personal examination of the proposed work, and by such other means as he may have chosen, as to the conditions and requirements of the work; and he proposed and agrees that if his proposal be accepted he will contract to furnish all materials not provided by the Town (See Specifications)and to perform all the work required to construct, perform and complete the specified work; and that he will start the work as directed by the Town, he will accept, in full payment thereof as listed below: BID ON TYPE "Il" MICRO-SURFACING OF TOWN ROADS WITH POLYMER MODIFIED EMULSIFIED ASPHALT PAVEMENT IN ACCORDANCE WITH THE PROJECT REQUIREMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED CUMULATIVE"UNIT PRICE" OF: Type II Micro-Surfacing Item# 7 Calendar Year 2021-22 BID#1 Option #1 * Rate of Application. The Micro-Surfacing mixture shall be of proper consistency at all times so as to provide an application rate of FIRST COAT: 13 lbs/Sq. Yd, SECOND COAT: 17 lbs/Sq. Yd. TYPE II MICRO-SURFACING SOUTHOLD TOWN: FISHERS ISLAND: Five Dollars and Twenty Cents Six Dollars and Twenty Cents (written in words)Per Sq. Yd. (written in words)Per Sq. Yd $5.20 $6.20 (written in numbers)Per Sq. Yd. (written in numbers)Per Sq. Yd. Option#2 ** Rate of Application. The Micro-Surfacing mixture shall be of proper consistency at all times so as to provide an application rate of. 20-22 lbs/Sq. Yd. TYPE II MICRO-SURFACING SOUTHOLD TOWN: FISHERS ISLAND: Three Dollars and Twenty Seven Cents Four Dollars and Thirty Five Cents (written in words)Per Sq. Yd. (written in words)Per Sq. Yd $3.27 $4.35 (written in numbers) Per Sq. Yd. (written in numbers)Per Sq. Yd. BID#2 HOT RUBBERIZED CRACK SEALING SOUTHOLD TOWN: FISHERS ISLAND: One Dollar and Fifty Cents Two Dollars and Twenty Five Cents (written in words)Per Linear Foot (written in words)Per Linear Foot i Type Il Micro-Surfacing Item#7 Calendar Year 2021-22 $1.50 $2.25 (written in numbers)Per Linear Foot (written in numbers)Per Linear Foot And he further agrees that if this proposal shall be accepted by the Town and that if he shall refuse, fail or neglect to enter into a Contract pursuant to such proposal and to the requirements of the Town, shall have been deposited in the mail addressed to him at the address given in the proposal,that he shall be considered to have abandoned the contract. We the undersigned, further agree that this proposal shall be reviewed by the Town to correct any deficiencies in the proposed scope of work and, if no corrections are necessary, further agree that this proposal is a formal bid and shall remain in effect for a period of forty-five (45) days,the Town will accept or reject this proposal or by mutual agreement may extend this time period. Signature of Bidder: Frank Ciapoferi, P sident Business Address: Thos. H. Gannon and Sons, Inc. PO Box 505, 372 Middle County Road, Middle Island, NY 11953 Telephone Number: (631) 205-0060 Date: May 27, 2021 pit Type II Micro-Surfacing Item# 7 Calendar Year 2021-22 1. DESCRIPTION Bids are requested for the purchase and application of a Polymer Modified Asphalt Pavement Course to fill ruts or provide a wearing course for the existing pavement. The paving material shall be "Macroseal" or approved equal. The surface shall provide a dense smooth topping free of ravels and blemishes. It shall fill minor depressions, cracks and voids, and be non-bleeding. The mixture shall consist of a polymer modified cationic asphalt emulsion, mineral aggregate, mineral and field control additives and water. The mixture shall be properly proportioned, mixed and spread on the paved surface in accordance with this specification and as directed by the engineer. The contractor shall also be required to provide&place quantities of Schim Mix Asphalt("Type 5") as needed and directed by the Superintendent of Highways, The attention of the bidder is specifically called to the fact that the quantities specified herein are considered an estimate only and may not be the quantity of material that will actually be required by the Town for the calendar year. 2. MATERIALS Emulsified Asphalt. The emulsified Asphalt shall be a quick-set polymer modified CSS-1H emulsion and shall conform to the requirements specified in AASHTO M208 and ASTM D2397. The polymer material shall be milled or blended into the asphalt or blended into the emulsifier solution prior to the emulsification process. The Emulsified Asphalt shall be produced by an approved materials manufacturing company capable of manufacturing a Micro- Surfacing Emulsion (MSE)meeting the following requirements. When tested, the Micro-Surfacing Emulsion (MSE) shall meet the requirements of AASHTO M208 and ASTM D2397 for CSS-1H plus the following: Test Ouality Specification AASHTO T59 Residue after 62%Min. SDTM F244 Distillation * The temperature for this test should be held below 280 F (138 Q. Tests on Residue AASJTP T59 Softening Point 135°F (57°C) min ASTM D36 AASHTO T49 Penetration at 40 - 90 ASTM D36 77°F (25°C) ASTM 2170 Kenematic Vis 650 cSt/sec, min. @ 275°F (135°C) Each load of emulsified asphalt shall be accompanied with a certificate of analysis/compliance to assure that it is the same as that used in the mix design. Aggregate. The Type II mineral aggregate shall be manufactured crushed stone, sand, slag, crusher fines, or combination thereof. Smooth textured sand of less than 1.25%water Type II Micro-Surfacing Item # 7 Calendar Year 2021-22 absorption, as tested by ASTM C'128, shall not exceed 50% of the total combined aggregate. The aggregate shall be clean and free from organic matter, dirt, dust, and other deleterious substances. When tested,the Type II aggregate shall meet the following requirements Test Quality Specification AASHTO T176 Sand Equivalent 60 min. ASTM D2419 AASHTO T104 Soundness 15%max. using ASTM C88 NA2 SO4 or 25% max. using MgSO4 AASHTO T96 Abrasion 30%max. ASTM C131 Resistance Abrasion tests shall be run on the aggregate before it is crushed.All aggregate shall meet New York State approved polishing values. Grading. When tested in accordance to AASHTO T27-(ASTM C136)and AASHTO Tl 1 - (ASTM C117), the target mix design or aggregate gradation shall meet the following: Type II Aggregate Sieve Size Percent Passing Sieve Size Percent Passing 3/8" 100 #30 30 - 50 (+/- 5%) #4 90 - 100 (+/- 5%) #50 18 -30 (+/-4%) #8 65-90 (+/-5%) #100 10 -21 (+/-3%) #16 45-70 (+/-5%) #200 5 - 15 (+/-2%) Water. The water shall be potable and shall be free of harmful soluble salts. Polymer Modifier. The Polymer Modifier shall be milled into the asphalt emulsion. The emulsified asphalt shall be so formulated that when the paving mixture is applied at a thickness of three eighths (3/8) inch with the relative humidity at not more than 50% and the ambient air temperature of at least 75 degrees F.,the material will cure sufficiently so that rolling traffic can be allowed in one (1) hour with no damage to the surface, as verified by the engineer. Mineral Filler. The mineral filler shall be any recognized brand of non-air entrained portland cement or hydrated lime that is free from lumps. The type and amount of mineral filler needed shall be determined by laboratory mix design and will be considered as part of the mineral gradation requirement. An increase or decrease of less than one percent may be permitted when the Micro-Surfacing is being placed if it is found to be necessary for better consistency or set times. Type II Micro-Surfacing Item# 7 Calendar Year 2021-22 3. GENERAL REQUIREMENTS: Truing &Leveling with Bituminous Asphalt Concrete. The pavement shall be equal to NYSDOT-Type 5 Shim and shall be applied at the discretion of the Highway Superintendent. Bituminous pavers shall be self-powered units, provided with an activated screed or strike-off assembly. The machine shall be capable of spreading and finishing courses of bituminous plant mix material in lane widths up to twelve (12') feet or thickness up to four(4") inches as may be specified by the Highway Superintendent. All existing pavement surfaces where Schim Mix Asphalt Concrete work is required shall be fog sealed with RC 250 at 0.10 gallons per Square Yard prior to placement of pavement. After placement,the Asphalt Concrete Materials shall be thoroughly and uniformly compacted with an approved vibrator type or static steel wheel roller conforming to section 401-3.12 of the NYSDOT construction manual to obtain a thoroughly compacted pavement. Mix Design. Before the work commences,the contractor shall submit a signed mix design report covering the specific materials to be used on the project. This design shall be performed by the emulsion producer. Once the materials are approved,no substitutions will be permitted unless first tested and approved by the emulsion producer and the engineer. The materials manufacturer shall develop the job mix design and present certified test results for the engineer's approval. Compatibility of the aggregate and the emulsion shall be verified by the mix design. The job mix formula shall provide a minimum Marshall stability of 1,800 pounds and a flow of 6 to 18 units when tested according to the ASTM 1559 or AASHTO 2450 procedure. All component materials used in the mix design shall be representative of the materials proposed by the contractor for use on the project. Specifications. The engineer shall approve the design mix and all Micro-Surfacing materials and methods prior to use. The component materials shall be within the following limits. Residual Asphalt - 5%to 9%by dry weight of aggregate Mineral Additive - 0.5%to 3%by dry weight of aggregate Polymer Based Modifier - minimum 3% solids based on bitumen weight content Field Control Additive -As needed to provide specified properties Water -As needed to provide proper consistency * Rate of Application. The Micro-Surfacing mixture shall be of proper consistency at all times so as to provide an application rate of FIRST COAT: 13 lbs/Sq. Yd, SECOND COAT: 17 lbs/Sq. Yd. ** Rate of Application. The Micro-Surfacing mixture shall be of proper consistency at all times so as to provide an application rate of. 20-22 lbs/Sq. Yd. Type II Micro-Surfacing Item# 7 Calendar Year 2021-22 Equipment. All equipment,tools and machines used in the performance of this work shall be maintained in satisfactory working order at all times. Descriptive information of the mixing and application equipment to be used shall be submitted for approval not less than 10 days before work starts. (a.) Mixing Equipment-The material shall be mixed by a mixing machine which shall be a continuous-flow mixing unit able to accurately deliver and proportion the aggregate, emulsified asphalt, mineral filler, field control additive and water to a revolving multi-blade mixer and discharge the thoroughly mixed product on a continuous basis. The machine shall have sufficient storage capacity for aggregate, emulsified asphalt, mineral filler, field control additive and water, to maintain an adequate supply to the proportioning controls. (b.) Proportioning Devices- Individual volume or weight controls for proportioning each material to be added to the mix shall be provided. Each material control device shall be so calibrated and properly marked. They shall be accessible for ready calibration and to be equipped with a revolution counter or similar device so that the engineer may determine the amount of each material used at any time. (c.) Emulsion Pump -The emulsion pump shall be a heated positive displacement type. (d.) Spreading Equipment-The paving mixture shall be spread uniformly by means of a mechanical type squeegee box, equipped with paddles to agitate and spread the materials throughout the box. The equipment shall provide sufficient turbulence to prevent the mix from setting in the box or causing excessive side build-up or lumps. Flexible seals shall be in contact with the mad surface to prevent loss of mixture from the box. The rear seal shall act as a final strike off and shall be adjustable. The contractor shall operate the spreading equipment in such a manner to prevent the loss of the mixture on super-elevated curves. The mixture shall be spread to fill cracks and minor surface irregularities and leave a uniform skid-resistant surface without causing skips, lumps or tears in the finished surface. (e.)Auxiliary Equipment- Other tools or equipment such as brushes, hand squeegees, hose equipment,tank truck water distributors and flushers, power blowers, barricades, etc., shall be provided as required. Machine Calibration. Each mixing unit to be used in the performance of the work shall be calibrated in the presence of the engineer prior to construction, or previous calibration documentation covering the exact materials to be used may be acceptable provided they were made during the current calendar year. Weather Limitations. The material shall be spread only when: 1. The road surface and atmospheric temperatures are at least 45 degrees F. and rising. 2. The weather is not foggy or rainy. 3 There is no forecast of temperatures below 32 degrees F. within 48 hours from the time of placement of the mixture. Type II Micro-Surfacing Item # 7 Calendar Year 2021-22 Surface Preparations. The area to be surfaced shall be thoroughly cleaned of vegetation, loose aggregate, dirt, grease, oil or any type of objectionable surface film. Manholes, valve boxes and other service entrances shall be protected from the surfacing material. Stockpiles. Precautions shall be taken to insure that stockpiles do not become contaminated. Stockpiles shall be kept in areas that drain readily. Application. The surface shall be pre-wetted by fogging ahead of the spreader box. The entire surface should be damp with no apparent flowing water in front of the box. The surfacing mixture shall be of the desired consistency upon leaving the mixer and no additional materials should be added. A sufficient amount of material shall be carried in all parts of the spreader at all times so that a complete coverage is obtained. Overloading of the spreader box should be avoided.No lumping, bailing, or unmixed aggregate shall be permitted.No streaks, such as those caused by oversized aggregate, will be left in the finished surface. If excess oversize develops,the job will be stopped until the contractor proves to the engineer that the situation has been corrected.No excess build-up, uncovered areas or unsightly appearances shall be permitted on longitudinal or transverse joints. The contractor shall provide suitable width spreading equipment to produce a minimum number of joints. The finished surface shall present a uniform and skid resistant texture satisfactory to the engineer. Areas which cannot be reached with the mixing machine shall be surfaced using hand squeegees to provide complete and uniform coverage. The area to be hand-worked shall be lightly dampened prior to the mix placement. Care shall be exercised to leave no unsightly appearance from hand-work. Quality Control. The contractor shall be responsible for any and all fees relating to materials testing. The contractor will permit the engineer to take samples of the aggregate and asphalt emulsion to be used in the project at the engineer's discretion. Gradation and sand equivalent tests may be run on the aggregate and residual asphalt tests on the emulsion. Test results will be compared to the specifications. Samples of the mixture could be taken as often as two (2)times each day. Consistency and residual asphalt content tests may be made on the samples and compared to the specifications. The contractor will be notified immediately if any test fails to meet the specifications. If any two successive tests on the material fail,the job shall be stopped. If any two successive tests on the mix from the same machine fail,the use of that machine will be suspended. Traffic Maintenance. The contractor shall be responsible for providing maintenance and protection of vehicular and pedestrian traffic associated with this work. Opening to traffic does not constitute acceptance of the work. The contractor shall also be responsible for providing all signage and traffic control during this work. Method of Payment. The quantity to be paid for under this item shall be the number of square yards of pavement covered in accordance with the specification. Qualifications.The contractor shall have or be associated with a company that has a minimum of three years experience in the application of micro-surfacing material. In order to insure the efficient application of the product,the contractor must own or show the ability to rent and Type II Micro-Surfacing Item# 7 Calendar Year 2021-22 maintain a minimum of two mixing units capable of meeting the minimum requirements set forth in these specifications. Submittals. The contractor shall be required to submit the following information with his bid: A letter of availability from the intended MSE supplier. A certified mix design from the materials manufacturer. A typical analysis of Macroseal Emulsion or approved equal. A list of at least(5)micro-surfacing projects which used the same emulsion and design mix indicated in the bid documents. These projects must have been completed within the last three years and the list must include the locations, amount of square yards applied and a reference name and telephone number. *Note: Any and all exceptions or substitutions to the specifications contained herein must be listed separately and included within the contractors formal bid proposal. END OF SPECIFICATION: Type II Micro-Surfacing Item# 7 Calendar Year 2021-22 STATEMENT OF NON-COLLUSION (To be completed by each Bidder) In accordance with Section 103-d General Municipal Law, effective September 1, 1966, every bid or proposal hereafter made to a political subdivision of the State of any public department, agency, or official thereof or to a fore district or any agency or official thereof for work or services performed or to be performed or goods sold or to be sold, shall contain the following statement subscribed to by the bidder and affirmed by such bidder as true under the penalties of perjury; non-collusive bidding certification. A. By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury,that to the best of knowledge and belief: (1) The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or any competitor. (2) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor. (3) No attempt has been made or will be made by the bidder to induce any other person, partnership, or corporation to submit or not to submit a bid for the purpose of restricting competition. B. The person signing this bid or proposal certifies that he has fully informed himself regarding the accuracy of the statements contained in this certification, and under the statements contained in this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being applicable to the bidder, as well as the person signing in its behalf. C. That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signature of this bid or proposal on behalf of the corporate bidder. RESOLUTION Resolved that Frank Capoferri of the (Name of signatory) Thos. H. Gannon and Sons, Inc. Be authorized to sign and submit the bid (Name of Corporation) Type II Micro-Surfacing Item#7 Calendar Year 2021-22 Or proposal of this corporation for the following Project: Item #7 TYPE "Il" MICRO-SURFACING Peconic Lane,Peconic,New York 11958 and to include in such bid or proposal the certificate as to non-collusion required by section one- hundred-three-d (103-d) of the General Municipal Law as the act and deed of such corporation, and for any inaccuracies or miss-statements in such certificate this corporate bidder shall be liable under the penalties of perjury. The foregoing is true and correct copy of the resolution adopted by Thos. H. Gannon and Sons, Inc. corporation at a meeting of the Board of Directors,held on the 27th day of May , 20_21 (SEAL OF THE CORPORATION) Laws of New York, 1965 Ch. 751, Sec. 103-d, as amended& effective on September 1, 1965. Sig at Frank Capoferri, P esident ASPHALT G; P.0.Box 530-Hammonton,N108037 Phone(609)561-4161-Fax(609)561-0920 I May 27, 2021 Thos. H. Gannon &Sons, Inc. 372 Middle Country Rd Middle Island, NY 11953 Attn: Pat Austin RE: Town of Southold For the Purchase&Application of Asphalt Road Materials Polymer Modified Emulsified Asphalt Pavement—Type II Micro-Surfacing Gentlemen: As an approved supplier of Asphalt Emulsions for the states of New York, New Jersey, Pennsylvania, jDelaware and Maryland,we will provide the Asphalt Emulsion needs as specified by the Town of Southold Specifications. We can provide both timely deliveries and specified material for this project. i Very truly yours, ASPHALT PAVING SYSTEMS, INC. I / S Robert Bevilacqua U Project Manager RB/Id i I. 9'hos. H. gannon andSons, Inc. PO Box 505 Idle Island, NY 11953 1) 205®0060 fax (631) 205®0073 Equipment List uantit Make Year Model Description 8 Bergkamp 2009 L-9000 Mobil Mix Paver 6 Bergkamp 2016 L-9000 Mobil Mix Paver 3 Bergkamp 2016 L-9000 Mobil Mix Paver 3 Bergkamp 2016 L-9000 M-1 Paver 4 Bergkamp 2004 L-9000 Mobile Support 12 (13 CY) 2007 L-9000 Trucks 2 Bergkamp 2008 L-9000 Mobile Support (21 CY) L-9000 Trailers 7 Ford 2016 F450 Stake Body 8 Ford 2016 F450 Utility Body 12 Ford 2016 F450 Crew Cabs 2 Athey Mobil 2010 Broom 4 CAT 1996 PS-130 Rubber Tire Roller 6 CAT 2011 PS-360 Rubber Tire Roller 8 CAT 2015 936g Wheel Loader 13 CAT 2010 938 Loader 1 CAT 2009 938 Loader 2 CAT 2008 926 'Loader 6 Etnyre 1998 Series 6000 Bulk Tanker 12 Fruehauf 1992 6000 gal Bulk Tanker 14 Heil 1991 6500 Bulk Tanker 4 Etnyre 1990 6000 Bulk Tanker 4 Etnyre 2015 Centenial Oil Distributor (2000) 3 Etnyre 2015 Black Topper Oil Distributor (2000) 2 Etnyre 2015 Black Topper Oil Distributor (2000) 2 Etnyre 2012 Black Topper Oil Distributor (4000) 1 Etnyre 2016 Model 4WD Chipper(10-20') 1 Etnyre 2016 Model 4WD Chipper(11-22') NEW YORK STATE DEPARTMENT OF TRANSPORTATION MATERIALS BUREAU TYPE 11 MICRO-SURFACING MIXTURE DESIGN FORM MIX DESIGN No. N/A AGGREGATE: 100 % TYPE 2 AGGREGATE GRADATION EMULSION: 12.0 % RESIDUAL ASPHALT: 7.8 % 100 POLYMER MODIFIER: 3.0 % 90 FIELD CONTROL ADDITIVE: as needed % 80 MINERAL FILLER: 1 % rn 70 WATER: j as needed % w 60 TRAFFIC(VOLUME: a 50 40 j AGGREGATE 30 SOURCE Nol&BLEND% Tilcon 20 It Hope INJ 10 GRADATION SIEVE % SPECIFICATION Qzao 50 16 8 4 3/6 SIZE PASSING min-max Sieve sizes Raised to 0.45 3/8 100 100 4 I 99 90 -106-- 8 0 -1008 85 65 -90 ASPHALT EMULSION 16 j 61 45-70SOURCE: TYPE: 30 j 43 30-50 Asphalt Paving Systems CQS-1 hp 5o j 29 18 -30 Residue After Distillation: 65.4 % 100 j 17 10 -21 TESTS ON RESIDUE 200 j 10 5 -20 Softening Point(AASHTO T53) 141.0 F SAND EQ, (VALENCY 75.0 113enetration at 25C(AASHTO T49) 61 dmm ffPROD MINERAL FILLER MIX DESIGN TEST RESULTS TYPE: SOURCE: Wet Cohesion 30 minutes 18.0 kg-cm ment 1 EssRock (ISSA TB 139) 60 minutes 20.0 kg-cm ::1 Wet Track Abrasion Loss 1 hour soak 21.0 9/m FIELD CONTROL ADDITIVE (ISSA TB 100) 16 day soak 49.0 gym SOURCE: TYPE Mix Time(ISSA TB 113) 180.0 sec. Road Science MicroTekk Classification Compatibility(ISSA TB 144) 12.0 points Wet Stripping(ISSA TB 114) 100 % ff POLYMER MODIFIER SYSTEM Loaded Wheel Test Excess Asphalt 1.87 gIm2 NX 4190 TYPE BASF (ISSA TB 109& Lateral Displacement 2.00 % ISSA TB 147A) sg@1000 cycles 1.81 j TESTING PERFORMED BY: LABORATORY/COMPANY NAME: ADDRESS: Ingevity 11540 N 107th East Avenue Tulsa, Oklahoma 74116 j SUBMITTED FOR APPROVAL BY: COMPANY NAME: ADDRESS: Asphalt Paving Systems 500 North Egg Harbor Road Hammonton, NJ 08037 CONTACT NP ME: PHONE# FAX#: Robert Bevilacqua 609-561-4161 609-567-2824 Ingevdy tp, Pavement Technologies ingev {c , 1540 N 107th East Avenue Tulsa,OK 74116 Micro Surfacing Mix Optimization Asphalt Paving Systems March 19,2021 This Job Mix Formula(JMF)applies to the materials and specification listed below. Emulsion was produced in the laboratory for use in this evaluation. Materials Aggregate. Tilcon Mount Hope Type II(Received January 18,2021) Emulsion Source Asphalt Paving Systems Specification- NJDOT 902.09 Micro Surfacing A series of tests was performed in the lab to optimize the JMF. Six-day Wet Track Abrasion and Loaded Wheel Displacement tests were performed at the JMF cement dosage to establish a working range for the residual solids content of the mix. Cohesion and other mixture tests were verified on the JMF. JMF(percent based on dry weight of aggregate) Comoorient � Miriimttim" w JIViF MaRutfum Type Illi Portland Cement' _ 0.5 ` 1.0 2 Total WaterqAs needed for consistency Emulsion(basedon 65.4%) 11.0 12.0 13.0 Residual,sohds content. �. F7 2 Vie$, x 7 W__8.'F ,. � Aggregate 100 'Increases in cement content,within this design range,reduce mix time. Ingevity Li' Pavement Technologies ngevity, 1540 N 107th East Avenue Tulsa,OK 74116 Aggregate Testing Sieve Analysis ' ievei. Sieve Size(iri) iNet ht m '-°lo Refaineii'"sm 4FY %�assin a, 5 ecification 1/2" 0.5000 -0.0 100 _ 3l8 03750 OA ,"�" t`��;` q,- t s 100 I46„`"�s"nor 4 0.1870 7.0 1 99 '-`6o-100 _. 1S:s? .'..'_n_.85 16 0.0469 232.8 24 6145-70 rugg ..,.,:..,. _ a 50' - '� 0.0117 _ 145.1 15 29_ 1'8-30 °, 100 :m�°, �'�0.0059 200�, 0.0029 68.9 7 10` 5-15 Pan Totals 92 Samples were washed with plain water according to ASTM C117(and PASHTO T11)and sieved according to ASTM C136(and PASHTO T27) - Sieve Analysis 100 (0.45 Power Chart) 80 0 o 60- 40-- 20 04020 0 c #200#100#50 #30 #16 #8 94, 3/8" ' 1/2” Sieve Sand Equivalent(AASHTO T176) Resui't"" x° ,FSuecification; 75 65 minimum Ingevity Pavement Technologies ingevity, 1540 N 107th East Avenue Tulsa,OK 74116 Mixture Testing Wet Track Abrasion,6-Day Soak(ISSA TB 100) u I- d6n4nt -3/6E'm'fsion,� IF.Totil Water --L.,Port an 11-.0' 10.5 1.0 :-49 VAveia'& 12.0 10.0 1.0 53' -'13.0, 9.5 r-1.0 ti 52 Avera e Wet Track Abrasion,1-Hour Soak(ISSA TB 100) YofafWaterx I-�P6rtIand_Idem6t Loss 11.6, 10.5 1.0 28 V f -112.13 21- ,,, ,13.-0, 9.5, , 1.0--,--, 14 Loaded Wheel Test,Stability and Resistance to Compaction(ISSA TB 147) ,0/&Ef&Ulsion _p/wrotat,wate Port6Wd'cbm6!LfzgafWi DisMa2awe Ln, � ou, 12.0' 95 1.0 2-1-, io Sand Adhesion,Loaded Wheel Test(ISSA TB 109) Total wma '12.0 9.5 1.0 25°,--7, 13.0 .0 Schulze-Breuer and Ruck Compatibility(ISSA TB 144) P �AO ` 'Sarial '�I �torfifsgL� "—sin,A t jjn��'� & Absorption(b),, 1.7 1.7 1.5 1.6, ' Abrasion Wss� ,06 i', p 11u, 4'li'!ac Integrity 100 100 tegrity(i' -89, 97, 4 AdWdtion %), A 40", 1 , POINT TOTAL- 12, . . mgevrty ����N������� 1540 Pavement Technologies Tulsa,OK 74116 Mixture Characteristics,JMp ISSA�TB 113 Mix Time 77-F )0 1 8b Cohesion' 30 minute IS�A TB 1'39 12 kg-cm -"',18 A- OK Ohri Wet Stripping,'', '"1100 ISSATB 114 90% 6-,Day Soak 75 49 Specific Gravit 1.87 y 2.10 das`sificafion� Compatibility ISSA TB 144 11 12 'These values were obtained on samples cured indoors at an air temperature of 70*F 'According m/mmTBNo.139.the equivalent value munear spin is 20 kg-cm 3Tmdried aggregate was screened m100%passing the wv1osieve. Please be aware that these results were achieved under laboratory conditions and that no emulsion or residue testingwu completed oyour lab onthe emulsion used mgenerate this mixture data. Raw material samples utilized mthis evaluation may vr may not be representative of the materials used in the field. Variations in those materials,production equipment,and environmental conditions at the time of application may require adjustments to maintain optimum product performance. Thank you for allowing moew/tymwork with you onthis project nyou have any questions orcomments,please contact me n/oxVvnntho Technical Service Engineer ASPHALT PAVING SYSTEMS, I]N-C. ASPHALT PAVING SYSTEMSPRODUCT: C 9 S -' 1-NC"qq TANK.NO. 3' READING AVENUE TERMINAL:HAMMONTON QUANTITY ,Jc co r' WiMbIONTON,NJ 08037 DATE IN: W3/'It SAMPLED BY: 609-56I-4161 DATE TESTED: LOT NUMBER: 1 TEST ANALYSIS OF EMULSIFIED ASPHALT TEST RESULTS SPEC Particle Charge + Positive- Viscosity, ositive Viscosif , Sa bolt Furol 2SC 77 , sec. 3 - 100 Storage Stability test, 24 hr., % Note 2 '° - 1.0 Sieve Test %, a ` - 0.1 Distillation: Note 3 Asphalt, percent b mass G, s 62�- TEST ON RESIDUE FROM DISTILLATION Penetratiou,25C(77F), j00g.j5sM 61 40 90 D uctilitY at 25C (771D 5cm/minute, cm r 40+ Ring and Ball Softening Point I q, 140F+ Absolute Viscosity at 60C 140 30 cm 119,Poises 8,5-00 8000+ SoluVility in trichloroethylene, percent 99, T 96+ Note 2: This iCSt regizi cwun n repreSG'7fliauYC 5utu��Les iS 77&.1 if�•�:�� C`cfrtl i' ir�ti�►n of the material has been ache ed in the field. Note 3: AASHTO T-59 modified to maintain a 176.5C+5,5C (3SOF+10F) maximum temperature for 15 minutes. Use an ASTM 16C thermometer to monitor the temperature of the emulsion I hereby certify that thesele�ults obtained by the current Test Methods are accurate for the sample taken. - Signature: ) �1✓` /�f Title: Tech Consultant Date_ o� ghos. H. Gannon andSons., Inc. PO Box 505 Middle Island,, NY 11953 (631) 205-0060 fax (631) 205-0073 PROJECTS COMPLETED OF A SIMILAR NATURE Location Year of Project Square Yards of Project Contact Town of Hempstead, NY 2020 10,078 Bob De Bruin 516-513-1314 Sparta Township, NJ 2020 90,417 Jim Zepp 973-703-0279 Town of Babylon, NY 2020 46,906 Vincent Galdiero 631-957-3092 Chester, NJ 2020 65,050 Craig Reiner 908-879-5916 Montvale, NY 2020 21,207 Bob Culvert 973-398-3110 RC-250 LIQUID ASPHALT Item#2 "OIL & STONE" Year 2021-22 ITEM NO, 2 SPECIFICATIONS FOR THE PURCHASE & APPLICATION OF ASPHALT ROAD MATERIALS BITUMINOUS SURFACE TREATMENT RC-250 LIQUID ASPHALT "OIL & STONE" NOTE: THE TOWN OF SOUTHOLD WILL ALSO REQUIRE +/- 30,000 SQUARE YARDS (more or less as may be needed) OF PAVEMENT TO BE APPLIED ON FISHERS ISLAND. THE CONTRACTOR SHALL BE REQURIED TO NOTIFY EACH RESIDENT AT LEAST 24 HOURS PRIOR TO ANY WORK ON TOWN ROADS. RESIDENTS MUST BE RE-NOTIFIED AFTER DELAYS DUE TO INCLEMENT WEATHER OR JOB OPERATIONS. 1 RC-250 LIQUID ASPHALT Item#2 "OIL & STONE" Year 2021-22 INSTRUCTIONS TO BIDDERS A. PROPOSALS Proposals must be made in strict accordance with the "Proposal Form" provided. The Proposal form shall not be detached from the bid package. Failure to comply with this requirement will constitute grounds for rejection of the bid subject to the digression of the Highway Superintendent. Any and all exceptions to the specifications shall be listed on a separate sheet bearing the designation: 'Exceptions to the Specifications", and attached to the Bid Form. Each proposal must be signed in writing with the full name and address of bidder. The bidders shall write in ink, both in words &numerals, the price for which he proposed to furnish all materials, plant, equipment, tools, shoring or bracing, or other facilities, &to perform all labor and services necessary for the proper completion of the work in strict accordance with the plans and specifications, and subject at all times to the approval of the Highway Superintendent. Proposals, together with the entire bid package, shall be delivered enclosed in an opaque sealed envelope and shall be addressed as indicated on Invitation to Bid. The envelope shall be marked "Proposal" bearing the title of work and the Bidders Name. Bidders may bid on one or any combination of items listed on the proposal sheet. No proposal shall be considered which has not been received by the Southold Town Clerk prior to the hour and date stated. B. PROPOSAL GUARANTY A proposal will not be accepted or considered unless accompanied by a guaranty in the form of a bid bond or certified check in the amount of one hundred ($100) dollars payable to the Town of Southold. As soon as the proposal prices have been compared, the Owner shall return the bidder's bond or the certified checks accompanying such proposals as, in his judgment, would not likely be involved in making the award. All other proposal quantities will be held until the contract and contract bond have been executed after which they will be released or returned to the respective bidders whose proposals they accor0panied. C. OMISSIONS AND DISCREPANCIES Bidders should carefully examine the specifications and fully inform .themselves of all conditions and matters which can in any way affect the work or the cost thereof. Should a bidder find discrepancies in or omissions from the specifications, or other documents or should he be in doubt as to their meaning, he should at once notify the Highway Superintendent who may issue a written instruction to all bidders. D. PUBLIC OPENING OF PROPOSALS Proposals will be opened and read publicly at the time and place indicated in the Invitation for Bids. Bidders, authorized agents, and other interested parties are invited to be present. 2 RC-250 LIQUID ASPHALT Item# 2 "OIL & STONE" Year 2021-22 E. AWARD OF CONTRACT Award of contract will be made as soon as practical. The Superintendent of Highways reserves the right to make awards by items, or as a whole, or not at all, whichever the Superintendent deems to be in the best interest of the Town. A contract may be awarded to a responsible bidder other than the lowest money bidder, if it is in the best interest of the Town. No bid may be withdrawn after scheduled closing time for receipt of bids for a period of 45 days pending execution of a contract by successful bidder. The competency and responsibility of the bidder and his sub-contractors will be considered in making, the award. The Town reserves the right to waive any technical error, to accept any bid, or to reject any or all bids. The contract form will be a Standard form of Agreement between Owner and Contractor. The Town will either award the project or reject all proposals received within forty-five (45) days after formal opening of proposals. Acceptance of a proposal will be a written notice signed by the Town Clerk & no other act shall constitute the acceptance of a proposal. F. WITHDRAWALS OF PROPOSALS Any bidder upon his or her authorized representative's written request presented not later than the hour set for the opening thereof, will be given permission to withdraw his proposal. At the time of opening the proposals, when such proposals are reached, it will be returned to him unread. G. REJECTION OF PROPOSALS The Town reserves the right to waive any technical error and to reject any and/or all proposals. Without limiting the generality of the foregoing, any proposal which in incomplete, obscure, or irregular may be rejected; any proposal accompanied by an insufficient or irregular certified check or bidder's bond bay be rejected, any proposal having interlineations, erasure or corrections may be rejected. The Town also reserves the fight to reject any bid if the evidence submitted in the qualification statement or an investigation of such bidder fails to satisfy the Town that such bidder is property qualified to carry out the obligations of the contract and to complete the work contemplated therein. Conditional bids will not be accepted. H. PLANT & EQUIPMENT The bidder shall State in his bid that be has available or under his control, plant and equipment of the character and in the amount required to complete the proposed work within the specific time. I TIME FOR EXECUTION OF CONTRACT Any bidder whose proposal shall be accepted will' be required to appear before the Town in person; or if a firm or corporation, a duly authorized representative shall so appear, and execute six (6) copies of the Contract and furnish satisfactory Performance and Payment Bond within ten (10) days after notice that the Contract has been awarded to him. Failure to execute Contract shall constitute a breach of the agreement effected by the acceptance of the Proposal The damages to the Town for such breach will include loss from interference with his construction program and other items, the accurate amount of which it will be difficult or impossible to compute. The amount of 3 RC-250 LIQUID ASPHALT Item#2 "OIL & STONE" Year 2021-22 the certified check or bidder's bond accompanying the Proposal of such bidder shall be retained by the Town, not as a penalty, but as liquidated damages for such breach. In the event any bidder whose proposal shall, be accepted shall fail or refuse to execute the Contract as herein before provided,the Town may, at there option, determine that such bidder has abandoned the Contract, and thereupon, his proposal and acceptance thereof shall be null and void, and the Town shall be entitled to liquidated damages as above provided. J. PREVAILING WAGE RATES The New York State Department of Labor's Prevailing Wage Rate Schedules are part of this Contract. The Contractor is responsible for being familiar with the latest available schedules. INSURANCE REQUIREMENTS The Contractor shall not commence any work until he has obtained, and had approved by the Town of Southold, all of the insurance that is required under this contract which has been enumerated herein: COMPENSATION INSURANCE: Public Liability and Property Damage Insurance Contractor's Protective Liability and Property Damage Insurance Owner's Protective Public Liability and Property Damage Insurance The Contractor shall not permit.any subcontractor to commence any operation of the site until satisfactory proof of carriage of the above required insurance has been posted with and approved by the Owner. Compensation Insurance: The Contractor shall take out and maintain during the life of this Contract, Workmen's Compensation Insurance for all his employees employed at the site of the project, and in case of any of the work being sublet, the Contractor shall require all subcontractors 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 Contractor. Public Liability and Property Damage Insurance: The Contractor shall take out and maintain during the life of this Contract such Public Liability and Property Damage Insurance as shall protect him and any subcontractor performing work covered by this Contract from claims for damages four personal injury including accidental death as well as from claims for property damage which may arise from operations under this Contract, whether such operations be by himself or by any subcontractor, to by anyone directly or indirectly employed by either of them, and the amounts of such insurance shall be as follows: Public Liability Insurance in an amount of not less than One Million Dollars ($1,000,000.00) for bodily injuries, including wrongful death to each person and subject to the same limit for each person in an amount not less that One Million Dollars. ($1,000,000.00) on account of each accident. Property Damage Insurance in an amount not less than One Million Dollars ($1,000,000.00) for damages on account of each accident and in an amount of not less than One Million Dollars ($1,000,000.00) for damages on account of all accidents. 4 RC-250 LIQUID ASPHALT Item#2 "OIL & STONE" Year 2021-22 Liability and Property Damage Insurance: The above policies for Public Liability and Property Damage Insurance must be so written to include Contractor's Protective Liability and Property Damage insurance to protect the Contractor against claims arising from the operations of a subcontractor. The policies shall also name the Town of Southold as an additional insured. Owner's Protective Public Liability and Property Damage Insurance: The Contractor shall furnish to the Owner, with respect to the operations he or any of his subcontractors perform a regular Protective Public Liability Insurance Policy for, and in behalf of the Owner, providing for a limit of not less than One Million Dollars ($1,000,000.00) for all damages arising out of bodily injuries to, or death of, one person and subject to that limit for each person, a total limit of One Million Dollars ($1,000,000.00) for all damages arising out of bodily injuries to, or death of, two or more persons in any one accident; and regular Protective Property Damage Insurance providing for a limit of not less than One Million Dollars ($1,000,000.00) for damages arising out of injury to, or destruction of, property in any one accident and subject to that limit per accident, a total (or aggregate limit of Two Million Dollars ($ 2,000,000.00) for all damages arising out of injury to, or destruction of, property during the policy period. This insurance must fully cover the legal liability of the Owner. The coverage provided under his policy must not be affected if the Owner performs work in connection with the project either for or in cooperation with the Contractor or as an aid thereto whether the same be a part of the Contract or separate therefrom, by means of its own employees or agents or if the Owner directs or supervises the work to be performed by the Contractor. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the Owner with certificates of each insurer insuring the Contractor of any subcontractor under this Contract except with respect to part D. As listed above. In respect to this paragraph, the Contractor shall furnish the Owner with the original insurance policy. Both certificates, as furnished, and the insurance policy, as required, shall bear the policy numbers, the expiration date of the policy and the limits of liability there under. Both the certificates and the policy shall be endorsed to provide the Owner with any notice of cancellation or non-renewal. 5 RC-250 LIQUID ASPHALT Item#2 "OIL & STONE" Year 2021-22 PROPOSAL FORM DATE: NAME OF BIDDER: TO: SOUTHOLD TOWN BOARD NOTE: All items listed herein must TOWN HALL be bid. Failure to bid any PO BOX 1179 item will be grounds for 53095 MAIN ROAD disqualification. SOUTHOLD,NEW YORK 11971 MEMBERS OF THE BOARD: The undersigned as bidder, declares that the only persons, company, or parties interested in this proposal as principals are named below; that this proposal is made without any connection, directly or indirectly with any other bidder for the same work; that it is in all respects fair and without collusion or fraud, and that no person acting for or employed by the aforementioned owner is or will be interested directly or indirectly, in the performance of the contract, or the supplies relating to it, or in any portion of the profit thereof; that he has carefully examined all project requirements, including bidding requirements, contract, general and special conditions, specifications, and addenda, if any (Note: acknowledgment of addenda and their dates must be included as indicated on bottom page); that he has satisfied himself by personal examination of the proposed work, and by such other means as he may have chosen, as to the conditions and requirements of the work; and he proposed and agrees that if his proposal be accepted he will contract to furnish all materials not provided by the Town (See Specifications) and to perform all the work required to construct, perform and complete the specified work; and that he will start the work as directed by the Town, he will accept, in full payment thereof as listed below: BID ON ASPHALT ROAD MATERIALS, BITUMINOUS SURFACE TREATMENT RC-250 LIQUID ASPHALT "OIL & RECYCLED STONE", IN ACCORDANCE WITH THE PROJECT REQUIREMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED CUMULATIVE "UNIT PRICE" OF: FURNISH AND PLACE THE FOLLOWING WITHIN Bituminous Surface Treatment Liquid Asphalt Grade RC-250 & 1A Stone (50,000 +/- sq. yds.) SOUTHOLD TOWN FISHERS ISLAND (written in words) Per Sq. Yd. (written in words) Per Sq. Yd. 6 RC-250 LIQUID ASPHALT Item# 2 "OIL & STONE" Year 2021-22 (written in numbers) Per Sq. Yd. (written in numbers) Per Sq. Yd. Schim Mix Asphalt Concrete - Type 5 (500 +/- Ton) SOUTHOLD TOWN FISHERS ISLAND (written in words) Per Ton (written in words) Per Ton (written in numbers) Per Ton (written in numbers) Per Ton Fog Coat: RC-250 Liquid Asphalt (50 +/- Gallons) SOUTHOLD TOWN FISHERS ISLAND (written in words) Per Gallon (written in words) Per Gallon (written in numbers) Per Gallon (written in numbers) Per Gallon And he further agrees that if this proposal shall be accepted by the Town and that if he shall refuse, fail or neglect to enter into a Contract pursuant to such proposal and to the requirements of the Town, shall have been deposited in the mail addressed to him at the address given in the proposal, that he shall be considered to have abandoned the contract. We the undersigned, further agree that this proposal shall be reviewed by the Town to correct any deficiencies in the proposed scope of work and, if no corrections are necessary, further agree that this proposal is a formal bid and shall remain in effect for a period of forty-five (45) days, the Town will accept or reject this proposal or by mutual agreement may extend this time period. Signature of Bidder: Business Address: Telephone Number: Date: 7 RC-250 LIQUID ASPHALT Item# 2 "OIL & STONE" Year 2021-22 1. DESCRIPTION Bids are requested for the purchase and application of Bituminous Surface Treatment that consists of OIL (Grade RC-250) & STONE (No. lA 1/4" Blue Stone) for the use in repair&maintenance of the Town Highways for the calendar year. The contractor shall also be required to provide & place quantities of Schim Mix Asphalt (Type 5) as needed and directed by the Superintendent of Highways. The attention of the bidder is specifically called to the fact that the quantities specified herein are considered an estimate only and may not be the quantity of material that will actually be required by the Town for the calendar year. 2. MATERIALS Asphalt Road Material shall be Grade RC-250 and shall meet the following Specifications: TEST Grade RC-250 Water, Max. (%) 0.2 Flash Point, C.O.C. F., Min. - Kinematic Viscosity @ 140 F. Centistokes 250 - 500 Distillation: % Total Distillate to 680 F. by Vol. To 437 F Min. 35 To 500 F Min. 60 To 600 F Min. 80 Residue from Distillation to 680 F %Volume by Difference, Min. 65 Tests on Residue Absolute Viscosity 140 F 600 - 2400 Ductility, 5 cra/min. @ 77 F cm. min. 100 % Sol. In CCL4, Min. 99 Required Temperature Mixing 100 - 175 Spraying 80 - 250 Blue Stone shall be No. I - 1/4" Stone. Percent passing 1/4" screen 90 - 100 Percent passing 1/8" Screen 0 3. WEATHER LIMITATIONS The material shall be spread only when: 1. The read surface and atmospheric temperatures are at least 45 degrees F and rising. 2. The weather is not foggy or raining. 3. There is no forecast of temperatures below 32 degrees F within 48 hours from the time of 8 RC-250 LIQUID ASPHALT Item#2 "OIL & STONE" Year 2021-22 placement of the Asphalt Material. 4. Construction limits shall be between May 1 &November 1. 4. EQUIPMENT, DELIVERY & APPLICATION All asphalt& stone materials must be delivered to and applied within the Town of Southold. The successful bidder will be required to deliver and apply such asphalt& stone materials in quantities as directed by the Superintendent of Highways. All bituminous material distribution vehicles shall have full circulation spray bars &be equipped with a wheel calibrated instrument that will indicate pump output in gallons per minute to verify accuracy of application. Aggregate spreader shall be capable of spreading material up to ten (10') feet in width on a single pass and shall be capable of providing variable widths. The spreader shall be self propelled and have dual operator stations. - Pneumatic tired rollers shall be required for compacting the surface treatment. Schim Mix Asphalt Concrete (Type 5) shall be applied at the discretion of the Highway Superintendent. Applications at all pot holes, broken &uneven pavement surfaces and other required areas shall be as directed by the Town. All existing pavement surfaces where Schim Mix Asphalt Concrete work is required shall be fog sealed with RC 250 at 0.10 gallon per Square Yard prior to placement of pavement. All manholes, catch basins, curbs and other structures shall be protected against the application of bituminous material. After the area to be treated has been prepared to the satisfaction of the Highway Superintendent, an application of bituminous material (RC-250 Liquid Asphalt) shall be applied at the rate of three tenths (0.3) gallons per square yard and immediately covered with No. IA 1/4" Stone at the approximate rate of 25 lbs. per square yard. The stone course shall be completely rolled twice with a self-propelled pneumatic roller. 5. TRAFFIC MAINTENANCE The contractor shall be responsible for providing maintenance and protection of vehicular and pedestrian traffic associated with this work. Opening to traffic does not constitute acceptance of the work. The contractor shall also be responsible for providing all signage and traffic control during this work. END OF SPECIFICATION: 9 RC-250 LIQUID ASPHALT Item#2 "OIL & STONE" Year 2021-22 STATEMENT OF NON-COLLUSION (To be completed by each Bidder) In accordance with Section 103-d General Municipal Law, effective September 1, 1966, every bid or proposal hereafter made to a political subdivision of the State of any public department, agency, or official thereof or to a fore district or any agency or official thereof for work or services performed or to be performed or goods sold or to be sold, shall contain the following statement subscribed to by the bidder and affirmed by such bidder as true under the penalties of perjury; non-collusive bidding certification. A. By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief: (1) The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or any competitor. (2) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any, competitor. (3) No attempt has been made or will be made by the bidder to induce any other person, partnership, or corporation to submit or not to submit a bid for the purpose of restricting competition. B. The person signing this bid or proposal certifies that he has fully informed himself regarding the accuracy of the statements contained in this certification, and under the statements contained in this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being applicable to the bidder, as well as the person signing in its behalf. C. That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signature of this bid or proposal on behalf of the corporate bidder. RESOLUTION Resolved that of the (Name of signatory) Be authorized to sign and submit the bid (Name of Corporation) Or proposal of this corporation for the following Project: 10 RC-250 LIQUID ASPHALT Item#2 "OIL & STONE" Year 2021-22 Item #2 BITUMINOUS SURFACE TREATMENT RC-250 LIQUID ASPHALT "OIL & STONE" Peconic Lane, Peconic,New York 11958 and to include in such bid or proposal the certificate as to non-collusion required by section one-hundred-three- d (103-d) of the General Municipal Law as the act and deed of such corporation, and for any inaccuracies or miss-statements in such certificate this corporate bidder shall be liable under the penalties of perjury. The foregoing is true and correct copy of the resolution adopted by corporation at a meeting of the Board of Directors, held on the day of , 20 (SEAL OF THE CORPORATION) Laws of New York, 1965 Ch. 751, Sec. 103-d, as amended& effective on September 1, 1965. Signature 11 HA,,,Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2021-22 ITEM NO. 5 SPECIFICATIONS FOR THE PURCHASE & APPLICATION OF ASPHALT ROAD MATERIALS HOT MIX ASPHALT CONCRETE "Type 6 Top" NOTE: THE TOWN OF SOUTHOLD WILL ALSO REQUIRE +/- 309000 SQUARE YARDS (more or less as may be needed) OF PAVEMENT TO BE APPLIED ON FISHERS ISLAND. THE CONTRACTOR SHALL BE REQURIED TO NOTIFY EACH RESIDENT AT LEAST 24 HOURS PRIOR TO ANY WORK ON TOWN ROADS. RESIDENTS MUST BE RE-NOTIFIED AFTER DELAYS DUE TO INCLEMENT WEATHER OR JOB OPERATIONS. 1 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2021-22 INSTRUCTIONS TO BIDDERS A. PROPOSALS Proposals must be made in strict accordance with the "Proposal Form" provided. The Proposal form shall not be detached from the bid package. Failure to comply with this requirement will constitute grounds for rejection of the bid subject to the digression of the Highway Superintendent. Any and all exceptions to the specifications shall be listed on a separate sheet bearing the designation: 'Exceptions to the Specifications", and attached to the Bid Form. Each proposal must be signed in writing with the full name and address of bidder. The bidders shall write in ink, both in words &numerals, the price for which he proposed to furnish all materials, plant, equipment, tools, shoring or bracing, or other facilities, &to perform all labor and services necessary for the proper completion of the work in strict accordance with the plans and specifications, and subject at all times to the approval of the Highway Superintendent. Proposals, together with the entire bid package, shall be delivered enclosed in an opaque sealed envelope and shall be addressed as indicated on Invitation to Bid. The envelope shall be marked "Proposal" bearing the title of work and the Bidders Name. Bidders may bid on one or any combination of items listed on the proposal sheet. No proposal shall be considered which has not been received by the Southold Town Clerk prior to the hour and date stated. B. PROPOSAL GUARANTY A proposal will not be accepted or considered unless accompanied by a guaranty in the form of a bid bond or certified check in the amount of one hundred ($ 100) dollars payable to the Town of Southold. As soon as the proposal prices have been compared, the Owner shall return the bidder's bond or the certified checks accompanying such proposals as, in his judgment, would not likely be involved in making the award. All other proposal quantities will be held until the contract and contract bond have been executed after which they will be released or returned to the respective bidders whose proposals they accor0panied. C. OMISSIONS AND DISCREPANCIES Bidders should carefully examine the specifications and fully inform .themselves of all conditions and matters which can in any way affect the work or the cost thereof. Should a bidder find discrepancies in or omissions from the specifications, or other documents or should he be in doubt as to their meaning, he should at once notify the Highway Superintendent who may issue a written instruction to all bidders. D. PUBLIC OPENING OF PROPOSALS Proposals will be opened and read publicly at the time and place indicated in the Invitation for Bids. Bidders, authorized agents, and other interested parties are invited to be present. 2 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2021-22 E. AWARD OF CONTRACT Award of contract will be made as soon as practical. The Superintendent of Highways reserves the right to make awards by items, or as a whole, or not at all, whichever the Superintendent deems to be in the best interest of the Town. A contract may be awarded to a responsible bidder other than the lowest money bidder, if it is in the best interest of the Town. No bid may be withdrawn after scheduled closing time for receipt of bids for a period of 45 days pending execution of a contract by successful bidder. The competency and responsibility of the bidder and his sub-contractors will be considered in making, the award. The Town reserves the right to waive any technical error, to accept any bid, or to reject any or all bids. The contract form will be a Standard form of Agreement between Owner and Contractor. The Town will either award the project or reject all proposals received within forty-five (45) days after formal opening of proposals. Acceptance of a proposal will be a written notice signed by the Town Clerk& no other act shall constitute the acceptance of a proposal. F. WITHDRAWALS OF PROPOSALS Any bidder upon his or her authorized representative's written request presented not later than the hour set for the opening thereof, will be given permission to withdraw his proposal. At the time of opening the proposals, when such proposals are reached, it will be returned to him unread. G. REJECTION OF PROPOSALS The Town reserves the right to waive any technical error and to reject any and/or all proposals. Without limiting the generality of the foregoing, any proposal which in incomplete, obscure, or irregular may be rejected; any proposal accompanied by an insufficient or irregular certified check or bidder's bond bay be rejected, any proposal having interlineations, erasure or corrections may be rejected. The Town also reserves the fight to reject any bid if the evidence submitted in the qualification statement or an investigation of such bidder fails to satisfy the Town that such bidder is property qualified to carry out the obligations of the contract and to complete the work contemplated therein. Conditional bids will not be accepted. H. PLANT & EQUIPMENT The bidder shall State in his bid that be has available or under his control, plant and equipment of the character and in the amount required to complete the proposed work within the specific time. I TIME FOR EXECUTION OF CONTRACT Any bidder whose proposal shall be accepted will be required to appear before the Town in person; or if a firm or corporation, a duly authorized representative shall so appear, and execute six (6) copies of the Contract and furnish satisfactory Performance and Payment Bond within ten (10) days after notice that the Contract has been awarded to him. Failure to execute Contract shall constitute a breach of the agreement effected by the acceptance of the Proposal The damages to the Town for such breach will include loss from interference with his construction program and other items, the accurate amount of which it will be difficult or impossible to compute. The amount of 3 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2021-22 the certified check or bidder's bond accompanying the Proposal of such bidder shall be retained by the Town, not as a penalty, but as liquidated damages for such breach. In the event any bidder whose proposal shall, be accepted shall fail or refuse to execute the Contract as herein before provided, the Town may, at there option, determine that such bidder has abandoned the Contract, and thereupon, his proposal and acceptance thereof shall be null and void, and the Town shall be entitled to liquidated damages as above provided. J. PREVAILING WAGE RATES The New York State Department of Labor's Prevailing Wage Rate Schedules are part of this Contract. The Contractor is responsible for being familiar with the latest available schedules. INSURANCE REQUIREMENTS The Contractor shall not commence any work until he has obtained, and had approved by the Town of Southold, all of the insurance that is required under this contract which has been enumerated herein: COMPENSATION INSURANCE: Public Liability and Property Damage Insurance Contractor's Protective Liability and Property Damage Insurance Owner's Protective Public Liability and Property Damage Insurance The Contractor shall not permit any subcontractor to commence any operation of the site until satisfactory proof of carriage of the above required insurance has been posted with and approved by the Owner. Compensation Insurance: The Contractor shall take out and maintain during the life of this Contract, Workmen's Compensation Insurance for all his employees employed at the site of the project, and in case of any of the work being sublet, the Contractor shall require all subcontractors 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 Contractor. Public Liability and Property Damage Insurance: The Contractor shall take out and maintain during the life of this Contract such Public Liability and Property Damage Insurance as shall protect him and any subcontractor performing work covered by this Contract from claims for damages four personal injury including accidental death as well as from claims for property damage which may arise from operations under this Contract, whether such operations be by himself or by any subcontractor, to by anyone directly or indirectly employed by either of them, and the amounts of such insurance shall be as follows: Public Liability Insurance in an amount of not less than One Million Dollars ($1,000,000.00) for bodily injuries, including wrongful death to each person and subject to the same limit for each person in an amount not less that One Million Dollars. ($1,000,000.00) on account of each accident. Property Damage Insurance in an amount not less than One Million Dollars ($1,000,000.00) for damages on account of each accident and in an amount of not less than One Million Dollars ($1,000,000.00) for damages on account of all accidents. 4 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2021-22 Liability and Property Damage Insurance: The above policies for Public Liability and Property Damage Insurance must be so written to include Contractor's Protective Liability and Property Damage insurance to protect the Contractor against claims arising from the operations of a subcontractor. The policies shall also name the Town of Southold as an additional insured. Owner's Protective Public Liability and Property Damage Insurance: The Contractor shall furnish to the Owner, with respect to the operations he or any of his subcontractors perform a regular Protective Public Liability Insurance Policy for, and in behalf of the Owner, providing for a limit of not less than One Million Dollars ($1,000,000.00) for all damages arising out of bodily injuries to, or death of, one person and subject to that limit for each person, a total limit of One Million Dollars ($1,000,000.00) for all damages arising out of bodily injuries to, or death of, two or more persons in any one accident; and regular Protective Property Damage Insurance providing for a limit of not less than One Million Dollars ($1,000,000.00) for damages arising out of injury to, or destruction of, property in any one accident and subject to that limit per accident, a total (or aggregate limit of Two Million Dollars ($ 2,000,000.00) for all damages arising out of injury to, or destruction of, property during the policy period. This insurance must fully cover the legal liability of the Owner. The coverage provided under his policy must not be affected if the Owner performs work in connection with the project either for or in cooperation with the Contractor or as an aid thereto whether the same be a part of the Contract or separate therefrom, by means of its own employees or agents or if the Owner directs or supervises the work to be performed by the Contractor. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the Owner with certificates of each insurer insuring the Contractor of any subcontractor under this Contract except with respect to part D. As listed above. In respect to this paragraph, the Contractor shall furnish the Owner with the original insurance policy. Both certificates, as furnished, and the insurance policy, as required, shall bear the policy numbers, the expiration date of the policy and the limits of liability there under. Both the certificates and the policy shall be endorsed to provide the Owner with any notice of cancellation or non-renewal. 5 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2021-22 PROPOSAL FORM DATE: NAME OF BIDDER: TO: SOUTHOLD TOWN BOARD NOTE: All items listed herein must TOWN HALL be bid. Failure to bid any PO BOX 1179 item will be grounds for 53095 MAIN ROAD disqualification. SOUTHOLD,NEW YORK 11971 MEMBERS OF THE BOARD: The undersigned as bidder, declares that the only persons, company, or parties interested in this proposal as principals are named below; that this proposal is made without any connection, directly or indirectly with any other bidder for the same work; that it is in all respects fair and without collusion or fraud, and that no person acting for or employed by the aforementioned owner is or will be interested directly or indirectly, in the performance of the contract, or the supplies relating to it, or in any portion of the profit thereof, that he has carefully examined all project requirements, including bidding requirements, contract, general and special conditions, specifications, and addenda, if any (Note: acknowledgment of addenda and their dates must be included as indicated on bottom page); that he has satisfied himself by personal examination of the proposed work, and by such other means as he may have chosen, as to the conditions and requirements of the work; and he proposed and agrees that if his proposal be accepted he will contract to furnish all materials not provided by the Town (See Specifications) and to perform all the work required to construct, perform and complete the specified work; and that he will start the work as directed by the Town, he will accept, in full payment thereof as listed below: BID ON ASPHALT ROAD MATERIALS, HOT Mix ASPHALT CONCRETE, "Type 6 Top", IN ACCORDANCE WITH THE PROJECT REQUIREMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED CUMULATIVE "UNIT PRICE" OF: BID #1 FURNISH AND PLACE THE FOLLOWING WITHIN HOT Mix ASPHALT CONCRETE "Type 6 Top" which includes Tack Coat and seam seal joint all new joints MADE WITH AN ALLOTMENT OF (30% OF RAP) RECYCLED ASPHALT PRODUCT INCLUDED IN THE MIXTURE 0— 100 Tons SOUTHOLD TOWN: FISHERS ISLAND: (written in words) Per Ton (written in words) Per Ton 6 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2021-22 (written in numbers) Per Ton (written in numbers) Per Ton 100—250 Tons SOUTHOLD TOWN: FISHERS ISLAND: (written in words) Per Ton (written in words) Per Ton (written in numbers) Per Ton (written in numbers) Per Ton 250—500 Tons SOUTHOLD TOWN: FISHERS ISLAND: (written in words) Per Ton (written in words) Per Ton (written in numbers) Per Ton (written in numbers) Per Ton 500— 1,000 Tons SOUTHOLD TOWN: FISHERS ISLAND: (written in words) Per Ton (written in words) Per Ton (written in numbers) Per Ton (written in numbers) Per Ton Over 1,000 Tons SOUTHOLD TOWN: FISHERS ISLAND: (written in words) Per Ton (written in words) Per Ton (written in numbers) Per Ton (written in numbers) Per Ton 7 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2021-22 BID #2 COLD MILLING & REMOVAL SOUTHOLD TOWN: FISHERS ISLAND: (written in words) Per Sq Yd (written in words) Per Sq Yd (written in numbers) Per Sq Yd (written in numbers) Per Sq Yd BID #3 PAVEMENT KEY CUT SOUTHOLD TOWN: FISHERS ISLAND: (written in words) Per Linear Foot (written in words) Per Linear Foot (written in numbers) Per Linear Foot (written in numbers) Per Linear Foot BID #4 HOT RUBBERIZED CRACK SEALING SOUTHOLD TOWN: FISHERS ISLAND: (written in words) Per Linear Foot (written in words) Per Linear Foot (written in numbers) Per Linear Foot (written in numbers) Per Linear Foot BID #5 SITE PREPARATION—COST PER SQUARE YARD. Site Preparation shall include the excavation of existing soil to a maximum depth of twelve (12") inches in depth as directed by the Town. Sub-soil shall be compacted and a four(4") inch lift of Recycled Concrete Aggregate meeting State DOT Specification shall be place, graded and compacted in preparation for the placement of asphalt pavement. 8 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2021-22 Cost Per Square Yard ($) written in words written in numbers And he further agrees that if this proposal shall be accepted by the Town and that if he shall refuse, fail or neglect to enter into a Contract pursuant to such proposal and to the requirements of the Town, shall have been deposited in the mail addressed to him at the address given in the proposal, that he shall be considered to have abandoned the contract. We the undersigned, further agree that this proposal shall be reviewed by the Town to correct any deficiencies in the proposed scope of work and, if no corrections are necessary, further agree that this proposal is a formal bid and shall remain in effect for a period of forty-five (45) days, the Town will accept or reject this proposal or by mutual agreement may extend this time period. Signature of Bidder: Business Address: Telephone Number: Date: 9 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2021-22 1. DESCRIPTION Bids are requested for the purchase and placement of Asphalt Concrete Pavement, Type 6, for the use in repair & maintenance of the Town Highways and related parking facilities for a period of one (1) year beginning on the date that the contract was executed. All Asphalt Concrete shall be delivered and machine spread upon the surface of roads, driveways, parking fields, street intersections or any other areas requiring pavement within Town right-of-ways or any other areas under the jurisdiction of the Commission of Public Works where and as required. 2. MATERIALS Bituminous Asphalt concrete pavement shall be equal to NYSDOT- Type 6 meet or exceed the following requirements: ASPHALT CONCRETE PAVEMENT Screen General limits Job Mix Sizes % Passing Total % 1" 100 -- 1/2" 95-100 -- 1/4" 65-85 +/- 7 1/8" 36-65 +/- 7 No. 20 15-39 +/- 7 No. 40 8-27 +/- 7 No. 80 4-16 +/- 4 No. 200 2-6 +/- 2 Asphalt Content, % 5.8-7.0 +/- 4 Mixing & Placing Temperature Range - degrees F 250-325 NOTE: At No Time Will any Recycled Material (RAP) be used without the permission of the Superintendent of Highways 3. WEATHER LIMITATIONS The material shall be placed only when: 1. The road surface and atmospheric temperatures are at least 45 degrees F 2. The weather is not foggy or raining. 3. There is no forecast of temperatures below 32 degrees F within 48 hours from the time of placement of the Asphalt Concrete Material. 4. EQUIPMENT, DELIVERY &APPLICATION All asphalt concrete pavement materials shall be delivered and placed in select quantities at a time, place and thickness as specified by the Southold Town Highway Superintendent. No materials will be delivered on Saturdays, Sundays or Holidays except in the case of an emergency. Asphalt Plants must have adequate capacity and sufficient storage for the items to be furnished. 10 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2021-22 All work shall commence within five (5) Calendar days after receipt of written order. Any reason for delay in work shall be submitted to the Town in writing explaining the delay. If the reason is not acceptable to the Town, work must continue without any further delay. Bituminous pavers shall be self-powered units, provided with an activated screed or strike-off assembly. The machine shall be capable of spreading and finishing courses of bituminous plant mix material in lane widths up to twelve (12) feet or thickness up to four (4") inches as may be specified by the Highway Superintendent. After placement, the Asphalt Concrete Material shall be thoroughly and uniformly compacted with an approved vibrator type or static steel wheel roller conforming to section 401-3.12 of the NYSDOT construction manual to obtain a thoroughly compacted pavement. All manholes, catch basins, curbs and other structures shall be protected against the application of asphalt concrete material. 5. TESTING The Town shall have the absolute right to make tests before and after delivery and placement of asphalt material to determine conformity to Specifications, quality and standards of excellence. The Contractor agrees to bear the cost and pay for all tests which are deemed to be necessary in the opinion of the Town. The Contractor shall repair or replace at no additional cost to the Town, any materials found to not meet the Specifications and quality intended. The work shall be executed in the best and most workmanlike manner. 6. SAMPLES The town at its discretion can request samples of asphalt material provided by winning bidder to have periodic testing of the mix at a DOT approved facility at the vendor's expense to help insure that the mix provided is to our specification. 7. BIDDER QUALIFICATIONS The bidder will be required to show, to the satisfaction of the Superintendent of Highways, that he is a responsible contractor experienced in the kind of work to be performed; that he is financially able to execute the contract; and that he has adequate equipment and fixed storage facilities to satisfactorily and efficiently perform the work as directed within the specified time limits. The bidder must state exact location of his Plant Facilities. 8. MEASUREMENT & PAYMENT The prices quoted in this bid, and subsequently awarded, are to be used in establishing prices for actual materials furnished and placed within the Town of Southold from the date of award up to and including one (1) year thereafter. The contract period may be extended for up to one (1) additional year upon mutual written agreement of the Town and the Contractor. Payment shall be made to the contractor at the unit price(s) submitted in the Proposal. The asphalt concrete will be measured by the number of tons of compacted material in place. The unit price per ton shall include the cost of furnishing all materials, equipment, labor and incidentals necessary to complete the work. 11 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2021-22 9. TRAFFIC MAINTENANCE The contractor shall be responsible for providing maintenance and protection of vehicular and pedestrian traffic associated with this work. Opening to traffic does not constitute acceptance of the work. The contractor shall also be responsible for providing all signage and traffic control during this work. NOTE: The winning bidder will supply the Highway Department with daily mix reports showing the composition of the asphalt mix that day, and endeavor to submit them to us along with the invoices submitted for payment. END OF SPECIFICATION 12 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2021-22 STATEMENT OF NON-COLLUSION (To be completed by each Bidder) In accordance with Section 103-d General Municipal Law, effective September 1, 1966, every bid or proposal hereafter made to a political subdivision of the State of any public department, agency, or official thereof or to a fore district or any agency or official thereof for work or services performed or to be performed or goods sold or to be sold, shall contain the following statement subscribed to by the bidder and affirmed by such bidder as true under the penalties of perjury; non-collusive bidding certification. A. By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief: (1) The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or any competitor. (2) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor. (3) No attempt has been made or will be made by the bidder to induce any other person, partnership, or corporation to submit or not to submit a bid for the purpose of restricting competition. B. The person signing this bid or proposal certifies that he has fully informed himself regarding the accuracy of the statements contained in this certification, and under the statements contained in this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being applicable to the bidder, as well as the person signing in its behalf. C. That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signature of this bid or proposal on behalf of the corporate bidder. RESOLUTION Resolved that of the (Name of signatory) Be authorized to sign and submit the bid (Name of Corporation) 13 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2021-22 Or proposal of this corporation for the following Project: Item# 5 Hot Mix Asphalt Concrete "Type 6 Top" Peconic Lane, Peconic, New York 11958 and to include in such bid or proposal the certificate as to non-collusion required by section one-hundred-three- d (103-d) of the General Municipal Law as the act and deed of such corporation, and for any inaccuracies or miss-statements in such certificate this corporate bidder shall be liable under the penalties of perjury. The foregoing is true and correct copy of the resolution adopted by _corporation at a meeting of the Board of Directors, held on the day of 320 (SEAL OF THE CORPORATION) Laws of New York, 1965 Ch. 751, Sec. 103-d, as amended& effective on September 1, 1965. Signature 14 Hot Mix Asphalt Concrete Item# 6 "Base Coat" Year 2021-22 ITEM NO. 6 SPECIFICATIONS FOR THE PURCHASE & APPLICATION OF ASPHALT ROAD MATERIALS HOT MIX ASPHALT CONCRETE "Base Coat" NOTE: THE TOWN OF SOUTHOLD WILL ALSO REQUIRE +/- 309000 SQUARE YARDS (more or less as may be needed) OF PAVEMENT TO BE APPLIED ON FISHERS ISLAND. THE CONTRACTOR SHALL BE REQURIED TO NOTIFY EACH RESIDENT AT LEAST 24 HOURS PRIOR TO ANY WORK ON TOWN ROADS. RESIDENTS MUST BE RE-NOTIFIED AFTER DELAYS DUE TO INCLEMENT WEATHER OR JOB OPERATIONS. 1 Hot Mix Asphalt Concrete Item# 6 "Base Coat" Year 2021-22 INSTRUCTIONS TO BIDDERS A. PROPOSALS Proposals must be made in strict accordance with the "Proposal Form" provided. The Proposal form shall not be detached from the bid package. Failure to comply with this requirement will constitute grounds for rejection of the bid subject to the digression of the Highway Superintendent. Any and all exceptions to the specifications shall be listed on a separate sheet bearing the designation: 'Exceptions to the Specifications", and attached to the Bid Form. Each proposal must be signed in writing with the full name and address of bidder. The bidders shall write in ink, both in words &numerals, the price for which he proposed to furnish all materials, plant, equipment, tools, shoring or bracing, or other facilities, &to perform all labor and services necessary for the proper completion of the work in strict accordance with the plans and specifications, and subject at all times to the approval of the Highway Superintendent. Proposals, together with the entire bid package, shall be delivered enclosed in an opaque sealed envelope and shall be addressed as indicated on Invitation to Bid. The envelope shall be marked "Proposal" bearing the title of work and the Bidders Name. Bidders may bid on one or any combination of items listed on the proposal sheet. No proposal shall be considered which has not been received by the Southold Town Clerk prior to the hour and date stated. B. PROPOSAL GUARANTY A proposal will not be accepted or considered unless accompanied by a guaranty in the form of a bid bond or certified check in the amount of one hundred ($ 100) dollars payable to the Town of Southold. As soon as the proposal prices have been compared, the Owner shall return the bidder's bond or the certified checks accompanying such proposals as, in his judgment, would not likely be involved in making the award. All other proposal quantities will be held until the contract and contract bond have been executed after which they will be released or returned to the respective bidders whose proposals they accor0panied. C. OMISSIONS AND DISCREPANCIES Bidders should carefully examine the specifications and fully inform .themselves of all conditions and matters which can in any way affect the work or the cost thereof. Should a bidder find discrepancies in or omissions from the specifications, or other documents or should he be in doubt as to their meaning, he should at once notify the Highway Superintendent who may issue a written instruction to all bidders. D. PUBLIC OPENING OF PROPOSALS Proposals will be opened and read publicly at the time and place indicated in the Invitation for Bids. Bidders, authorized agents, and other interested parties are invited to be present. 2 f , Hot Mix Asphalt Concrete Item# 6 "Base Coat" Year 2021-22 E. AWARD OF CONTRACT Award of contract will be made as soon as practical. The Superintendent of Highways reserves the right to make awards by items, or as a whole, or not at all, whichever the Superintendent deems to be in the best interest of the Town. A contract may be awarded to a responsible bidder other than the lowest money bidder, if it is in the best interest of the Town. No bid may be withdrawn after scheduled closing time for receipt of bids for a period of 45 days pending execution of a contract by successful bidder. The competency and responsibility of the bidder and his sub-contractors will be considered in making, the award. The Town reserves the right to waive any technical error, to accept any bid, or to reject any or all bids. The contract form will be a Standard form of Agreement between Owner and Contractor. The Town will either award the project or reject all proposals received within forty-five (45) days after formal opening of proposals. Acceptance of a proposal will be a written notice signed by the Town Clerk& no other act shall constitute the acceptance of a proposal. F. WITHDRAWALS OF PROPOSALS Any bidder upon his or her authorized representative's written request presented not later than the hour set for the opening thereof, will be given permission to withdraw his proposal. At the time of opening the proposals, when such proposals are reached, it will be returned to him unread. G. REJECTION OF PROPOSALS The Town reserves the right to waive any technical error and to reject any and/or all proposals. Without limiting the generality of the foregoing, any proposal which in incomplete, obscure, or irregular may be rejected; any proposal accompanied by an insufficient or irregular certified check or bidder's bond bay be rejected, any proposal having interlineations, erasure or corrections may be rejected. The Town also reserves the fight to reject any bid if the evidence submitted in the qualification statement or an investigation of such bidder fails to satisfy the Town that such bidder is property qualified to carry out the obligations of the contract and to complete the work contemplated therein. Conditional bids will not be accepted. H. PLANT &EQUIPMENT The bidder shall State in his bid that be has available or under his control, plant and equipment of the character and in the amount required to complete the proposed work within the specific time. I TIME FOR EXECUTION OF CONTRACT Any bidder whose proposal shall be accepted will be required to appear before the Town in person; or if a firm or corporation, a duly authorized representative shall so appear, and execute six (6) copies of the Contract and furnish satisfactory Performance and Payment Bond within ten(10) days after notice that the Contract has been awarded to him. Failure to execute Contract shall constitute a breach of the agreement effected by the acceptance of the Proposal The damages to the Town for such breach will include loss from interference with his construction program and other items, the accurate amount of which it will be difficult or impossible to compute. The amount of 3 Hot Mix Asphalt Concrete Item# 6 "Base Coat" Year 2021-22 the certified check or bidder's bond accompanying the Proposal of such bidder shall be retained by the Town, not as a penalty, but as liquidated damages for such breach. In the event any bidder whose proposal shall, be accepted shall fail or refuse to execute the Contract as herein before provided, the Town may, at there option, determine that such bidder has abandoned the Contract, and thereupon, his proposal and acceptance thereof shall be null and void, and the Town shall be entitled to liquidated damages as above provided. J. PREVAILING WAGE RATES The New York State Department of Labor's Prevailing Wage Rate Schedules are part of this Contract. The Contractor is responsible for being familiar with the latest available schedules. INSURANCE REQUIREMENTS The Contractor shall not commence any work until he has obtained, and had approved by the Town of Southold, all of the insurance that is required under this contract which has been enumerated herein: COMPENSATION INSURANCE: Public Liability and Property Damage Insurance Contractor's Protective Liability and Property Damage Insurance Owner's Protective Public Liability and Property Damage Insurance The Contractor shall not permit any subcontractor to commence any operation of the site until satisfactory proof of carriage of the above required insurance has been posted with and approved by the Owner. Compensation Insurance: The Contractor shall take out and maintain during the life of this Contract, Workmen's Compensation Insurance for all his employees employed at the site of the project, and in case of any of the work being sublet, the Contractor shall require all subcontractors 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 Contractor. Public Liability and Property Damage Insurance: The Contractor shall take out and maintain during the life of this Contract such Public Liability and Property Damage Insurance as shall protect him and any subcontractor performing work covered by this Contract from claims for damages four personal injury including accidental death as well as from claims for property damage which may arise from operations under this Contract, whether such operations be by himself or by any subcontractor, to by anyone directly or indirectly employed by either of them, and the amounts of such insurance shall be as follows: Public Liability Insurance in an amount of not less than One Million Dollars ($1,000,000.00) for bodily injuries, including wrongful death to each person and subject to the same limit for each person in an amount not less that One Million Dollars. ($1,000,000.00) on account of each accident. Property Damage Insurance in an amount not less than One Million Dollars ($1,000,000.00) for damages on account of each accident and in an amount of not less than One Million Dollars ($1,000,000.00) for damages on account of all accidents. 4 Hot Mix Asphalt Concrete Item# 6 "Base Coat" Year 2021-22 Liability and Property Damage Insurance: The above policies for Public Liability and Property Damage Insurance must be so written to include Contractor's Protective Liability and Property Damage insurance to protect the Contractor against claims arising from the operations of a subcontractor. The policies shall also name the Town of Southold as an additional insured. Owner's Protective Public Liability and Property Damage Insurance: The Contractor shall furnish to the Owner, with respect to the operations he or any of his subcontractors perform a regular Protective Public Liability Insurance Policy for, and in behalf of the Owner, providing for a limit of not less than One Million Dollars ($1,000,000.00) for all damages arising out of bodily injuries to, or death of, one person and subject to that limit for each person, a total limit of One Million Dollars ($1,000,000.00) for all damages arising out of bodily injuries to, or death of, two or more persons in any one accident; and regular Protective Property Damage Insurance providing for a limit of not less than One Million Dollars ($1,000,000.00) for damages arising out of injury to, or destruction of, property in any one accident and subject to that limit per accident, a total (or aggregate limit of Two Million Dollars ($ 2,000,000.00) for all damages arising out of injury to, or destruction of, property during the policy period. This insurance must fully cover the legal liability of the Owner. The coverage provided under his policy must not be affected if the Owner performs work in connection with the project either for or in cooperation with the Contractor or as an aid thereto whether the same be a part of the Contract or separate therefrom, by means of its own employees or agents or if the Owner directs or supervises the work to be performed by the Contractor. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the Owner with certificates of each insurer insuring the Contractor of any subcontractor under this Contract except with respect to part D. As listed above. In respect to this paragraph, the Contractor shall furnish the Owner with the original insurance policy. Both certificates, as furnished, and the insurance policy, as required, shall bear the policy numbers, the expiration date of the policy and the limits of liability there under. Both the certificates and the policy shall be endorsed to provide the Owner with any notice of cancellation or non-renewal. 5 Hot Mix Asphalt Concrete Item# 6 "Base Coat" Year 2021-22 PROPOSAL FORM DATE: NAME OF BIDDER: TO: SOUTHOLD TOWN BOARD NOTE: All items listed herein must TOWN HALL be bid. Failure to bid any PO BOX 1179 item will be grounds for 53095 MAIN ROAD disqualification. SOUTHOLD,NEW YORK 11971 MEMBERS OF THE BOARD: The undersigned as bidder, declares that the only persons, company, or parties interested in this proposal as principals are named below; that this proposal is made without any connection, directly or indirectly with any other bidder for the same work; that it is in all respects fair and without collusion or fraud, and that no person acting for or employed by the aforementioned owner is or will be interested directly or indirectly, in the performance of the contract, or the supplies relating to it, or in any portion of the profit thereof, that he has carefully examined all project requirements, including bidding requirements, contract, general and special conditions, specifications, and addenda, if any (Note: acknowledgment of addenda and their dates must be included as indicated on bottom page); that he has satisfied himself by personal examination of the proposed work, and by such other means as he may have chosen, as to the conditions and requirements of the work; and he proposed and agrees that if his proposal be accepted he will contract to furnish all materials not provided by the Town(See Specifications) and to perform all the work required to construct, perform and complete the specified work; and that he will start the work as directed by the Town, he will accept, in full payment thereof as listed below: BID ON ASPHALT ROAD MATERIALS, HOT Mix ASPHALT CONCRETE, "Base Coat", IN ACCORDANCE WITH THE PROJECT REQUIREMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED CUMULATIVE "UNIT PRICE" OF: BID #1 FURNISH AND PLACE THE FOLLOWING WITHIN HOT Mix ASPHALT CONCRETE MADE WITH AN ALLOTMENT OF (30% OF RAP) RECYCLED ASPHALT PRODUCT INCLUDED IN THE MIXTURE 0— 100 Tons SOUTHOLD TOWN: FISHERS ISLAND: (written in words) Per Ton (written in words) Per Ton 6 Hot Mix Asphalt Concrete Item# 6 "Base Coat" Year 2021-22 (written in numbers) Per Ton (written in numbers) Per Ton 100—250 Tons SOUTHOLD TOWN: FISHERS ISLAND: (written in words) Per Ton (written in words) Per Ton (written in numbers) Per Ton (written in numbers) Per Ton 250—500 Tons SOUTHOLD TOWN: FISHERS ISLAND: (written in words) Per Ton (written in words) Per Ton (written in numbers) Per Ton (written in numbers) Per Ton 500— 1,000 Tons SOUTHOLD TOWN: FISHERS ISLAND: (written in words) Per Ton (written in words) Per Ton (written in numbers) Per Ton (written in numbers) Per Ton Over 1,000 Tons SOUTHOLD TOWN: FISHERS ISLAND: (written in words) Per Ton (written in words) Per Ton (written in numbers) Per Ton (written in numbers) Per Ton 7 Hot Mix Asphalt Concrete Item# 6 "Base Coat" Year 2021-22 BID #2 COLD MILLING & REMOVAL SOUTHOLD TOWN: FISHERS ISLAND: (written in words) Per Sq Yd (written in words) Per Sq Yd (written in numbers) Per Sq Yd (written in numbers) Per Sq Yd And he further agrees that if this proposal shall be accepted by the Town and that if he shall refuse, fail or neglect to enter into a Contract pursuant to such proposal and to the requirements of the Town, shall have been deposited in the mail addressed to him at the address given in the proposal, that he shall be considered to have abandoned the contract. We the undersigned, further agree that this proposal shall be reviewed by the Town to correct any deficiencies in the proposed scope of work and, if no corrections are necessary, further agree that this proposal is a formal bid and shall remain in effect for a period of forty-five (45) days, the Town will accept or reject this proposal or by mutual agreement may extend this time period. Signature of Bidder: Business Address: Telephone Number: Date: 8 Hot Mix Asphalt Concrete Item# 6 "Base Coat" Year 2021-22 1. DESCRIPTION Bids are requested for the purchase and placement of Asphalt Concrete Pavement, Type 6, for the use in repair &maintenance of the Town Highways and related parking facilities for a period of one (1) year beginning on the date that the contract was executed. All Asphalt Concrete shall be delivered and machine spread upon the surface of roads, driveways, parking fields, street intersections or any other areas requiring pavement within Town right-of-ways or any other areas under the jurisdiction of the Commission of Public Works where and as required. 2. MATERIALS SEE PAGES 13-14 FOR DETAILS NOTE: At No Time Will any Recycled Material (RAP) be used without the permission of the Superintendent of Highways 3. WEATHER LIMITATIONS The material shall be placed only when: 1. The road surface and atmospheric temperatures are at least 45 degrees F 2. The weather is not foggy or raining. 3. There is no forecast of temperatures below 32 degrees F within 48 hours from the time of placement of the Asphalt Concrete Material. 4. EQUIPMENT, DELIVERY& APPLICATION All asphalt concrete pavement materials shall be delivered and placed in select quantities at a time, place and thickness as specified by the Southold Town Highway Superintendent. No materials will be delivered on Saturdays, Sundays or Holidays except in the case of an emergency. Asphalt Plants must have adequate capacity and sufficient storage for the items to be furnished. All work shall commence within five (5) Calendar days,after receipt of written order. Any reason for delay in work shall be submitted to the Town in writing explaining the delay. If the reason is not acceptable to the Town, work must continue without any further delay. Bituminous pavers shall be self-powered units, provided with an activated screed or strike-off assembly. The machine shall be capable of spreading and finishing courses of bituminous plant mix material in lane widths up to twelve (12') feet or thickness up to four (4") inches as may be specified by the Highway Superintendent. After placement, the Asphalt Concrete Material shall be thoroughly and uniformly compacted with an approved vibrator type or static steel wheel roller conforming to section 401-3.12 of the NYSDOT construction manual to obtain a thoroughly compacted pavement. 9 l Hot Mix Asphalt Concrete Item# 6 "Base Coat" Year 2021-22 All manholes, catch basins, curbs and other structures shall be protected against the application of asphalt concrete material. 5. TESTING The Town shall have the absolute right to make tests before and after delivery and placement of asphalt material to determine conformity to Specifications, quality and standards of excellence. The Contractor agrees to bear the cost and pay for all tests which are deemed to be necessary in the opinion of the Town. The Contractor shall repair or replace at no additional cost to the Town, any materials found to not meet the Specifications and quality intended. The work shall be executed in the best and most workmanlike manner. 6. SAMPLES The town at its discretion can request samples of asphalt material provided by winning bidder to have periodic testing of the mix at a DOT approved facility at the vendor's expense to help insure that the mix provided is to our specification. 7. BIDDER QUALIFICATIONS The bidder will be required to show,to the satisfaction of the Superintendent of Highways, that he is a responsible contractor experienced in the kind of work to be performed; that he is financially able to execute the contract; and that he has adequate equipment and fixed storage facilities to satisfactorily and efficiently perform the work as directed within the specified time limits. The bidder must state exact location of his Plant Facilities. 8. MEASUREMENT & PAYMENT The prices quoted in this bid, and subsequently awarded, are to be used in establishing prices for actual materials furnished and placed within the Town of Southold from the date of award up to and including one (1) year thereafter. The contract period may be extended for up to one (1) additional year upon mutual written agreement of the Town and the Contractor. Payment shall be made to the contractor at the unit price(s) submitted in the Proposal. The asphalt concrete will be measured by the number of tons of compacted material in place. The unit price per ton shall include the cost of furnishing all materials, equipment, labor and incidentals necessary to complete the work. 9. TRAFFIC MAINTENANCE The contractor shall be responsible for providing maintenance and protection of vehicular and pedestrian traffic associated with this work. Opening to traffic does not constitute acceptance of the work. The contractor shall also be responsible for providing all signage and traffic control during this work. NOTE: The winning bidder will supply the Highway Department with daily mix reports showing the composition of the asphalt mix that day, and endeavor to submit them to us along with the invoices submitted for payment. END OF SPECIFICATION 10 Hot Mix Asphalt Concrete Item# 6 "Base Coat" Year 2021-22 STATEMENT OF NON-COLLUSION (To be completed by each Bidder) In accordance with Section 103-d General Municipal Law, effective September 1, 1966, every bid or proposal hereafter made to a political subdivision of the State of any public department, agency, or official thereof or to a fore district or any agency or official thereof for work or services performed or to be performed or goods sold or to be sold, shall contain the following statement subscribed to by the bidder and affirmed by such bidder as true under the penalties of perjury; non-collusive bidding certification. A. By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury,that to the best of knowledge and belief: (1) The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or any competitor. (2) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly,to any other bidder or to any competitor. (3) No attempt has been made or will be made by the bidder to induce any other person, partnership, or corporation to submit or not to submit a bid for the purpose of restricting competition. B. The person signing this bid or proposal certifies that he has fully informed himself regarding the accuracy of the statements contained in this certification, and under the statements contained in this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being applicable to the bidder, as well as the person signing in its behalf. C. That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signature of this bid or proposal on behalf of the corporate bidder. RESOLUTION Resolved that of the (Name of signatory) Be authorized to sign and submit the bid (Name of Corporation) 11 � t . F Hot Mix Asphalt Concrete Item# 6 "Base Coat" Year 2021-22 Or proposal of this corporation for the following Project: Item# 6 Hot Mix Asphalt Concrete "Base Coat" Peconic Lane, Peconic,New York 11958 and to include in such bid or proposal the certificate as to non-collusion required by section one-hundred-three- d (103-d) of the General Municipal Law as the act and deed of such corporation, and for any inaccuracies or miss-statements in such certificate this corporate bidder shall be liable under the penalties of perjury. The foregoing is true and correct copy of the resolution adopted by _corporation at a meeting of the Board of Directors, held on the day of , 20 (SEAL OF THE CORPORATION) Laws of New York, 1965 Ch. 751, Sec. 103-d, as amended & effective on September 1, 1965. Signature 12 Type II Micro-Surfacing Item # 7 Calendar Year 2021-22 ITEM NO. 7 SPECIFICATIONS FOR THE PURCHASE & APPLICATION OF ASPHALT ROAD MATERIALS POLYMER MODIFIED EMULSIFIED ASPHALT PAVEMENT TYPE II MICRO - SURFACING NOTE: THE TOWN OF SOUTHOLD WILL ALSO REQUIRE +/- 30,000 SQUARE YARDS (more or less as may be needed) OF PAVEMENT TO BE APPLIED ON FISHERS ISLAND. THE CONTRACTOR SHALL BE REQURIED TO NOTIFY EACH RESIDENT AT LEAST 24 HOURS PRIOR TO ANY WORK ON TOWN ROADS. RESIDENTS MUST BE RE- NOTIFIED AFTER DELAYS DUE TO INCLEMENT WEATHER OR JOB OPERATIONS. 5 Type II Micro-Surfacing Item# 7 Calendar Year 2021-22 INSTRUCTIONS TO BIDDERS A. PROPOSALS Proposals must be made in strict accordance with the "Proposal Form" provided. The Proposal form shall not be detached from the bid package. Failure to comply with this requirement will constitute grounds for rejection of the bid subject to the digression of the Highway Superintendent. Any and all exceptions to the specifications shall be listed on a separate sheet bearing the designation: 'Exceptions to the Specifications", and attached to the Bid Form. Each proposal must be signed in writing with the full name and address of bidder. The bidders shall write in ink, both in words &numerals, the price for which he proposed to furnish all materials, plant, equipment, tools, shoring or bracing, or other facilities, & to perform all labor and services necessary for the proper completion of the work in strict accordance with the plans and specifications, and subject at all times to the approval of the Highway Superintendent. Proposals, together with the entire bid package, shall be delivered enclosed in an opaque sealed envelope and shall be addressed as indicated on Invitation to Bid. The envelope shall be marked "Proposal" bearing the title of work and the Bidders Name. Bidders may bid on one or any combination of items listed on the proposal sheet. No proposal shall be considered which has not been received by the Southold Town Clerk prior to the hour and date stated. B. PROPOSAL GUARANTY A proposal will not be accepted or considered unless accompanied by a guaranty in the form of a bid bond or certified check in the amount of one hundred ($100) dollars payable to the Town of Southold. As soon as the proposal prices have been compared, the Owner shall return the bidder's bond or the certified checks accompanying such proposals as, in his judgment, would not likely be involved in making the award. All other proposal quantities will be held until the contract and contract bond have been executed after which they will be released or returned to the respective bidders whose proposals they accor0panied. C. OMISSIONS AND DISCREPANCIES Bidders should carefully examine the specifications and fully inform .themselves of all conditions and matters which can in any way affect the work or the cost thereof. Should a bidder find discrepancies in or omissions from the specifications, or other documents or should he be in doubt as to their meaning, he should at once notify the Highway Superintendent who may issue a written instruction to all bidders. 1 Type II Micro-Surfacing Item# 7 Calendar Year 2021-22 D. PUBLIC OPENING OF PROPOSALS Proposals will be opened and read publicly at the time and place indicated in the Invitation for Bids. Bidders, authorized agents, and other interested parties are invited to be present. E. AWARD OF CONTRACT Award of contract will be made as soon as practical. The Superintendent of Highways reserves the fight to make awards by items, or as a whole, or not at all, whichever the Superintendent deems to be in the best interest of the Town. A contract may be awarded to a responsible bidder other than the lowest money bidder, if it is in the best interest of the Town. No bid may be withdrawn after scheduled closing time for receipt of bids for a period of 45 days pending execution of a contract by successful bidder. The competency and responsibility of the bidder and his sub-contractors will be considered in making, the award. The Town reserves the right to waive any technical error, to accept any bid, or to reject any or all bids. The contract form will be a Standard form of Agreement between Owner and Contractor. The Town will either award the project or reject all proposals received within forty-five (45) days after formal opening of proposals. Acceptance of a proposal will be a written notice signed by the Town Clerk& no other act shall constitute the acceptance of a proposal. F. WITHDRAWALS OF PROPOSALS Any bidder upon his or her authorized representative's written request presented not later than the hour set for the opening thereof, will be given permission to withdraw his proposal. At the time of opening the proposals, when such proposals are reached, it will be returned to him unread. G. REJECTION OF PROPOSALS The Town reserves the right to waive any technical error and to reject any and/or all proposals. Without limiting the generality of the foregoing, any proposal which in incomplete, obscure, or irregular may be rejected; any proposal accompanied by an insufficient or irregular certified check or bidder's bond bay be rejected, any proposal having interlineations, erasure or corrections may be rejected. The Town also reserves the fight to reject any bid if the evidence submitted in the qualification statement or an investigation of such bidder fails to satisfy the Town that such bidder is property qualified to carry out the obligations of the contract and to complete the work contemplated therein. Conditional bids will not be accepted. H. PLANT & EQUIPMENT The bidder shall State in his bid that be has available or under his control, plant and equipment of the character and in the amount required to complete the proposed work within the specific time. Type II Micro-Surfacing Item# 7 Calendar Year 2021-22 I TIME FOR EXECUTION OF CONTRACT Any bidder whose proposal shall be accepted will' be required to appear before the Town in person; or if a firm or corporation, a duly authorized representative shall so appear, and execute six (6) copies of the Contract and furnish satisfactory Performance and Payment Bond within ten(10) days after notice that the Contract has been awarded to him. Failure to execute Contract shall constitute a breach of the agreement effected by the acceptance of the Proposal The damages to the Town for such breach will include loss from interference with his construction program and other items, the accurate amount of which it will be difficult or impossible to compute. The amount of the certified check or bidder's bond accompanying the Proposal of such bidder shall be retained by the Town, not as a penalty, but as liquidated damages for such breach. In the event any bidder whose proposal shall, be accepted shall fail or refuse to execute the Contract as herein before provided, the Town may, at there option, determine that such bidder has abandoned the Contract, and thereupon, his proposal and acceptance thereof shall be null and void, and the Town shall be entitled to liquidated damages as above provided. J. PREVAILING WAGE RATES The New York State Department of Labor's Prevailing Wage Rate Schedules are part of this Contract. The Contractor is responsible for being familiar with the latest available schedules. Type II Micro-Surfacing Item# 7 Calendar Year 2021-22 INSURANCE REQUIREMENTS The Contractor shall not commence any work until he has obtained, and had approved by the Town of Southold, all of the insurance that is required under this contract which has been enumerated herein: COMPENSATION INSURANCE: Public Liability and Property Damage Insurance Contractor's Protective Liability and Property Damage Insurance Owner's Protective Public Liability and Property Damage Insurance The Contractor shall not permit any subcontractor to commence any operation of the site until satisfactory proof of carriage of the above required insurance has been posted with and approved by the Owner. Compensation Insurance: The Contractor shall take out and maintain during the life of this Contract, Workmen's Compensation Insurance for all his employees employed at the site of the project, and in case of any of the work being sublet, the Contractor shall require all subcontractors 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 Contractor. Public Liability and Property Damage Insurance: The Contractor shall take out and maintain during the life of this Contract such Public Liability and Property Damage Insurance as shall protect him and any subcontractor performing work covered by this Contract from claims for damages four personal injury including accidental death as well as from claims for property damage which may arise from operations under this Contract, whether such operations be by himself or by any subcontractor, to by anyone directly or indirectly employed by either of them, and the amounts of such insurance shall be as follows: Public Liability Insurance in an amount of not less than One Million Dollars ($1,000,000.00) for bodily injuries, including wrongful death to each person and subject to the same limit for each person in an amount not less that One Million Dollars. ($1,000,000.00) on account of each accident. Propertymage Insurance in an amount not less than One Million Dollars ($1,000,000.00) for damages on account of each accident and in an amount of not less than One Million Dollars ($1,000,000.00) for damages on account of all accidents. Liability and Property Damage Insurance: The above policies for Public Liability and Property Damage Insurance must be so written to include Contractor's Protective Liability and Property Damage insurance to protect the Contractor against claims arising from the operations of a subcontractor. The policies shall also name the Town of Southold as an additional insured. Owner's Protective Public Liability and Property Damage Insurance: The Contractor shall furnish to the Owner, with respect to the operations he or any of his subcontractors perform a regular Protective Public Liability Insurance Policy for, and in behalf of the Owner, providing Type II Micro-Surfacing Item# 7 Calendar Year 2021-22 for a limit of not less than One Million Dollars ($1,000,000.00) for all damages arising out of bodily injuries to, or death of, one person and subject to that limit for each person, a total limit of One Million Dollars ($1,000,000.00) for all damages arising out of bodily injuries to, or death of, two or more persons in any one accident; and regular Protective Property Damage Insurance providing for a limit of not less than One Million Dollars ($1,000,000.00) for damages arising out of injury to, or destruction of, property in any one accident and subject to that limit per accident, a total (or aggregate limit of Two Million Dollars ($ 2,000,000.00) for all damages arising out of injury to, or destruction of, property during the policy period. This insurance must fully cover the legal liability of the Owner. The coverage provided under his policy must not be affected if the Owner performs work in connection with the project either for or in cooperation with the Contractor or as an aid thereto whether the same be a part of the Contract or separate therefrom, by means of its own employees or agents or if the Owner directs or supervises the work to be performed by the Contractor. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the Owner with certificates of each insurer insuring the Contractor of any subcontractor under this Contract except with respect to part D. As listed above. In respect to this paragraph, the Contractor shall furnish the Owner with the original insurance policy. Both certificates, as furnished, and the insurance policy, as required, shall bear the policy numbers, the expiration date of the policy and the limits of liability there under. Both the certificates and.the policy shall be endorsed to provide the Owner with any notice of cancellation or non-renewal. Type II Micro-Surfacing Item# 7 .Calendar Year 2021-22 PROPOSAL FORM DATE: NAME OF BIDDER: TO: SOUTHOLD TOWN BOARD NOTE: All items listed herein must TOWN HALL be bid. Failure to bid any PO BOX 1179 item will be grounds for 53095 MAIN ROAD disqualification. SOUTHOLD,NEW YORK 11971 MEMBERS OF THE BOARD: The undersigned as bidder, declares that the only persons, company, or parties interested in this proposal as principals are named below; that this proposal is made without any connection, directly or indirectly with any other bidder for the same work; that it is in all respects fair and without collusion or fraud, and that no person acting for or employed by the aforementioned owner is or will be interested directly or indirectly, in the performance of the contract, or the supplies relating to it, or in any portion of the profit thereof; that he has carefully examined all project requirements, including bidding requirements, contract, general and special conditions, specifications, and addenda, if any (Note: acknowledgment of addenda and their dates must be included as indicated on bottom page); that he has satisfied himself by personal examination of the proposed work, and by such other means as he may have chosen, as to the conditions and requirements of the work; and he proposed and agrees that if his proposal be accepted he will contract to furnish all materials not provided by the Town (See Specifications) and to perform all the work required to construct,perform and complete the specified work; and that he will start the work as directed by the Town, he will accept, in full payment thereof as listed below: BID ON TYPE "Il" MICRO-SURFACING OF TOWN ROADS WITH POLYMER MODIFIED EMULSIFIED ASPHALT PAVEMENT IN ACCORDANCE WITH THE PROJECT REQUIREMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED CUMULATIVE"UNIT PRICE" OF: Type I1 Micro-Surfacing Item# 7 Calendar Year 2021-22 BID #1 Option #1 * Rate of Application. The Micro-Surfacing mixture shall be of proper consistency at all times so as to provide an application rate of: FIRST COAT: 13 lbs/Sq. Yd, SECOND COAT: 17 lbs/Sq. Yd. TYPE II MICRO-SURFACING SOUTHOLD TOWN: FISHERS ISLAND: (written in words) Per Sq. Yd. (written in words) Per Sq. Yd (written in numbers) Per Sq. Yd. (written in numbers) Per Sq. Yd. Option #2 ** Rate of Application. The Micro-Surfacing mixture shall be of proper consistency at all times so as to provide an application rate of. 20-22 lbs/Sq. Yd. TYPE II MICRO-SURFACING SOUTHOLD TOWN: FISHERS ISLAND: (written in words) Per Sq. Yd. (written in words) Per Sq. Yd (written in numbers) Per Sq. Yd. (written in numbers) Per Sq. Yd. BID #2 HOT RUBBERIZED CRACK SEALING SOUTHOLD TOWN: FISHERS ISLAND: (written in words) Per Linear Foot (written in words) Per Linear Foot Type II Micro-Surfacing Item# 7 Calendar Year 2021-22 (written in numbers) Per Linear Foot (written in numbers) Per Linear Foot And he further agrees that if this proposal shall be accepted by the Town and that if he shall refuse, fail or neglect to enter into a Contract pursuant to such proposal and to the requirements of the Town, shall have been deposited in the mail addressed to him at the address given in the proposal, that he shall be considered to have abandoned the contract. We the undersigned, further agree that this proposal shall be reviewed by the Town to correct any deficiencies in the proposed scope of work and, if no corrections are necessary, further agree that this proposal is a formal bid and shall remain in effect for a period of forty-five (45) days,the Town will accept or reject this proposal or by mutual agreement may extend this time period. Signature of Bidder: Business Address: Telephone Number: Date: Type II Micro-Surfacing Item# 7 Calendar Year 2021-22 1. DESCRIPTION Bids are requested for the purchase and application of a Polymer Modified Asphalt Pavement Course to fill ruts or provide a wearing course for the existing pavement. The paving material shall be "Macroseal" or approved equal. The surface shall provide a dense smooth topping free of ravels and blemishes. It shall fill minor depressions, cracks and voids, and be non-bleeding. The mixture shall consist of a polymer modified cationic asphalt emulsion, mineral aggregate, mineral and field control additives and water. The mixture shall be properly proportioned, mixed and spread on the paved surface in accordance with this specification and as directed by the engineer. The contractor shall also be required to provide &place quantities of Schim Mix Asphalt ("Type 5") as needed and directed by the Superintendent of Highways, The attention of the bidder is specifically called to the fact that the quantities specified herein are considered an estimate only and may not be the quantity of material that will actually be required by the Town for the calendar year. 2. MATERIALS Emulsified Asphalt. The emulsified Asphalt shall be a quick-set polymer modified CSS-1H emulsion and shall conform to the requirements specified in AASHTO M208 and ASTM D2397. The polymer material shall be milled or blended into the asphalt or blended into the emulsifier solution prior to the emulsification process. The Emulsified Asphalt shall be produced by an approved materials manufacturing company capable of manufacturing a Micro- Surfacing Emulsion(MSE) meeting the following requirements. When tested, the Micro-Surfacing Emulsion (MSE) shall meet the requirements of AASHTO M208 and ASTM D2397 for CSS-IH plus the following: Test Quality Specification AASHTO T59 Residue after 62% Min. SDTM F244 Distillation * The temperature for this test should be held below 280 F (138 Q. Tests on Residue AASJTP T59 Softening Point 135°F (57°C) min ASTM D36 AASHTO T49 Penetration at 40 - 90 ASTM D36 77°F (25°C) ASTM 2170 Kenematic Vis 650 cSt/sec, min. @ 275°F (135°C) Each load of emulsified asphalt shall be accompanied with a certificate of analysis/compliance to assure that it is the same as that used in the mix design. Aggregate. The Type II mineral aggregate shall be manufactured crushed stone, sand, slag, crusher fines, or combination thereof. Smooth textured sand of less than 1.25% water Type II Micro-Surfacing Item# 7 Calendar Year 2021-22 absorption, as tested by ASTM C'128, shall not exceed 50% of the total combined aggregate. The aggregate shall be clean and free from organic matter, dirt, dust, and other deleterious substances. When tested, the Type 11 aggregate shall meet the following requirements Test Quality Specification AASHTO T176 Sand Equivalent 60 min. ASTM D2419 AASHTO T104 Soundness 15% max. using ASTM C88 NA2 SO4 or 25%max. using MgSO4 AASHTO T96 Abrasion 30% max. ASTM C 131 Resistance Abrasion tests shall be run on the aggregate before it is crushed. All aggregate shall meet New York State approved polishing values. Grading. When tested in accordance to AASHTO T27 - (ASTM C136) and AASHTO T11 - (ASTM C 117), the target mix design or aggregate gradation shall meet the following: Type II Aggregate Sieve Size Percent Passing Sieve Size Percent Passing 3/8" 100 #30 30 - 50 (+/- 5%) #4 90 - 100 (+/- 5%) #50 18 - 30 (+/- 4%) #8 65-90 (+/-5%) #100 10 - 21 (+/- 3%) #16 45-70 (+/-5%) #200 5 - 15 (+/- 2%) Water. The water shall be potable and shall be free of harmful soluble salts. Polymer Modifier. The Polymer Modifier shall be milled into the asphalt emulsion. The emulsified asphalt shall be so formulated that when the paving mixture is applied at a thickness of three eighths (3/8) inch with the relative humidity at not more than 50 % and the ambient air temperature of at least 75 degrees F., the material will cure sufficiently so that rolling traffic can be allowed in one (1) hour with no damage to the surface, as verified by the engineer. Mineral Filler. The mineral filler shall be any recognized brand of non-air entrained portland cement or hydrated lime that is free from lumps. The type and amount of mineral filler needed shall be determined by laboratory mix design and will be considered as part of the mineral gradation requirement. An increase or decrease of less than one percent may be permitted when the Micro-Surfacing is being placed if it is found to be necessary for better consistency or set times. Type Il Micro-Surfacing Item # 7 Calendar Year 2021-22 3. GENERAL REQUIREMENTS: Truing & Leveling with Bituminous Asphalt Concrete. The pavement shall be equal to NYSDOT-Type 5 Shim and shall be applied at the discretion of the Highway Superintendent. Bituminous pavers shall be self-powered units, provided with an activated screed or strike-off assembly. The machine shall be capable of spreading and finishing courses of bituminous plant mix material in lane widths up to twelve (12) feet or thickness up to four (4") inches as may be specified by the Highway Superintendent. All existing pavement surfaces where Schim Mix Asphalt Concrete work is required shall be fog sealed with RC 250 at 0.10 gallons per Square Yard prior to placement of pavement. After placement, the Asphalt Concrete Materials shall be thoroughly and uniformly compacted with an approved vibrator type or static steel wheel roller conforming to section 401-3.12 of the NYSDOT construction manual to obtain a thoroughly compacted pavement. Mix Design. Before the work commences, the contractor shall submit a signed mix design report covering the specific materials to be used on the project. This design shall be performed by the emulsion producer. Once the materials are approved, no substitutions will be permitted unless first tested and approved by the emulsion producer and the engineer. The materials manufacturer shall develop the job mix design and present certified test results for the engineer's approval. Compatibility of the aggregate and the emulsion shall be verified by the mix design. The job mix formula shall provide a minimum Marshall stability of 1,800 pounds and a flow of 6 to 18 units when tested according to the ASTM 1559 or AASHTO 2450 procedure. All component materials used in the mix design shall be representative of the materials proposed by the contractor for use on the project. Specifications. The engineer shall approve the design mix and all Micro-Surfacing materials and methods prior to use. The component materials shall be within the following limits. Residual Asphalt - 5%to 9%by dry weight of aggregate Mineral Additive - 0.5% to 3%by dry weight of aggregate Polymer Based Modifier - minimum 3% solids based on bitumen weight content Field Control Additive - As needed to provide specified properties Water - As needed to provide proper consistency Rate of Application. The Micro-Surfacing mixture shall be of proper consistency at all times so as to provide an application rate of: FIRST COAT: 13 lbs/Sq. Yd, SECOND COAT: 17 lbs/Sq. Yd. ** Rate of Application. The Micro-Surfacing mixture shall be of proper consistency at all times so as to provide an application rate of: 20-22 lbs/Sq. Yd. Type II Micro-Surfacing Item# 7 Calendar Year 2021-22 Equipment. All equipment, tools and machines used in the performance of this work shall be maintained in satisfactory working order at all times. Descriptive information of the mixing and application equipment to be used shall be submitted for approval not less than 10 days before work starts. (a.) Mixing Equipment- The material shall be mixed by a mixing machine which shall be a continuous-flow mixing unit able to accurately deliver and proportion the aggregate, emulsified asphalt, mineral filler, field control additive and water to a revolving multi-blade mixer and discharge the thoroughly mixed product on a continuous basis. The machine shall have sufficient storage capacity for aggregate, emulsified asphalt, mineral filler, field control additive and water, to maintain an adequate supply to the proportioning controls. (b.) Proportioning Devices - Individual volume or weight controls for proportioning each material to be added to the mix shall be provided. Each material control device shall be so calibrated and properly marked. They shall be accessible for ready calibration and to be equipped with a revolution counter or similar device so that the engineer may determine the amount of each material used at any time. (c.) Emulsion Pump - The emulsion pump shall be a heated positive displacement type. (d.) Spreading Equipment- The paving mixture shall be spread uniformly by means of a mechanical type squeegee box, equipped with paddles to agitate and spread the materials throughout the box. The equipment shall provide sufficient turbulence to prevent the mix from setting in the box or causing excessive side build-up or lumps. Flexible seals shall be in contact with the mad surface to prevent loss of mixture from the box. The rear seal shall act as a final strike off and shall be adjustable. The contractor shall operate the spreading equipment in such a manner to prevent the loss of the mixture on super-elevated curves. The mixture shall be spread to fill cracks and minor surface irregularities and leave a uniform skid-resistant surface without causing skips, lumps or tears in the finished surface. (e.) Auxiliary Equipment - Other tools or equipment such as brushes, hand squeegees, hose equipment,tank truck water distributors and flushers, power blowers, barricades, etc., shall be provided as required. Machine Calibration. Each mixing unit to be used in the performance of the work shall be calibrated in the presence of the engineer prior to construction, or previous calibration documentation covering the exact materials to be used may be acceptable provided they were made during the current calendar year. Weather Limitations. The material shall be spread only when: 1. The road surface and atmospheric temperatures are at least 45 degrees F. and rising. 2. The weather is not foggy or rainy. 3 There is no forecast of temperatures below 32 degrees F. within 48 hours from the time of placement of the mixture. Type II Micro-Surfacing Item# 7 Calendar Year 2021-22 Surface Preparations. The area to be surfaced shall be thoroughly cleaned of vegetation, loose aggregate, dirt, grease, oil or any type of objectionable surface film. Manholes, valve boxes and other service entrances shall be protected from the surfacing material. Stockpiles. Precautions shall be taken to insure that stockpiles do not become contaminated. Stockpiles shall be kept in areas that drain readily. Application. The surface shall be pre-wetted by fogging ahead of the spreader box. The entire surface should be damp with no apparent flowing water in front of the box. The surfacing mixture shall be of the desired consistency upon leaving the mixer and no additional materials should be added. A sufficient amount of material shall be carried in all parts of the spreader at all times so that a complete coverage is obtained. Overloading of the spreader box should be avoided. No lumping, bailing, or unmixed aggregate shall be permitted. No streaks, such as those caused by oversized aggregate, will be left in the finished surface. If excess oversize develops, the job will be stopped until the contractor proves to the engineer that the situation has been corrected. No excess build-up, uncovered areas or unsightly appearances shall be permitted on longitudinal or transverse joints. The contractor shall provide suitable width spreading equipment to produce a minimum number of joints. The finished surface shall present a uniform and skid resistant texture satisfactory to the engineer. Areas which cannot be reached with the mixing machine shall be surfaced using hand squeegees to provide complete and uniform coverage. The area to be hand-worked shall be lightly dampened prior to the mix placement. Care shall be exercised to leave no unsightly appearance from hand-work. Quality Control. The contractor shall be responsible for any and all fees relating to materials testing. The contractor will permit the engineer to take samples of the aggregate and asphalt emulsion to be used in the project at the engineer's discretion. Gradation and sand equivalent tests may be run on the aggregate and residual asphalt tests on the emulsion. Test results will be compared to the specifications. Samples of the mixture could be taken as often as two (2) times each day. Consistency and residual asphalt content tests may be made on the samples and compared to the specifications. The contractor will be notified immediately if any test fails to meet the specifications. If any two successive tests on the material fail, the job shall be stopped. If any two successive tests on the mix from the same machine fail, the use of that machine will be suspended. Traffic Maintenance. The contractor shall be responsible for providing maintenance and protection of vehicular and pedestrian traffic associated with this work. Opening to traffic does not constitute acceptance of the work. The contractor shall also be responsible for providing all signage and traffic control during this work. Method of Payment. The quantity to be paid for under this item shall be the number of square yards of pavement covered in accordance with the specification. Qualifications. The contractor shall have or be associated with a company that has a minimum of three years experience in the application of micro-surfacing material. In order to insure the efficient application of the product, the contractor must own or show the ability to rent and Type II Micro-Surfacing Item# 7 Calendar Year 2021-22 maintain a minimum of two mixing units capable of meeting the minimum requirements set forth in these specifications. Submittals. The contractor shall be required to submit the following information with his bid: A letter of availability from the intended MSE supplier. A certified mix design from the materials manufacturer. A typical analysis of Macroseal Emulsion or approved equal. A list of at least(5)micro-surfacing projects which used the same emulsion and design mix indicated in the bid documents. These projects must have been completed within the last three years and the list must include the locations, amount of square yards applied and a reference name and telephone number. * Note: Any and all exceptions or substitutions to the specifications contained herein must be listed separately and included within the contractors formal bid proposal. END OF SPECIFICATION: i' Type II Micro-Surfacing Item# 7 Calendar Year 2021-22 STATEMENT OF NON-COLLUSION (To be completed by each Bidder) In accordance with Section 103-d General Municipal Law, effective September 1, 1966, every bid or proposal hereafter made to a political subdivision of the State of any public department, agency, or official thereof or to a fore district or any agency or official thereof for work or services performed or to be performed or goods sold or to be sold, shall contain the following statement subscribed to by the bidder and affirmed by such bidder as true under the penalties of perjury; non-collusive bidding certification. A. By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief. (1) The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or any competitor. (2) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor. (3) No attempt has been made or will be made by the bidder to induce any other person, partnership, or corporation to submit or not to submit a bid for the purpose of restricting competition. B. The person signing this bid or proposal certifies that he has fully informed himself regarding the accuracy of the statements contained in this certification, and under the statements contained in this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being applicable to the bidder, as well as the person signing in its behalf. C. That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signature of this bid or proposal on behalf of the corporate bidder. RESOLUTION Resolved that of the (Name of signatory) Be authorized to sign and submit the bid (Name of Corporation) } .a Type II Micro-Surfacing Item# 7 Calendar Year 2021-22 Or proposal of this corporation for the following Project: Item #7 TYPE "Il" MICRO-SURFACING Peconic Lane, Peconic,New York 11958 and to include in such bid or proposal the certificate as to non-collusion required by section one- hundred-three-d (103-d) of the General Municipal Law as the act and deed of such corporation, and for any inaccuracies or miss-statements in such certificate this corporate bidder shall be liable under the penalties of perjury. The foregoing is true and correct copy of the resolution adopted by corporation at a meeting of the Board of Directors, held on the day of , 20 (SEAL OF THE CORPORATION) Laws of New York, 1965 Ch. 751, Sec. 103-d, as amended& effective on September 1, 1965. Signature Hot Mix Asphalt Concrete Item# 8 "Type 6 Top" - Furnish only Year 2021-22 ITEM NO. 8 SPECIFICATIONS FOR THE FURNISHING OF ASPHALT ROAD MATERIALS INTO TOWN HIGHWAY TRUCKS HOT MIX ASPHALT CONCRETE "Type 6 Top" INSTRUCTIONS TO BIDDERS A. PROPOSALS Proposals must be made in strict accordance with the "Proposal Form" provided. The Proposal form shall not be detached from the bid package. Failure to comply with this requirement will constitute grounds for rejection of the bid subject to the digression of the Highway Superintendent. Any and all exceptions to the specifications shall be listed on a separate sheet bearing the designation: 'Exceptions to the Specifications", and attached to the Bid Form. Each proposal must be signed in writing with the full name and address of bidder. The bidders shall write in ink, both in words &numerals, the price for which he proposed to furnish all materials &to perform all labor and services necessary for the proper completion of the work, and subject at all times to the approval of the Highway Superintendent. Proposals, together with the entire bid package, shall be delivered enclosed in an opaque sealed envelope and shall be addressed as indicated on Invitation to Bid. The envelope shall be marked "Proposal" bearing the title of work and the Bidders Name. Bidders may bid on one or any combination of items listed on the proposal sheet. No proposal shall be considered which has not been received by the Southold Town Clerk prior to the hour and date stated. B. PROPOSAL GUARANTY A proposal will not be accepted or considered unless accompanied by a guaranty in the form of a bid bond or certified check in the amount of one hundred ($100) dollars payable to the Town of Southold. 1 i Hot Mix Asphalt Concrete Item# 8 "Type 6 Top" - Furnish only Year 2021-22 As soon as the proposal prices have been compared, the Owner shall return the bidder's bond or the certified checks accompanying such proposals as, in his judgment, would not likely be involved in making the award. All other proposal quantities will be held until the contract and contract bond have been executed after which they will be released or returned to the respective bidders whose proposals they accor0panied. C. OMISSIONS AND DISCREPANCIES Bidders should carefully examine the specifications and fully inform .themselves of all conditions and matters which can in any way affect the work or the cost thereof. Should a bidder find discrepancies in or omissions from the specifications, or other documents or should he be in doubt as to their meaning, he should at once notify the Highway Superintendent who may issue a written instruction to all bidders. D. PUBLIC OPENING OF PROPOSALS Proposals will be opened and read publicly at the time and place indicated in the Invitation for Bids. Bidders, authorized agents, and other interested parties are invited to be present. E. AWARD OF CONTRACT Award of contract will be made as soon as practical. The Superintendent of Highways reserves the right to make awards by items, or as a whole, or not at all, whichever the Superintendent deems to be in the best interest of the Town. A contract may be awarded to a responsible bidder other than the lowest money bidder, if it is in the best interest of the Town. No bid may be withdrawn after scheduled closing time for receipt of bids for a period of 45 days pending execution of a contract by successful bidder. The competency and responsibility of the bidder and his sub-contractors will be considered in making, the award. The Town reserves the right to waive any technical error, to accept any bid, or to reject any or all bids. The contract form will be a Standard form of Agreement between Owner and Contractor. The Town will either award the project or reject all proposals received within forty-five (45) days after formal opening of proposals. Acceptance of a proposal will be a written notice signed by the Town Clerk& no other act shall constitute the acceptance of a proposal. F. WITHDRAWALS OF PROPOSALS Any bidder upon his or her authorized representative's written request presented not later than the hour set for the opening thereof, will be given permission to withdraw his proposal. At the time of opening the proposals, when such proposals are reached, it will be returned to him unread. G. REJECTION OF PROPOSALS The Town reserves the right to waive any technical error and to reject any and/or all proposals. Without limiting the generality of the foregoing, any proposal which in incomplete, obscure, or irregular may be rejected;;any proposal accompanied by an insufficient or irregular certified check or bidder's bond bay be rejected,.any proposal having interlineations, erasure or corrections may be rejected. The Town also reserves the fight to reject any bid if the evidence submitted in the qualification statement or an investigation of such bidder fails to satisfy the Town that such bidder is property qualified to carry out the 2 Hot Mix Asphalt Concrete Item # 8 "Type 6 Top" - Furnish only Year 2021-22 obligations of the contract and to complete the work contemplated therein. Conditional bids will not be accepted. H. PLANT &EQUIPMENT The bidder shall State in his bid that be has available or under his control, plant and equipment of the character and in the amount required to complete the proposed work within the specific time. I TIME FOR EXECUTION OF CONTRACT Any bidder whose proposal shall be accepted will be required to appear before the Town in person; or if a firm or corporation, a duly authorized representative shall so appear, and execute six (6) copies of the Contract and furnish satisfactory Performance and Payment Bond within ten (10) days after notice that the Contract has been awarded to him. Failure to execute Contract shall constitute a breach of the agreement effected by the acceptance of the Proposal The damages to the Town for such breach will include loss from interference with his construction program and other items, the accurate amount of which it will be difficult or impossible to compute. The amount of the certified check or bidder's bond accompanying the Proposal of such bidder shall be retained by the Town, not as a penalty, but as liquidated damages for such breach. In the event any bidder whose proposal shall, be accepted shall fail or refuse to execute the Contract as herein before provided, the Town may, at there option, determine that such bidder has abandoned the Contract, and thereupon, his proposal and acceptance thereof shall be null and void, and the Town shall be entitled to liquidated damages as above provided. J. PREVAILING WAGE RATES The New York State Department of Labor's Prevailing Wage Rate Schedules are part of this Contract. The Contractor is responsible for being familiar with the latest available schedules. INSURANCE REQUIREMENTS The Contractor shall not commence any work until he has obtained, and had approved by the Town of Southold, all of the insurance that is required under this contract which has been enumerated herein: COMPENSATION INSURANCE: Public Liability and Property Damage Insurance Contractor's Protective Liability and Property Damage Insurance Owner's Protective Public Liability and Property Damage Insurance The Contractor shall not permit any subcontractor to commence any operation of the site until satisfactory proof of carriage of the above required insurance has been posted with and approved by the Owner. Compensation Insurance: The Contractor shall take out and maintain during the life of this Contract, Workmen's Compensation Insurance for all his employees employed at the site of the project, and in case of any of the work being sublet, the Contractor shall require all subcontractors similarly to provide Workmen's 3 Hot Mix Asphalt Concrete Item# 8 "Type 6 Top" - Furnish only Year 2021-22 Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. Public Liability and Property Damage Insurance: The Contractor shall take out and maintain during the life of this Contract such Public Liability and Property Damage Insurance as shall protect him and any subcontractor performing work covered by this Contract from claims for damages four personal injury including accidental death as well as from claims for property damage which may arise from operations under this Contract, whether such operations be by himself or by any subcontractor, to by anyone directly or indirectly employed by either of them, and the amounts of such insurance shall be as follows: Public Liability Insurance in an amount of not less than One Million Dollars ($1,000,000.00) for bodily injuries, including wrongful death to each person and subject to the same limit for each person in an amount not less that One Million Dollars. ($1,000,000.00) on account of each accident. Property Damage Insurance in an amount not less than One Million Dollars ($1,000,000.00) for damages on account of each accident and in an amount of not less than One Million Dollars ($1,000,000.00) for damages on account of all accidents. Liability and Property Damage Insurance: The above policies for Public Liability and Property Damage Insurance must be so written to include Contractor's Protective Liability and Property Damage insurance to protect the Contractor against claims arising from the operations of a subcontractor. The policies shall also name the Town of Southold as an additional insured. Owner's Protective Public Liability and Property Damage Insurance: The Contractor shall furnish to the Owner, with respect to the operations he or any of his-subcontractors perform a regular Protective Public Liability Insurance Policy for, and in behalf of the Owner, providing for a limit of not less than One Million Dollars ($1,000,000.00) for all damages arising out of bodily injuries to, or death of, one person and subject to that limit for each person, a total limit of One Million Dollars ($1,000,000.00) for all damages arising out of bodily injuries to, or death of, two or more persons in any one accident; and regular Protective Property Damage Insurance providing for a limit of not less than One Million Dollars ($1,000,000.00) for damages arising out of injury to, or destruction of, property in any one accident and subject to that limit per accident, a total (or aggregate limit of Two Million Dollars ($ 2,000,000.00) for all damages arising out of injury to, or destruction of, property during the policy period. This insurance must fully cover the legal liability of the Owner. The coverage provided under his policy must not be affected if the Owner performs work in connection with the project either for or in cooperation with the Contractor or as an aid thereto whether the same be a part of the Contract or separate therefrom, by means of its own employees or agents or if the Owner directs or supervises the work to be performed by the Contractor. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the Owner with certificates of each insurer insuring the Contractor of any subcontractor under this Contract except with respect to part D. As listed above. In respect to this paragraph, the Contractor shall furnish the Owner with the original insurance policy. Both certificates, as furnished, and the insurance policy, as required, shall bear the policy numbers, the expiration date of the policy and the limits of liability there under. Both the certificates and the policy shall be endorsed to provide the Owner with any notice of cancellation or non-renewal. 4 Hot Mix Asphalt Concrete Item# 8 "Type 6 Top" - Furnish only Year 2021-22 PROPOSAL FORM DATE: NAME OF BIDDER: TO: SOUTHOLD TOWN BOARD NOTE: All items listed herein must TOWN HALL be bid. Failure to bid any PO BOX 1179 item will be grounds for 53095 MAIN ROAD disqualification. SOUTHOLD,NEW YORK 11971 MEMBERS OF THE BOARD: The undersigned as bidder, declares that the only persons, company, or parties interested in this proposal as principals are named below; that this proposal is made without any connection, directly or indirectly with any other bidder for the same work; that'it is in all respects fair and without collusion or fraud, and that no person acting for or employed by the aforementioned owner is or will be interested directly or indirectly, in the performance of the contract, or the supplies relating to it, or in any portion of the profit thereof; that he has carefully examined all project requirements, including bidding requirements, contract, general and special conditions, specifications, and addenda, if any (Note: acknowledgment of addenda and their dates must be included as indicated on bottom page); that he has satisfied himself by personal examination of the proposed work, and by such other means as he may have chosen, as to the conditions and requirements of the work; and he proposed and agrees that if his proposal be accepted he will contract to furnish all materials not provided by the Town (See Specifications) and to perform all the work required to construct, perform and complete the specified work; and that he will start the work as directed by the Town, he will accept, in full payment thereof as listed below: BID ON ASPHALT ROAD MATERIALS, HOT Mix ASPHALT CONCRETE, "Type 6 Top", IN ACCORDANCE WITH THE PROJECT REQUIREMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED CUMULATIVE "UNIT PRICE" OF: BID #1 SUPPLY LABOR AND MATERIAL TO FURNISH "Type 6 Top" INTO SOUTHOLD TOWN HIGHWAY TRUCKS MADE WITH AN ALLOTMENT OF (30% OF RAP) RECYCLED ASPHALT PRODUCT INCLUDED IN THE MIXTURE (written in words) Per Ton (written in numbers words) Per Ton 5 5 Hot Mix Asphalt Concrete Item# 8 "Type 6 Top" - Furnish only Year 2021-22 And he further agrees that if this proposal shall be accepted by the Town and that if he shall refuse, fail or neglect to enter into a Contract pursuant to such proposal and to the requirements of the Town, shall have been deposited in the mail addressed to him at the address given in the proposal, that he shall be considered to have abandoned the contract. We the undersigned, further agree that this proposal shall be reviewed by the Town to correct any deficiencies in the proposed scope of work and, if no corrections are necessary, further agree that this proposal is a formal bid and shall remain in effect for a period of forty-five (45) days, the Town will accept or reject this proposal or by mutual agreement may extend this time period. Signature of Bidder: Business Address: Telephone Number: Date: 6 Hot Mix Asphalt Concrete Item# 8 "Type 6 Top" - Furnish only Year 2021-22 1. DESCRIPTION Bids are requested for the supply of labor and material to furnish N.Y.S. Type 6 Top Coat into Southold Town Highway Trucks. The materials shall meet the specifications to/for Item 403.1701 in the New York Department of Transportation Specifications. The materials shall be constructed in accordance to section 400 in the New York State Department of Transportation Specifications. Material shall be measured by ton. Payment for this item shall be made by the unit price multiplied by the number tons. 2. MATERIALS Bituminous Asphalt concrete pavement shall be equal to NYSDOT - Type 6 meet or exceed the following requirements: ASPHALT CONCRETE PAVEMENT Screen General limits Job Mix Sizes % Passing Total % 1" 100 -- 1/2" 95-100 -- 1/4" 65-85 +/- 7 1/8" 36-65 +/- 7 No. 20 15-39 +/- 7 No. 40 8-27 +/- 7 No. 80 4-16 +/- 4 No. 200 2-6 +/- 2 Asphalt Content, % 5.8-7.0 +/- 4 5. TESTING The Town shall have the absolute right to make tests before and after delivery and placement of asphalt material to determine conformity to Specifications, quality and standards of excellence. The Contractor agrees to bear the cost and pay for all tests which are deemed to be necessary in the opinion of the Town. The Contractor shall repair or replace at no additional cost to the Town, any materials found to not meet the Specifications and quality intended. The work shall be executed in the best and most workmanlike manner. 6. SAMPLES The town at its discretion can request samples of asphalt material provided by winning bidder to have periodic testing of the mix at a DOT approved facility at the vendor's expense to help insure that the mix provided is to our specification. 7. MEASUREMENT&PAYMENT The prices quoted in this bid, and subsequently awarded, are to be used in establishing prices for actual materials furnished and placed within Town of Southold Highway Trucks from the date of award up to and 7 Hot Mix Asphalt Concrete Item# 8 "Type 6 Top" - Furnish only Year 2021-22 including one (1) year thereafter. The contract period may be extended for up to one (1) additional year upon mutual written agreement of the Town and the Contractor. Payment shall be made to the contractor at the unit price(s) submitted in the Proposal. The asphalt concrete will be measured by the number of tons. The unit price per ton shall include the cost of furnishing all materials, equipment, labor and incidentals necessary to complete the work. NOTE: The winning bidder will supply the Highway Department with daily mix reports showing the composition of the asphalt mix that day, and endeavor to submit them to us along with the invoices submitted for payment. END OF SPECIFICATION: 8 Hot Mix Asphalt Concrete Item # 8 "Type 6 Top" -Furnish only Year 2021-22 STATEMENT OF NON-COLLUSION (To be completed by each Bidder) In accordance with Section 103-d General Municipal Law, effective September 1, 1966, every bid or proposal hereafter made to a political subdivision of the State of any public department, agency, or official thereof or to a fore district or any agency or official thereof for work or services performed or to be performed or goods sold or to be sold, shall contain the following statement subscribed to by the bidder and affirmed by such bidder as true under the penalties of perjury; non-collusive bidding certification. A. By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief: (1) The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or any competitor. (2) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor. (3) No attempt has been made or will be made by the bidder to induce any other person, partnership, or corporation to submit or not to submit a bid for the purpose of restricting competition. B. The person signing this bid or proposal certifies that he has fully informed himself regarding the accuracy of the statements contained in this certification, and under the statements contained in this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being applicable to the bidder, as well as the person signing in its behalf. C. That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signature of this bid or proposal on behalf of the corporate bidder. RESOLUTION Resolved that of the (Name of signatory) Be authorized to sign and submit the bid (Name of Corporation) 9 Hot Mix Asphalt Concrete Item# 8 "Type 6 Top" -Furnish only Year 2021-22 Or proposal of this corporation for the following Project: Item# 8 Furnish into Town Highway Trucks "Type 6 Top" Peconic Lane, Peconic,New York 11958 and to include in such bid or proposal the certificate as to non-collusion required by section one-hundred-three- d (103-d) of the General Municipal Law as the act and deed of such corporation, and for any inaccuracies or miss-statements in such certificate this corporate bidder shall be liable under the penalties of perjury. The foregoing is true and correct copy of the resolution adopted by corporation at a meeting of the Board of Directors, held on the day of , 20 (SEAL OF THE CORPORATION) Laws of New York, 1965 Ch. 751, Sec. 103-d, as amended & effective on September 1, 1965. Signature 10 Town of Southold P.O Box 1179 Southold, NY 11971 * * * RECEIPT * * * Date: 05/10/21 Receipt#: 280542 Quantity Transactions Reference Subtotal 1 5/21 ZBA cc Fees 5/21 ZBA cc Fee -$46.87 Total Paid: -$46.87 Southold Town Clerk's Office 53095 Main Road, PO Box 1179 Southold, NY 11971 Name: Zoning, Board Of Appeals Clerk ID: LYNDAR Internal ID•5/21 ZBA cc Fees Town of Southold P.O Box 1179 Southold, NY 11971 * * * RECEIPT * * * Date: 05/10/21 Receipt#: 280542 Quantity Transactions Reference Subtotal 1 5/21 ZBA cc Fees 5/21 ZBA cc Fee -$46.87 Total Paid: -$46.87 Southold Town Clerk's Office 53095 Main Road, PO Box 1179 Southold, NY 11971 Name: Zoning, Board Of Appeals Clerk ID: LYNDAR Internal ID.5/21 ZBA cc Fees ` Town of Southold P.O Box 1179 Southold, NY 11971 * * * RECEIPT * * * Date: 05/10/21 Receipt#: 280544 Quantity Transactions Reference Subtotal 1 5/21 TC cc Fees 5/21 TC cc Fees -$246.65 Total Paid: -$246.65 Southold Town Clerk's Office 53095 Main Road, PO Box 1179 Southold, NY 11971 Name: Town, Clerk's Office Clerk ID: LYNDAR Internal ID•5/21 TC cc Fees Town of Southold P.O Box 1179 Southold, NY 11971 * * * RECEIPT * * * Date: 05/10/21 Receipt#: 280544 Quantity Transactions Reference Subtotal 1 5/21 TC cc Fees 5/21 TC cc Fees -$246.65 Total Paid: -$246.65 Southold Town Clerk's Office 53095 Main Road, PO Box 1179 Southold, NY 11971 Name: Town, Clerk's Office Clerk ID: LYNDAR Internal ID 5/21 TC cc Fees Times Review Media Group Invoice #: 6a7d4644 The Suffolk Times Date: 05/07/2021 Bill To Customer Email SOUTHOLD TOWN BOAR® lynda.rudder@ town.southold.ny.us Description^ ,Publish Date Amount Public Notice ._. M"05/13/2021 - $ 25.66 Affidavit 1 $ 25.00 Total:$ 50.66 Please remit checks payable to: Times Review Media Group c/o New York Press Service 621 Columbia St Ext Suite 100 Cohoes, NY 12047 NOTICE TO BIDDERS )TICE IS HEREBY GIVEN,in cordance with the provisions of .ction 103 of the General inicipal Law,that sealed bids are ught and requested for furnishing d placing within the Town of ,uthold,the following road -atments: Oil&Stone Type 6 Top-Hot Mix Asphalt Concrete Base Coat Type II Micro-Surfacing Type 6 Asphalt (town pick up) iecifications may be obtained at Office of the Town Clerk,Town Southold,via email or will be ailable for download on the Town �bsite. Copies can be mailed by Iling the Town Clerks office 1/765-1800. e sealed bids,together with a m-Collusive Bid Certificate,and n c draft,cert'fied c ec c or bid nd in the amount of 100.00. II be received by the Town Clerk the Town of Southold at the iuthold Town Hall,PO Box 1179, 095 Main Road,Southold,New irk,until 2:00 P.M.,Thursday, ay 27,2021 at which time they II be opened and read aloud in blic. ited:May 4,2021 ELIZABETH A.NEVILLE SOUTHOLD TOWN CLERK LEGAL NOTICE NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 of the General Municipal Law, that sealed bids are sought and requested for furnishing and placing within the Town of Southold, the following road treatments: 2. Oil & Stone 5. Type 6 Top—Hot Mix Asphalt Concrete 6. Base Coat 7. Type II Micro-Surfacing 8. Type 6 Asphalt (town pick up) Specifications may be obtained at the Office of the Town Clerk, Town of Southold, via email or will be available for download on the Town website. Copies can be mailed by calling the Town Clerks office 631/765-1800. The sealed bids, together with a Non-Collusive Bid Certificate, and bank draft, certified check, or bid bond in the amount of$100.00, will be received by the Town Clerk of the Town of Southold at the Southold Town Hall, PO Box 1179, 53095 Main Road, Southold, New York, until 2:00 P.M., Thursday, May 27 2021 at which time they will be opened and read aloud in public. The Town Board of the Town of Southold reserves the right to reject any and all bids and waive any and all informalities in any bid should it be deemed in the best interest of the Town of Southold to do so. All bids must be signed and sealed in envelopes plainly marked with the type of road treatment and item# being bid on, and submitted to the Office of the Town Clerk. The bid price shall not include any tax, federal, state, or local, from which the Town of Southold is exempt. Dated: May 4, 2021 ELIZABETH A. NEVILLE SOUTHOLD TOWN CLERK PLEASE PUBLISH ON MAY 13, 2021,AND FORWARD ONE (1) AFFIDAVIT OF PUBLICATION TO ELIZABETH NEVILLE, TOWN CLERK, TOWN HALL, PO BOX 1179, SOUTHOLD,NY 11971 Copies to the following: Suffolk Times Town Board Members Town Attorney Superintendent of Highways Town Clerk's Bulletin Board STATE OF NEW YORK) SS: COUNTY OF SUFFOLK) ELIZABETH A. NEVILLE, Town Clerk of the Town of Southold,New York being duly sworn, says that on the 101h day of May , 2021, a notice of which the annexed printed notice is a true copy was affixed, in a proper and substantial manner, in a most public place in the Town of Southold, Suffolk County,New York, to wit: Town Clerk's Bulletin Board, 53095 Main Road, Southold,New York"and the Southold Town website, www.southoldtownny.gov . Road Treatment Bids lizabeth A. Neville Southold Town Clerk Sworn before me this 101h day of May , 2021. M Notary Public LYNDA M. RUDDER Notary Public, State of New York No. 01 RU6020932 Qualified in Suffolk County /fir Commission Expires March 8,200 Southold Town Board - Letter Board Meeting of May 4, 2021 RESOLUTION 2021-368 Item # 5.38 y�° ate ADOPTED DOC ID: 17017 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2021-368 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON MAY 4, 2021: Resolved that the Town Board of the Town of Southold hereby authorizes and directs the Town Clerk's office to advertise for various asphalt surface treatment bids including Type 6 Hot Mix Asphalt & Oil /stone for the calendar year 2021-22 4 Elizabeth A. Neville Southold Town Clerk RESULT:. ADOPTED [UNANIMOUS] MOVER: Louisa P. Evans, Justice SECONDER:James Dinizio Jr, Councilman AYES: Nappa, Dinizio Jr, Doherty, Evans, Russell ABSENT: Robert Ghosio Generated May 6, 2021 Page 57