Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Road Treatment
a. y ®�®@41yf Fat(r4 DENIS NONCARROW �� ®�� Town Hall,53095 Main Road TOWN CLERK ` " P.O.Box 1179 Southold,New York 11971 REGISTRAR,OF VITAL STATISTICS �� �� Fax(631)765-6145 MARRIAGE OFFICER ® �® Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER r OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD June 12, 2024 Joseph Arpino Suffolk Paving Corp. 30 N. Dunton Avenue Medford,NY '11763 Dear Mr. Arpino: Congratulations. At the regular Town Board meeting held on June 4, 2024,the Town Board accepted the bid of Suffolk Paving Corp. for supplying Item 49, Full Depth Reclamation. A certified copy of the resolution is enclosed. The bid deposit is enclosed. Thank you for your bid. Very truly yours, rn �- Lynda M Rudder Deputy Town Clerk Ens. DENIS NONCARROW ��® re Town Town Hall,53095 Main Road TOWN CLERK " P.O.Box 1179 m Southold,New York 11971 REGISTRAR OF VITAL STATISTICS S ® '`' Fax(631)765-6145 MARRIAGE OFFICER � a ®�' Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD June 12, 2024 Corazzini Asphalt PO Box 1281 . Cutchogue,NY 11935 Dear Mr. Corazzini: At the regular Town Board meeting held on June 4, 2024, the Town Board accepted the bid of Suffolk Paving Corp. for supplying Item#9, Full Depth Reclamation. A certified copy of the resolution is enclosed. The bid deposit is enclosed. Thank you for your bid. Very truly yours, Lynda M Rudder Deputy Town Clerk Ens. © RESOLUTION 2024-511 ADOPTED DOC ID: 20331 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO.2024-511 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON JUNE 4,2024: ' RESOLVED that the Town Board of the Town of Southold hereby accepts the following bids for Item#9 Full Depth Reclamation: Suffolk Paving Corp 30 N Dunton Avenue Medford,NY 11763 Bid#1 6.00 Bid#2 20.00 Bid,#3 20.00 Bid#4 3.00 Denis Noncarrow Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: Jill Doherty, Councilwoman SECONDER:Brian O. Mealy, Councilman AYES: Doroski, Mealy, Smith,Krupski Jr,Doherty ABSENT: Louisa P. Evans BID OPENING Item 99 Full Depth Reclamation May 23, 2024 at 2:00 PM Two bids received Corazzini Asphalt Inc PO Box 1281 Cutchogue,NY 11935 Bid#1 6.75 Bid#2 40.00 Bid#3 40.00 Bid#4 6.00 Suffolk Paving Corp 30 N Dunton Avenue Medford,NY 11763 Bid#1 6.00 Bid#2 20.00 Bid#3 20.00 Bid#4 3.00 DENIS NONCARROW b� ®�� Town Hall,53095 Main Road TOWN CLERK P.O.Box 1179 Southold,New York 11971 REGISTRAR OF VITAL STATISTICS ® Fax(631)765-6145 MARRIAGE OFFICER �s$J® Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER d www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD June 12, 2024 Corazzini Paving Products PO Box 1744 Southold,NY 11971 Dear Mr. Corazzini: Congratulations. At the regular Town Board meeting held on June 4, 2024,the Town Board accepted the bid of Corazzini Paving Products for supplying Item#8, Type 6 Asphalt. A certified copy of the resolution is enclosed. The bid deposit is enclosed. Thank you for your bid. Very truly yours, Vj Lynda M Rudder Deputy Town Clerk Ens. RESOLUTION 2024-510 ADOPTED DOC ID: 20330 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2024-510 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON JUNE 4,2024: 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: Corazzini Paving Products $110.00/ton PO Box 1744 Southold,NY 11971 Denis Noncarrow Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: Brian O. Mealy, Councilman SECONDER:Greg Doroski, Councilman AYES: Doroski, Mealy, Smith, Krupski Jr,Doherty ABSENT: Louisa P. Evans r 'r BID OPENING May 23,2024 at 2:00 PM #8 Type 6 Asphalt One bid received: Bid#1 Corazzini Paving Products $110.00/ton PO Box 1744 Southold,NY 11971 DENIS NONCARROW �� ®�� Town Hall,53095 Main Road TOWN CLERK ® P.O.Box 1179 Southold,New York 11971 REGISTRAR OF VITAL STATISTICS 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 June 12, 2024 Corazzini Asphalt PO Box 1281 Cutchogue,NY 11935 Dear Mr. Corazzini: Congratulations. At the regular Town Board meeting held on June 4, 2024, the Town Board accepted the bid of Corazzini Asphalt for supplying Item#6, Hot Mix Asphalt Concrete-Base Coat. A certified copy of the resolution is enclosed. The bid deposit is enclosed. Thank you for your bid. Very truly yours, Lynda M Rudder Deputy Town Clerk Ens. ©� RESOLUTION 2024-509 4J°�¢ ADOPTED DOC ID: 20329 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2024-509 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON JUNE 4,2024: RESOLVED that the Town Board of the Town of Southold hereby accepts the following bids for' Item#6 Hot Mix Asphalt Concrete-Base Coat Corazzini Asphalt PO Box 12,81 Cutchogue,NY 11935 30%RAP Southold Fishers Island 0-100 tons 145.00 570.00 100-250 ton 135.00 545.00 250-500 ton 130.00 465.00 500-1000 Ton 120.00 425.00 over 1000 Ton 110.00 410.00 Bid#2 5.75 16.00 Denis Noncarrow Southold Town Clerk ' RESULT: ADOPTED [UNANIMOUS] MOVER: Brian O. Mealy, Councilman SECONDER:Jill Doherty, Councilwoman AYES: Doroski, Mealy, Smith, Krupski Jr, Doherty ABSENT: Louisa P. Evans BID OPENING May 23, 2024 at 2:00 pm #6 Base Coat One bid received: Town Fishers Island Corazzini Asphalt PO Box 1281 -Cutchogue,NY 11935 30% RAP 0-100 tons 145.00 570.00 100-250 ton 135.00 545.00 250-500 ton 130.00 465.00 500-1000 Ton 120.00 425.00 over 1000 Ton 110.00 410.00 Bid# 2 5.75 16.00 4. DENIS NONCARROW �� �, Town Hall,53095 Main Road TOWN CLERK ® P.O.Box 1179 r . Va 7 " Southold,New York 11971 REGISTRAR OF VITAL STATISTICS Z9 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 June 12, 2024 Joseph Arpino Suffolk Paving Corp. 30 N. Dunton Avenue Medford,NY 11763 Dear Mr. Arpin: At the regular Town Board meeting held on June 4, 2024,the Town Board accepted the bid of Corazzini Asphalt for supplying Item#5, Type 6 Asphalt Road Treatment. A certified copy of the resolution is enclosed. The bid deposit is enclosed. Thank you for your bid. Very truly yours, � r- Lynda M Rudder Deputy Town Clerk Ens. �s DENIS NONCARROW �� ®��, Town Hall,53095 Main Road TOWN CLERK ® P.O.Box 1179. Southold,New York 11971 REGISTRAR OF VITAL STATISTICS 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 June 12, 2024 Corazzini Asphalt PO Box 1281 Cutchogue,NY 11935 Dear Mr. Corazzini: Congratulations. At the regular Town Board meeting held on June 4, 2024,the Town Board accepted the bid of Corazzini Asphalt for supplying Item#5, Type 6 Asphalt Road Treatment. A certified copy of the resolution is enclosed. The bid deposit is enclosed. Thank you for your bid. Very truly yours, L � Lynda M Rudder Deputy Town Clerk Ens. RESOLUTION 2024-508 ADOPTED DOC ID: 20328 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO.2024-508 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON JUNE 4,2024: 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 PO Box 1281 Cutchogue,NY 11935 30%RAP Southold Fishers Island 0-100 tons 150.00 575.00 100-250 ton 139.00 550.00 250-500 ton 131.00 470.00 500-1000 Ton 121.00 440.00 over 1000 Ton 114.00 420.00 Bid#2 5.75 16.00 Bid#3 24.00 24.00 Bid#4 1.00 7.00 Bid# 5 140.00 350.00 Bid#6 70.00 135.00 Denis Noncarrow Southold Town Clerk i RESULT: ADOPTED [UNANIMOUS] MOVER: Greg Doroski, Councilman SECONDER:Brian O. Mealy, Councilman AYES: Doroski, Mealy, Smith,Krupski Jr,Doherty ABSENT: Louisa P. Evans BID OPENING May 23,2024 at 2:00 pm #5 Tyne 6 Top Two bids received: Town Fishers Island Corazzini Asphalt PO Box 1281 Cutchogue,NY 11935 30% RAP 0-100 tons 150.00 575.00 100-250 ton 139.00 550.00 250-500 ton 131.00 470.00 500-1000 Ton 121.00 440.00 over 1000 Ton 114.00 420.00 Bid# 2 5.75 16.00 Bid# 3 24.00 24.00 Bid#4 1.00 7.00 Bid# 5 140.00 350.00 Bid# 6 70.00 135.00 Suffolk Paving Corp. 30 N.Dunton Ave Medford,NY 11763 30% RAP 0-100 tons 250.00 400.00 100-250 ton 225.00 400.00 250-500 ton 175.00 400.00 500-1000 Ton 140.00 300.00 over 1000 Ton 110.00 300.00 Bid# 2 10.00 50.00 Bid# 3 10.00 50.00 Bid# 4 6.00 10.00 Bid# 5 50.00 225.00 Bid# 6 90.00 300.00 A t 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: 5. Type 6 Top—Hot Mix Asphalt Concrete 6. Base Coat 8. Type 6 Asphalt (town ick up) Depth`Recla'mation 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 23, 2024 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 #beinIZ 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: April 23, 2024 DENIS NONCARROW SOUTHOLD TOWN CLERK A + l Full Depth Reclamation Item 4 9 With Asphalt Emulsion Year 2024-25 ITEM NO. 9 SPECIFICATIONS FOR THE PERFORMANCE OF FULL DEPTH RECLAMATION ON MAINLAND SOUTHOLD FULL DEPTH RECLAMATION WITH ASPHALT EMULSION 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 I Full Depth Reclamation Item 4 9 With Asphalt Emulsion Year 2024-25 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. 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 accorpanied. 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 Full Depth Reclamation Item 4 9 ' With Asphalt Emulsion Year 2024-25 i 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 Full Depth Reclamation Item # 9 With Asphalt Emulsion Year 2024-25 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 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. 4 Full Depth Reclamation Item # 9 With Asphalt Emulsion Year 2024-25 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. 5 Full Depth Reclamation Item # 9 With Asphalt Emulsion Year 2024-25 PROPOSAL FORM DATE: NAME OF BIDDER: - CLlr r o(.{2 Pnv� rb cur p- 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 FULL DEPTH RECLAMATION WITH ASPHALT EMULSION, IN ACCORDANCE WITH THE PROJECT REQUIREMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED CUMULATIVE "UNIT PRICE" OF: BID #1 SUPPLY LABOR, EQUIPMENT AND MATERIAL TO PERFORM FULL DEPTH RECLAMATION WITHIN MAINLAND SOUTHOLD Sy)0( 90 CC/I AS (written in words) Per Square Yard (written in numbers words) Per Square Yard 6 Full Depth Reclamation Item # 9 With Asphalt Emulsion Year 2024-25 BID #2 SUPPLY LABOR, EQUIPMENT AND MATERIAL TO PROVIDE DENSE GRADED AGGREGATE BASE MATERIAL I vljr rr 71-, 420 (written in words) Per Cubic Yard (written in numbers words) Per Cubic Yard BID #3 SUPPLY LABOR AND EQUIPMENT TO PERFORM UNCLASSIFIED EXCAVATION OF EXCESS MATERIAL * 2 0 (written in words) Per Cubic Yard (written in numbers words) Per Cubic Yard BID #4 SUPPLY LIQUID EMULSION TO BE PLACED DURING MIXING QUANTITY USED TO BE CALCULATED ON MIX DESIGN AND RECLAMATION QUANITY (1.75, 2.00 or 2.25 GALS PER SQUARE YARD) /'lr►, ��c,���l � 3 (written in words) Per Gallon (written in numbers words) 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 f a period of forty-five (45) days, the Town will accept or reject this proposal or by mutual agreement m exten this/timme period. Signature of Bidder: ✓ `� Business Address: ,j ® / " 0v f-1rC-1 0 . /V - Telephone Number: V / ' u / - / Date: 23 - Z 07- 7 7 Full Depth Reclamation Item 4 9 With Asphalt Emulsion Year 2024-25 1. DESCRIPTION Under this Item, the Contractor shall construct a stabilized mixed-in place recycled base course on various Town roadways or paved areas, located throughout the Town, conforming to the lines, grades, thickness and cross slopes as shown on the plans or as directed by the Superintendent. The work shall consist of techniques used to pulverize, stabilize and incorporate asphalt emulsions with recycled asphalt pavement and aggregate to various depths (approximate range 4-8 inches) after compaction. 2. MATERIALS 2.1 a. Recycled asphalt pavement shall consist of the existing asphalt pavement which has been scarified and pulverized in place so that the maximum size of any material does not exceed 2 inches. b. Virgin aggregates may be added, if deemed necessary by the Superintendent to change the gradation or raise the grade. The new material shall be Dense Graded Aggregate Base Material. c. Emulsified asphalt for the mixture shall meet the requirements of CSS-I , CSS-I h, SS-1, or SS-1h. 2.2 a. Approval for the job mix formula--All testing shall be performed by a laboratory of the Contractor's choice, approved by the Superintendent. Testing shall be in accordance with ASTM D-1559 as amended in Appendix A of this specification. A minimum of one sample per five hundred linear feet shall be obtained by the Contractor from the existing roadway, or one per 2,000 square yards elsewhere, at the direction of the Superintendent. Materials which are similar in gradation and appearance may be mixed together for testing to develop the job mix formula. Prior to the start of any pulverization work, a test report for the job mix formula must be submitted,by the Contractor, to the Superintendent for his approval. Failure to comply with this requirement will lead to non-payment of the work. As a minimum this report should indicate the following: 1. A gradation of the in-situ aggregate to a depth of 8 inches below,the proposed finished surface. 2. When more than 4 inches of bituminous surface is present, an extraction analysis (gradation, asphalt content) shall be performed. 3. Optimum moisture content of the existing aggregate base within 8 inches of the proposed finished surface (ASTM D-1 557). 8 Full Depth Reclamation Item # 9 With Asphalt Emulsion Year 2024-25 4. The recommended emulsion content for the mix and the manufacturer of the emulsion. A minimum of three (3) mixes shall be tested at the following emulsion contents: 1.75, 2.00, and 2.25 gallons per square yard. 5. Air voids, Marshall stability and flow, when testing in accordance with Appendix A of this specification. 6. Density of the mixture in pounds per cubic foot (PCF) for both wet and dry, in accordance with Appendix A. After the job mix formula is established, all mixtures furnished for the project shall conform thereto. When unsatisfactory results or other conditions make it necessary, the Superintendent may require the establishment of a new job mix fonnula. The Marshall stability and flow values specified below shall be used to establish the job mix formula, but may be waived by the Superintendent. 7. The wet stability at 140 degrees F shall not be less than 500 lbs. 8. The flow shall be not less than 7 nor more than 18. 9. The percent stability loss (dry vs. wet) shall be a maximum of 50%. 2.3 The optimum moisture content of the material (no emulsion added) shall be determined by ASTM D- 1557. The total liquid content of the mixture shall be the sum of the water in the aggregate and the total percentage of the emulsion added. The total liquid content of the mix shall be within 2% of the optimum moisture content. 3. CONSTRUCTION REQUIREMENTS 3.1 The Contractor may use any equipment approved by the Superintendent which will produce the completed base course meeting these specifications: a. An asphalt stabilized recycled base course within 1/4 inch of design grade specified in the plans and containing the amount of emulsion specified by the job mix formula within 0.5%, and meeting the stability and percent stability loss requirement as specified. b. Pulverization of the existing asphaltic concrete pavement so that the usable material is less than 1-1/2 inches in diameter. Pulverization shall be done with a recycling machine acceptable to the Superintendent. Prior to the start of any pulverization work, the Contractor shall have all existing utilities marked out in accordance with N.Y. State Law and Industrial Rule 53. During pulverization, the Contractor shall protect all utility valve boxes, drainage structures (inlets, manholes, etc.) and sanitary sewer manholes from possible damage by this operation. Any damage caused by the Contractor's operation will be repaired by the Contractor at no cost to the Town. No form of scarification or pulverization will be allowed in rainy or snowy weather, or if the moisture content of the in-place material exceeds its optimum moisture content by more than two percent (2%). 9 } Full Depth Reclamation Item # 9 With Asphalt Emulsion Year 2024-25 3.2 a.Regrading of the roadway —following the pulverization and stabilization operations, and prior to placement of a surfacing course, the mixed-in-place base within the roadway shall be graded. The grading of the completed base must meet the following criteria: 1 Final gutter elevation where curb and gutter exist shall be plus or minus 1/4 inch of existing gutter elevation. 2 Final gutter elevation where standard curbs exist shall be plus or ininus 1/4 inch of theoretical base elevation. 3. Final elevation at meeting existing pavement lines shall be plus or minus 1/4 inch of theoretical base elevation. 4. Final flow line elevation where no curbs exist shall be plus or minus 1/4 inch of theoretical base elevation. 5. Final centerline elevation shall be plus or minus 1/4 inch of theoretical base elevation. The Contractor's attention is directed to the fact that roadways selected for stabilization may have relatively flat profile grades which necessitates accurate control of the grading of the base to provide proper drainage along the roadway gutter line. The tolerances listed for the various conditions which may be encountered will be strictly enforced. Failure to comply with these tolerances will lead to non-payment and will require correction by the Contractor at his own expense with no additional cost to the Town. In addition, during any phase of the grading operation the Contractor shall have on site adequate personnel and leveling equipment (level and survey rod) capable of setting and checking the proposed grades from the plans, reference points, instructions of the Superintendent, and/or any other requirements as established by the Superintendent. b. Pulverized material may be moved from cut areas of the pavement to fill areas of the pavement in order to raise the grades or the pulverized material may be removed to adjacent areas in order to lower the grade. If the movement of the pulverized material on site provides sufficient quantities of material to meet the required roadway grading, no additional payment will be made by the Town of Bid #2 or Bid #3. It is the Contractor's responsibility to ensure that the criteria noted in Section 3.2a are met and adequate personnel must be assigned to the project to provide grading control. Failure to meet these criteria will be cause for rejection of the work. If any of the above criteria cannot be met due to existing conditions, the Contractor must notify the Superintendent who will determine the solution to the grade problem. c. If additional fill material is required in order to raise the grades as shown on the plans, and there is not sufficient quantities of material existing within the roadway for this purpose and material must be added in, then the material added shall conform to the specification for Bid #2 , Dense Graded Aggregate Base Material. Payment for this Item will then be made at the 10 Full Depth Reclamation Item # 9 With Asphalt Emulsion Year 2024-25 unit price bid per cubic yard for Bid #2, Dense Graded Aggregate Base Material. d. If removal of material is required in order to lower the grades as shown on the plans, and there is an excess of material remaining after all roadway grading is complete, then all excavation required shall conform to the appropriate sections of the specification for Item 203.02, Unclassified Excavation and Disposal, as listed in the Standard Specifications of the New York State Department of Transportation. In addition to the requirements of the specification, if more than two inches (2") of material is required to be removed, the Contractor must remove the excess material from below the pulverized material. This can be accomplished by windrowing the pulverized material to the side, excavating the excess material, and then spreading the pulverized material to grade over the excavated area. Payment for this work will then be made at the unit price bid per cubic yard for Bid #3, Unclassified Excavation. e. If necessary to change the gradation of the existing material in order to provide a gradation suitable for stabilization, the material added shall conform to the specification for Bid#2, Dense Graded Aggregate Base Material. The dense graded material shall be spread evenly over the pavement and mechanically blended with the in situ material to form a mixture with the desired gradation and uniformity.No additional payment will be made for the blending of the dense graded material with the existing material. Payment for this work shall be included in the unit price bid per cubic yard for Bid#2, Dense Graded Aggregate Base Material. f. If removal of unsuitable subgrade soils is required,the removal shall be performed in accordance with the requirements of Bid #3, Unclassified Excavation (Unsuitable Subgrade Soils). Payment for this work will then be made at the unit price bid per cubic yard for Bid #3, Unclassified Excavation (Unsuitable Subgrade Soils). 3.3 a. General—the moisture content of the recycled aggregate at the time of the addition or application of the asphalt emulsion shall be uniformly distributed through the recycled aggregate and shall not vary from the optimum moisture content of the material by more than two percent (2%), and shall be at a level such that the required total liquid content of the mix may be obtained. The total liquid content shall be within the limits of Section 2.3 and based on that established in the approved mix design. b.The Contractor must have equipment on hand to determine the moisture content and monitor such during the mix operations. c. The temperature range of the respective bituminous materials at the time of addition or application shall be as specified, between ambient and 150 degrees F. Bituminous materials shall not be added or applied to the aggregate when the air temperature in the shade is below 50 degrees F or when the weather conditions are rainy, snowy, or otherwise unfavorable. The bituminous material shall not be placed on an area which is excessively wet or varies from the optimum moisture content by more than two percent (2%) or at a lower temperature than the air temperature shown above. Mixing operations shall be suspended when the descending air temperature falls below 50 degrees F. 11 Full Depth Reclamation Item # 9 With Asphalt Emulsion Year 2024-25 3.4 Mixing In-place Mixing - The required amount of approved asphalt emulsion shall be incorporated into the recycled asphalt/aggregate material at the cutting head. The metering equipment shall be approved by the Superintendent and shall be capable of applying all the required amount of asphalt emulsion in one pass. If the metering equipment is not working properly, the operation shall be stopped until the problem is corrected. Descriptive information on the mixing and applying equipment as well as all calibration information and curves on all metering equipment used shall be submitted for approval to the Superintendent not less than five (5) days before work starts. 4. AERATION AND COMPACTION a. Aeration - The Contractor shall blade mix the material until a uniform mixture, as determined by the Superintendent, of aggregate and emulsion is obtained. Manipulation of the mixture shall then continue until the volatiles or water, or both, are removed in sufficient quantities to provide a mixture suitable for compaction. b. Compaction - After the mixture has been completely aerated, it shall be spread to a uniform grade and cross-section and compacted with an approved, fully operational, pneumatic-tired roller for the full width of the roadway. Rolling shall continue until the entire roadway is at finished grade. Failure to comply with this requirement will lead to rejection and non- payment of the work. Once the finished grade is obtained the mixture shall be compacted again. The compaction equipment used for finished rolling shall be a vibratory soil compactor, standard asphalt rollers will not be permitted, and shall be capable of attaining the density requirements listed below. If problems arise based upon the use of a vibratory roller in residential areas, the Superintendent will require the Contractor to replace the roller with one capable of meeting the requirements with no vibration. The maximum depth of any compacted layer shall be 6 inches. Where the required course is more than 6 inches in total compacted depth, it shall be constructed in approximately equal depth layers. The Contractor shall employ an independent testing laboratory approved by the Superintendent to perform quality control testing during the compaction process. A quality control plan shall be submitted for approval to the Superintendent not less than five (5) days before work starts. The testing laboratory shall provide a Nuclear-Density meter to control the final in-place density of the stabilized material. The meter shall also be used to determine the optimum number-of roller passes required to achieve an acceptable density. The meter will be required for each day that the in-place 12 Full Depth Reclamation Item 4 9 With Asphalt Emulsion Year 2024-25 stabilization and fine grading operation is in progress. Failure to comply with this requirement will lead to rejection and non-payment of the work. 5. FINISH GRADING The finish grading operation shall conform to the required line and grade and cross sections specified under Section 3.2a. 6. CURING PERIOD Following the grading and stabilization operations, a period of curing of the recycled base will be required. After a minimum curing period of three (3) days or less, as determined by the Superintendent, a deflection survey will be performed on the top of the completed base. 7. TESTING 7.1 Completed Base. After the curing period the Contractor shall employ an independent testing firm to perform a deflection survey on the top of the completed base. The procedure used will utilize a "Benkelman Beam" and will conform to ASTM D4695, "Standard Guide for General Pavement Deflection Measurements." The Contractor shall also furnish the loaded six- or ten-wheel truck and driver required for testing, as well as all necessary traffic control. No separate payment will be made for the required acceptance testing. The cost is to be included in the unit price bid for Bid 41. If any unstable areas appear,the Contractor shall repulverize, aerate, regrade and recompact the areas. If needed, additional admixture shall also be added. No additional payment will be made for the repairing of unstable areas found by the deflection survey. If unstable areas still remain,the Superintendent may direct the Contractor to remove the existing base material to a depth of eight inches (8") and refill the areas with Bid#2, Dense Graded Aggregate Base Material. The material will be compacted as specified. Payment will be made for the use of the Dense Graded Aggregate Base Material at the unit price bid per cubic yard for Bid#2. No additional payment will be made for repairing unstable areas which, in the opinion of the Superintendent, were caused by excessive moisture content, insufficient or excessive emulsified asphalt or for any other conditions caused by failure to conform to the job mix formula,poor quality control or poor construction practices. 8. MEASUREMENT & PAYMENT The quantity to be paid for under this Item shall be the number of square yards of material that is pulverized, graded, stabilized, compacted and tested in accordance with the plans, specifications, and as instructed by the Superintendent. The unit price bid per square yard for this Item shall include the cost of all labor, materials, additives, tools, equipment, laboratory and quality control testing, reports and all incidentals necessary to satisfactorily complete the in-place pulverization, stabilization, grading, aeration, compaction, acceptance testing, and l3 Full Depth Reclamation Item 4 9 With Asphalt Emulsion Year 2024-25 repair of unstable areas of the roadway and surface repairs. The approximate depth of cut shall be 4 inches to 8 inches. If during the initial in-place pulverization the depth of bituminous material is found to be greater than 8 inches, then depths of greater than 8 inches only when ordered and verified by the Superintendent shall be paid for in the following manner: For each 2 inches in excess of 8 inches in depth, the pay item shall be increased by 5% per square yard for the area in which the additional depth is found. Base material required will be paid for under Bid 42, Dense Graded Aggregate Base Material, excavation required will be paid for under Bid 43, Unclassified Excavation, liquid emulsion furnished and placed will be paid for under Item Bid 44. END OF SPECIFICATION: APPENDIX "A" Modifications made to ASTM D-1559 for mixes made with asphalt emulsions; SS-I, SS-1h, CSSIh and CSS-1. -A minimum of three (3)mixes shall be tested at the following emulsion contents: 1.75, 2.00 and 2.25 gallons per square yard - All mixes will be made at a total liquid content as defined in section 2.3 of this specification. Mixing will be at ambient temperature (i.e., 77 +1-7 degrees F) - Compaction of the specimen will be made at ambient temperature. No heating of molds of other material will be necessary. - Apply 75 blows with the compaction hammer per face. - Remove from mold within one hour of compaction. - Weigh and measure with a caliper to the nearest 1/32 of an inch. Determine the "Wet Density" (lb. per cubic foot) as follows: (Weight)/ (Thickness in inches x 205.926)) x 62.4 - Place specimen on its side in a flat pan and allow to sit at 77 = 1-7 degrees F for a minimum of 2hours. - Transfer specimens to a force air oven maintained at 105 +1-2 degrees F for 18 +14 hours. - Remove from oven and allow to cool for a minimum of 2 hours. - Determine the Bulk Specific Gravity by ASTM D-2726 - Determine the Theoretical Maximum Specific Gravity by ASTM D-2041. (Use volumeter only) Wet Stability: 14 Full Depth Reclamation Item 4 9 With Asphalt Emulsion Year 2024-25 - Place 3 specimens in a high walled pan and place in a 140 +1-1.8 degree F water bath for 30 to 35 minutes. - Determine the stability and flow within 30 seconds after removal from the water bath. Dry Stability: - Place 3 specimens in an oven maintained at 140 +1-1.8 degrees F for 2 hours. - Determine the stability and flow within 30 second of removal from the oven. Reporting: - Report the "wet stability" - Report the "dry stability" - Compare the "wet"/"dry" stability ratio. -The percent stability loss shall be a maximum of 50%. 15 I Full Depth Reclamation Item 4 9 With Asphalt Emulsion Year 2024-25 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 tlie.execution of this certificate by the signature of this bid or proposal on behalf of the corporate bidder. RESOLUTION Resolved that 0 5 C (--If� I ,"1 IA-P f N a of the ame of signatory) su t r D C4x- gAf✓'r/"L C011 Be authorized to sign and submit the bid (Name of Corporation) 16 Full Depth Reclamation Item 4 9 With Asphalt Emulsion Year 2024-25 Or proposal of this corporation for the following Project: Item 4 9 Full Depth Reclamation with Asphalt Emulsion Performed within Mainland Southold Town 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�y�Tn`'� `�`'`rL _corporation at a meeting of the Board of Directors, held on the 3 a day of 202y. (SEAL OF THE CORPORATION) Laws of New York, 1965 Ch. 751, Sec. 103-d, as amended & effective on September 1, 1965. Signature 17 ti 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: S. Type 6 Top —Hot Mix Asphalt Concrete 6. Base Coat 8. Type 6 Asphalt (town ick up) 9.,;F.u11.Deptli Recla mamation Specifications y 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 23, 2024 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: April 23, 2024 DENIS NONCARROW SOUTHOLD TOWN CLERK Full Depth Reclamation Item 4 9 With Asphalt Emulsion Year 2024-25 ITEM NO. 9 SPECIFICATIONS FOR THE PERFORMANCE OF FULL DEPTH RECLAMATION ON MAINLAND SOUTHOLD FULL DEPTH RECLAMATION WITH ASPHALT EMULSION 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 Full Depth Reclamation Item # 9 With Asphalt Emulsion Year 2024-25 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. 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 accorpanied. 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 A Full Depth Reclamation Item 4 9 With Asphalt Emulsion Year 2024-25 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 3 t Pull Depth Reclamation Item 4 9 With Asphalt Emulsion Year 2024-25 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 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. 4 Full Depth Reclamation Item # 9 With Asphalt Emulsion Year 2024-25 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. 5 Full Depth Reclamation Item # 9 With Asphalt Emulsion Year 2024-25 h PROPOSAL FORM DATE: 1 �'\ g-a NAME OF BIDDER: ayOi2--2A n) 0C 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 FULL DEPTH RECLAMATION WITH ASPHALT EMULSION, IN ACCORDANCE WITH THE PROJECT REQUIREMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED CUMULATIVE"UNIT PRICE" OF: BID #1 SUPPLY LABOR, EQUIPMENT AND MATERIAL TO PERFORM FULL DEPTH RECLAMATION WITHIN MAINLAND SOUTHOLD Sy douays t eaxoi,4 �ww-�s (written in words) Per Square Yard (written in numbers words) Per Square Yard 6 Full Depth Reclamation Item # 9 • With Asphalt Emulsion Year 2024-25 BID #2 SUPPLY LABOR, EQUIPMENT AND MATERIAL TO PROVIDE DENSE GRADED AGGREGATE BASE MATERIAL Fov, P (01,�0.�s � L40 00 (written in words)Per Cubic Yard (written in numbers words) Per Cubic Yard BID #3 SUPPLY LABOR AND EQUIPMENT TO PERFORM UNCLASSIFIED EXCAVATION OF EXCESS MATERIAL -FC)A 4DUOLVS -Z 4(:) ©a (written in w rds) Per Cubic Yard (written in numbers words) Per Cubic Yard BID #4 SUPPLY LIQUID EMULSION TO BE PLACED DURING MIXING QUANTITY USED TO BE CALCULATED ON MIX DESIGN AND RECLAMATION QUANITY (1.75, 2.00 or 2.25 GALS PER SQUARE YARD) 00 X (AD UC.Us 61 (written in words) Per Gallon (written in numbers words) 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: -2-9C Business Address: T 0 'F-S C)Y- cif-crn0 ly� 11q�5 Telephone Number: Date: 7 Full Depth Reclamation Item # 9 With Asphalt Emulsion Year 2024-25 1. DESCRIPTION Under this Item, the Contractor shall construct a stabilized mixed-in place recycled base course on various Town roadways or paved areas, located throughout the Town, conforming to the lines, grades, thickness and cross slopes as shown on the plans or as directed by the Superintendent. The work shall consist of techniques used to pulverize, stabilize and incorporate asphalt emulsions with recycled asphalt pavement and aggregate to various depths (approximate range 4-8 inches) after compaction. 2. MATERIALS 2.1 a. Recycled asphalt pavement shall consist of the existing asphalt pavement which has been scarified and pulverized in place so that the maximum size of any material does not exceed 2 inches. b. Virgin aggregates may be added, if deemed necessary by the Superintendent to change the gradation or raise the grade. The new material shall be Dense Graded Aggregate Base Material. c. Emulsified asphalt for the mixture shall meet the requirements of CSS-I , CSS-1 h, SS-I, or SS-Ih. 2.2 a. Approval for the job mix formula--All testing shall be performed by a laboratory of the Contractor's choice, approved by the Superintendent. Testing shall be in accordance with ASTM D-1559 as amended in Appendix A of this specification. A minimum of one sample per five hundred linear feet shall be obtained by the Contractor from the existing roadway, or one per 2,000 square yards elsewhere, at the direction of the Superintendent. Materials which are similar in gradation and appearance may be mixed together for testing to develop the job mix formula. Prior to the start of any pulverization work, a test report for the job mix formula must be submitted, by the Contractor, to the Superintendent for his approval. Failure to comply with this requirement will lead to non-payment of the work. As a minimum this report should indicate the following: 1. A gradation of the in-situ aggregate to a depth of 8 inches below the proposed finished surface. 2. When more than 4 inches of bituminous surface is present, an extraction analysis (gradation, asphalt content) shall be performed. 3. Optimum moisture content of the existing aggregate base within 8 inches of the proposed finished surface (ASTM D-1 557). 8 Full Depth Reclamation Item # 9 a With Asphalt Emulsion Year 2024-25 4. The recommended emulsion content for the mix and the manufacturer of the emulsion. A minimum of three (3) mixes shall be tested at the following emulsion contents: 1.75, 2.00, and 2.25 gallons per square yard. 5. Air voids, Marshall stability and flow, when testing in accordance with Appendix A of this specification. 6. Density of the mixture in pounds per cubic foot (PCF) for both wet and dry, in accordance with Appendix A. After the job mix formula is established, all mixtures furnished for the project shall conform thereto. When unsatisfactory results or other conditions make it necessary, the Superintendent may require the establishment of a new job mix formula. The Marshall stability and flow values specified below shall be used to establish the job mix formula, but may be waived by the Superintendent. 7. The wet stability at 140 degrees F shall not be less than 500 lbs. 8. The flow shall be not less than 7 nor more than 18. 9. The percent stability loss (dry vs. wet) shall be a maximum of 50%. 2.3 The optimum moisture content of the material (no emulsion added) shall be determined by ASTM D- 1557. The total liquid content of the mixture shall be the sum of the water in the aggregate and the total percentage of the emulsion added. The total liquid content of the mix shall be within 2% of the optimum moisture content. 3. CONSTRUCTION REQUIREMENTS 3.1 The Contractor may use any equipment approved by the Superintendent which will produce the completed base course meeting these specifications: a. An asphalt stabilized recycled base course within 1/4 inch of design grade specified in the plans and containing the amount of emulsion specified by the job mix formula within 0.5%, and meeting the stability and percent stability loss requirement as specified. b. Pulverization of the existing asphaltic concrete pavement so that the usable material is less than 1-1/2 inches in diameter. Pulverization shall be done with a recycling machine acceptable to the Superintendent. Prior to the start of any pulverization work, the Contractor shall have all existing utilities marked out in accordance with N.Y. State Law and Industrial Rule 53. During pulverization, the Contractor shall protect all utility valve boxes, drainage structures (inlets, manholes, etc.) and sanitary sewer manholes from possible damage by this operation. Any damage caused by the Contractor's operation will be repaired by the Contractor at no cost to the Town. No form of scarification or pulverization will be allowed in rainy or snowy weather, or if the moisture content of the in-place material exceeds its optimum moisture content by more than two percent (2%). 9 Full Depth Reclamation ]tern # 9 With Asphalt Emulsion Year 2024-25 3.2 a.Regrading of the roadway—following the pulverization and stabilization operations, and prior to placement of a surfacing course, the mixed-in-place base within the roadway shall be graded. The grading of the completed base must meet the following criteria: 1 Final gutter elevation where curb and gutter exist shall be plus or minus 1/4 inch of existing gutter elevation. 2 Final gutter elevation where standard curbs exist shall be plus or minus 1/4 inch of theoretical base elevation. 3. Final elevation at meeting existing pavement lines shall be plus or minus 1/4 inch of theoretical base elevation. 4. Final flow line elevation where no curbs exist shall be plus or minus 1/4 inch of theoretical base elevation. 5. Final centerline elevation shall be plus or minus 1/4 inch of theoretical base elevation. The Contractor's attention is directed to the fact that roadways selected for stabilization may have relatively flat profile grades which necessitates accurate control of the grading of the base to provide proper drainage along the roadway gutter line. The tolerances listed for the various conditions which may be encountered will be strictly enforced. Failure to comply with these tolerances will lead to non-payment and will require correction by the Contractor at his own expense with no additional cost to the Town. In addition, during any phase of the grading operation the Contractor shall have on site adequate personnel and leveling equipment (level and survey rod) capable of setting and checking the proposed grades from the plans, reference points, instructions of the Superintendent, and/or any other requirements as established by the Superintendent. b. Pulverized material may be moved from cut areas of the pavement to fill areas of the pavement in order to raise the grades or the pulverized material may be removed to adjacent areas in order to lower the grade. If the movement of the pulverized material on site provides sufficient quantities of material to meet the required roadway grading, no additional payment will be made by the Town of Bid #2 or Bid #3. It is the Contractor's responsibility to ensure that the criteria noted in Section 3.2a are met and adequate personnel must be assigned to the project to provide grading control. Failure to meet these criteria will be cause for rejection of the work. If any of the above criteria cannot be met due to existing conditions, the Contractor must notify the Superintendent who will determine the solution to the grade problem. c. If additional fill material is required in order to raise the grades as shown on the plans, and there is not sufficient quantities of material existing within the roadway for this purpose and material must be added in, then the material added shall conform to the specification for Bid #2 , Dense Graded Aggregate Base Material. Payment for this Item will then be made at the 10 Full Depth Reclamation Item # 9 3 With Asphalt Emulsion Year 2024-25 unit price bid per cubic yard for Bid #2, Dense Graded Aggregate Base Material. d. If removal of material is required in order to lower the grades as shown on the plans, and there is an excess of material remaining after all roadway grading is complete, then all excavation required shall conform to the appropriate sectio ns of the specification for Item 203.02, Unclassified Excavation and Disposal, as listed in the Standard Specifications of the New York State Department of Transportation. In addition to the requirements of the specification, if more than two inches (2") of material is required to be removed, the Contractor must remove the excess material from below the pulverized material. This can be accomplished by windrowing the pulverized material to the side, excavating the excess material, and then spreading the pulverized material to grade over the excavated area. Payment for this work will then be made at the unit price bid per cubic yard for Bid #3, Unclassified Excavation. e. If necessary to change the gradation of the existing material in order to provide a gradation suitable for stabilization, the material added shall conform to the specification for Bid #2, Dense Graded Aggregate Base Material. The dense graded material shall be spread evenly over the pavement and mechanically blended with the in situ material to form a mixture with the desired gradation and uniformity.No additional payment will be made for the blending of the dense graded material with the existing material. Payment for this work shall be included in the unit price bid per cubic yard for Bid#2, Dense Graded Aggregate Base Material. f. If removal of unsuitable subgrade soils is required, the removal shall be performed in accordance with the requirements of Bid#3, Unclassified Excavation (Unsuitable Subgrade Soils). Payment for this work will then be made at the unit price bid per cubic yard for Bid #3, Unclassified Excavation (Unsuitable Subgrade Soils). 3.3 a. General—the moisture content of the recycled aggregate at the time of the addition or application of the asphalt emulsion shall be uniformly distributed through the recycled aggregate and shall not vary from the optimum moisture content of the material by more than two percent(2%), and shall be at a level such that the required total liquid content of the mix may be obtained. The total liquid content shall be within the limits of Section 2.3 and based on that established in the approved mix design. b-.The Contractor must have equipment on hand to determine the moisture content and monitor such during the mix operations. C. The temperature range of the respective bituminous materials at the time of addition or application shall be as specified, between ambient and 150 degrees F. Bituminous materials shall not be added or applied to the aggregate when the air temperature in the shade is below 50 degrees F or when the weather conditions are rainy, snowy, or otherwise unfavorable. The bituminous material shall-not be placed on an area which is excessively wet or varies from the optimum moisture content by more than two percent (2%) or at a lower temperature than the air temperature shown above. Mixing operations shall be suspended when the descending air temperature falls below 50 degrees F. 11 Full Depth Reclamation Item # 9 With Asphalt Emulsion Year 2024-25 3.4 Mixing In-place Mixing - The required amount of approved asphalt emulsion shall be incorporated into the recycled asphalt/aggregate material at the cutting head. The metering equipment shall be approved by the Superintendent and shall be capable of applying all the required amount of asphalt emulsion in one pass. If the metering equipment is not working properly, the operation shall be stopped until the problem is corrected. Descriptive information on the mixing and applying equipment as well as all calibration information and curves on all metering equipment used shall be submitted for-approval to the Superintendent not less than five (5) days before work starts. 4. AERATION AND COMPACTION a. Aeration - The Contractor shall blade mix the material until a uniform mixture, as determined by the Superintendent, of aggregate and emulsion is obtained. Manipulation of the mixture shall then continue until the volatiles or water, or both, are removed in sufficient quantities to provide a mixture suitable for compaction. b. Compaction - After the mixture has been completely aerated, it shall be spread to a uniform grade and cross-section and compacted with an approved, fully operational, pneumatic-tired roller for the full width of the roadway. Rolling shall continue until the entire roadway is at finished grade. Failure to comply with this requirement will lead to rejection and non- payment of the work. Once the finished grade is obtained the mixture shall be compacted again. The compaction equipment used for finished rolling shall be a vibratory soil compactor, standard asphalt rollers will not be permitted, and shall be capable of attaining the density requirements listed below. If problems arise based upon the use of a vibratory roller in residential areas, the Superintendent will require the Contractor to replace the roller with one capable of meeting the requirements with no vibration. The maximum depth of any compacted layer shall be 6 inches. Where the required course is more than 6 inches in total compacted depth, it shall be constructed in approximately equal depth layers. The Contractor shall employ an independent testing laboratory approved by the Superintendent to perform quality control testing during the compaction process. A quality control plan shall be submitted for approval to the Superintendent not less than five (5) days before work starts. The testing laboratory shall provide a Nuclear-Density meter to control the final in-place density of the stabilized material. The meter shall also be used to determine the optimum number of roller passes required to achieve an acceptable density. The meter will be required for each day that the in-place 12 Full Depth Reclamation Item 4 9 Willi Asphalt Emulsion Year 2024-25 stabilization and fine grading operation is in progress. Failure to comply with this requirement will lead to rejection and non-payment of the work. 5. FINISH GRADING The finish grading operation shall conform to the required line and grade and cross sections specified under Section 3.2a. 6. CURING PERIOD Following the grading and stabilization operations, a period of curing of the recycled base will be required. After a minimum curing period of three (3) days or less, as determined by the Superintendent, a deflection survey will be performed on the top of the completed base. 7. TESTING 7.1 Completed Base. After the curing period the Contractor shall employ an independent testing firm to perform a deflection survey on the top of the completed base. The procedure used will utilize a "Benkelman Beam" and will conform to ASTM D4695, "Standard Guide for General Pavement Deflection Measurements." The Contractor shall also furnish the loaded six- or ten-wheel truck and driver required for testing, as well as all necessary traffic control. No separate payment will be made for the required acceptance testing. The cost is to be included in the unit price bid for Bid 41. If any unstable areas appear, the Contractor shall repulverize, aerate, regrade and recompact the areas. If needed, additional admixture shall also be added.No additional payment will be made for the repairing of unstable areas found by the deflection survey. If unstable areas still remain, the Superintendent may direct the Contractor to remove the existing base material to a depth of eight inches (8") and refill the areas with Bid #2, Dense Graded Aggregate Base Material. The material will be compacted as specified. Payment will be made for the use of the Dense Graded Aggregate Base Material at the unit price bid per cubic yard for Bid#2. No additional payment will be made for repairing unstable areas which, in the opinion of the Superintendent, were caused by excessive moisture content, insufficient or excessive emulsified asphalt or for any other conditions caused by failure to conform to the job mix formula,poor quality control or poor construction practices. 8. MEASUREMENT & PAYMENT The quantity to be paid for under this Item shall be the number of square yards of material that is pulverized, graded, stabilized, compacted and tested in accordance with the plans, specifications, and as instructed by the Superintendent. The unit price bid per square yard for this Item shall include the cost of all labor, materials, additives, tools, equipment, laboratory and quality control testing, reports and all incidentals necessary to satisfactorily complete the in-place pulverization, stabilization, grading, aeration, compaction, acceptance testing, and 13 Full Depth Reclamation Item 119 With Asphalt Emulsion Year 2024-25 repair of unstable areas of the roadway and surface repairs. The approximate depth of cut shall be 4 inches to 8 inches. If during the initial in-place pulverization the depth of bituminous material is found to be greater than 8 inches, then depths of greater than 8 inches only when ordered and verified by the Superintendent shall be paid for in the following manner: For each 2 inches in excess of 8 inches in depth, the pay item shall be increased by 5%per square yard for the area in which the additional depth is found. Base material required will be paid for under Bid 42, Dense Graded Aggregate Base Material, excavation required will be paid for under Bid #3, Unclassified Excavation, liquid emulsion furnished and placed will be paid for under Item Bid #4. END OF SPECIFICATION: APPENDIX "A" Modifications made to ASTM D-1559 for mixes made with asphalt emulsions; SS-I, SS-Ih, CSSIh and CSS-1. - A minimum of three (3) mixes shall be tested at the following emulsion contents: 1.75, 2.00 and 2.25 gallons per square yard - All mixes will be made at a total liquid content as defined in section 2.3 of this specification. Mixing will be at ambient temperature (i.e., 77 +1-7 degrees F) - Compaction of the specimen will be made at ambient temperature. No heating of molds of other material will be necessary. - Apply 75 blows with the compaction hammer per face. - Remove from mold within one hour of compaction. - Weigh and measure with a caliper to the nearest 1/32 of an inch. Determine the"Wet Density" (lb. per cubic foot) as follows: (Weight)/(Thickness in inches x 205.926)) x 62.4 - Place specimen on its side in a flat pan and allow to sit at 77 = 1-7 degrees F for a minimum of 2hours. - Transfer specimens to a force air oven maintained at 105 +1-2 degrees F for 18 +14 hours. - Remove from oven and allow to cool for a minimum of 2 hours. - Determine the Bulk Specific Gravity by ASTM D-2726 - Determine the Theoretical Maximum Specific Gravity by ASTM D-2041. (Use volumeter only) Wet Stability: 14 Full Depth Reclamation Item 4 9 With Asphalt Emulsion Year 2024-25 - Place 3 specimens in a high walled pan and place in a 140 +1-1.8 degree F water bath for 30 to 35 minutes. - Determine the stability and flow within 30 seconds after removal from the water bath. Dry Stability: - Place 3 specimens in an oven maintained at 140 +1-1.8 degrees F for 2 hours. - Determine the stability and flow within 30 second of removal from the oven. Reporting: - Report the "wet stability" - Report the "dry stability" - Compare the "wet"/"dry" stability ratio. - The percent stability loss shall be a maximum of 50%. 15 Full Depth Reclamation Item 4 9 With Asphalt Emulsion Year 2024-25 STATEMENT OF NON-COLLUSION USION (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'y)0_/d -C�I�CIZ?/l� of the (Name of signatory) Co'(Ol Z2A rm N UY C- Be authorized to sign and submit the bid (Name of Corporation) 16 Full Depth Reclamation Item 4 9 With Asphalt Emulsion Year 2024-25 Or proposal of this corporation for the following Project: Item# 9 Full Depth Reclamation with Asphalt Emulsion Performed within Mainland Southold Town 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 !1(-�to ration at a meeting of the Board of Directors, held'on the off— day of , 20CA (SEAL OF THE CORPORATION) Laws of New York, 1965 Ch. 751, Sec. 103-d, as amended & effective on September 1, 1965. Si Wture 17 a 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: "#ase WCoat Hot Mix.,Asphalt Concrete 8. Type 6 Asphalt (town pick up) 9. Full Depth Reclamation 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 23, 2024 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 9 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: April 23, 2024 DENIS NONCARROW SOUTHOLD TOWN CLERK Hot Mix Asphalt Concrete Item 4 5 "Type 6 Top" Year 2024-25 ITEM NO. S 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. I-lot Mix Asphalt Concrete Itern 4 5 "Type 6 Top"' Year 2024-25 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 4 5 "Type 6 Top" Year 2024-25._ 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 Hot Mix Asphalt Concrete Item 4 5 "Type 6 Top" Year 2024-25 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 mull 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. 4 Hot Mix Asphalt Concrete Item 4 5 "Type 6 Top'' Year 2024-25 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. 5 I-lot Mix Asphalt Concrete Item 4 5 "Type 6 Top"' Year 2024-25 /� PROPOSAL FORM �`�\ DATE: a a a os4®a NAME OF BIDDER: C-0 G, A! ph a If- ' Y) 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: 6 Hot Mix Asphalt Concrete Item # 5 "Type 6 Top" Year 2024-25 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 •J,c:k:,�:F'x,>Fx:kx',�xxxxxx>;�:��>F�:F�c;t�',c�<xx'x, 'x,;;cxxx�'x, xxx'x,xr;. 'x,�x:<xxxxxx xx�:�x:��',c>:�c�cx�:;c'x,>,e��',ex�:�:'x, 'x,x>,c 0— 100 Tons SOUTHOLD TOWN: FISHERS ISLAND: 0n U d�����✓s q Ye, �U r,�k Ue M40'T (written in words) Per Ton (written in words) Per Ton (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 �O C7 (written in numbers) Per Ton (written in numbers) Per Ton 250- 500 Tons SOUTHOLD TOWN: FISHEER//S'' ISLAND: ,Q,��v 4Aqoie ddlo,5 TW✓ &2�rd �QU` (.ru Pwt -tam (written in words) Per Ton (written in — n/words) Per Ton ,a 1 �1 0 0 ,g,—f [Q. 0 d (written in numbers) Per Ton (written in numbers) Per Ton 7 Hot Mix Asphalt Concrete Item # 5 "Type 6 Top" Year 2024-25 500— 1,000 Tons SOUTHOLD TOWN: FISHERS ISLAND: e-N4f-d lyleftore 11 douavi -1�ur hU,�d�d Goa t�� —(written in words) Per Ton (written in words) Per Ton 00 Ct�14 () �Z-o L (written in numbers) Per Ton (written in numbers) Per Ton Over 1,000 Tons SOUTHOLD TOWN: FISHERS ISLAND: hP.,hond-adh-Aceo Fw v h ondrr d -Ayen�lctoUakj (written in words) Per Ton (written in words) Per Ton s 11qI of q20 oo (written in numbers) Per Ton (written in numbers) Per Ton BID #2 COLD MILLING & REMOVAL SOUTHOLD TOWN: FISHERS ISLAND: R,vCJoUa,,,,- * a\xni-Y �,tcait & �keo-dAms (written in words) Per Square Yard (written in words) Per Square Yard (written in numbers) Per Square Yard (written in numbers) Per Square Yard BID 93 PAVEMENT KEY CUT SOUTHOLD TOWN: FISHERS ISLAND: -@uy- &(Aa�rE Tw�ejn -(ro Lm- 6o Lko,<S (written in wotds) Per Linear Foot (written in 4rcls) Per Linear Foot S -2—L41 0 0 0 2-4 coo (written in numbers) Per Linear Foot (written in numbers) Per Linear Foot 8 I-lot Mix Asphalt Concrete Item # 5 "Type 6 Top" Year 2024-25 BID #4 HOT RUBBERIZED CRACK SEALING SOUTHOLD TOWN: FISHERS ISLAND: On e- do Uays Saw-in 4,oUayT (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. SOUTHOLD TOWN: FISHERS ISLAND: d n a A" -& do cia coo Oa+j (written in words) Per Square Yard (written in words) Per Square Yar lye G� 35D 0a (written in numbers) Per Square Yard (written in numbers) Per Square Yard BID #6 TRENCH REPAIR—COST PER SQUARE YARD. Trench Repair shall include the excavation of existing town placed Recycled Concrete Aggregate to a depth of 4" in depth as directed by the Town. Once excavated, Hot Mix Asphalt Concrete shall be placed in a minimum of(2)—2" lifts to provide smooth transition to the existing pavement elevation. SOUTHOLD TOWN: FISHERS ISLAND: ouays ywndffd 4kioq-& dd tays (written in woks) Per Square Yard (written in words) Per Square Yard (written in numbers) Per Square Yard (written in numbers) Per Square Yard >c>;:'r,.�c : ;:�c:E ',cxx>e icx a r'.:<xxx:kx ;::�:;:�:�:�:k:F'x�xxx•J,c*;��� ;:>c>ex acXr,. 'r,.x;c x',T•;cxx:t�:�•J,:x:,<x:t$;Tx:;::<:,<;�x;cxa'e 'x, 9 Hot Mix Asphalt Concrete Item 4 5 "Type 6 Top" Year 2024-25 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: S lder'► Business Address: PO C -C-f-)y6'cue l l 9 35) Telephone Number: l!C I � � (Oo -6 Date: �- 10 I-lot Mix Asphalt Concrete Item 4 5 _ "Type 6 Top" Year 2024-25 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 % ill 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. 11 I-lot Mix Asphalt Concrete Item 4 5 "Type 6 Top" Year 2024-25 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. 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. 12 Hot Mix Asphalt Concrete Item 4 5 "Type 6 Top" Year 2024-25 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 13 Y Not Mix Asphalt Concrete Item # 5 "Type 6 Top;: Year 2024-25 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 V Ck V-d (- D of the (Name of signatory) J ' � VA C— Be authorized to sign and submit the bid (Name of Co oration) 14 Hot Mix Asphalt Concrete Item 4 5 • "Type 6 Top" Year 2024-25 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_a6 2-7 i n, Pf_sp�corporatron at a meeting of the Board of Directors, held on the ��— day of 200�T (SEAL OF THE CORPORATION) Laws of New York, 1965 Ch. 751, Sec. 103-d, as amended & effective on September 1, 1965. Si ature 15 ` 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 wit.ix�,thelT_own of Southold, the following road treatments: S,. T ,Pe'6i�T�opLottNlix.As halt Concrete 6. Base Coat 8. Type 6 Asphalt (town pick up) 9. Full Depth Reclamation 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 23, 2024 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: April 23, 2024 DENIS NONCARROW SOUTHOLD TOWN CLERK T Hot Mix Asphalt Concrete Item # 5 "Type 6 Top" Year 2024-25 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. I Hot Mix Asphalt Concrete Item # 5 "Type 6 Top"' Year 2024-25 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 accorpanied. 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 r Hot Mix Asphalt Concrete Item # 5 n "Type 6 Top'" Year 2024-25 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 Hot Mix Asphalt Concrete Item 4 5 "Type 6 Top" Year 2024-25 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 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. 4 Hot Mix Asphalt Concrete Item # 5 ' "Type 6 Top" Year 2024-25 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 ownFemployees 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 4 5 "Type 6 Top" Year 2024-25 PROPOSAL FORM DATE: fj r 2 31 2 0 2 y NAME OF BIDDER: �vFl W-1 �� vim/"Cr 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: 6 Hot Mix Asphalt Concrete Item 4 5 ' "Type 6 Top" Year 2024-25 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: A( C/311J [ILI^�9A60 (written in words) Per Ton (written in words) Per Ton -9 250 . 4 L/ 0 0 (written in numbers) Per Ton (written in numbers) Per Ton 100—250 Tons SOUTHOLD TOWN: FISHERS ISLAND:1.11 /� (�✓e< ' l-t<'�� dot ulna �i�v�'� �c/N�/�-, c (written in words) Per Ton (written in words) Per Ton ,T1 2 2 -�- , Qg00 (written in numbers) Per Ton (written in numbers) Per Ton 250—500 Tons SOUTHOLD TOWN: FISHERS ISLAND: r �VtLtlnj �v Cr)� �i/N')('L gu c C 1 (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 4 5 - "Type 6 Top" 3 Year 2024-25 500— 1,000 Tons SOUTHOLD TOWN: FISHERS ISLAND: O/VF Li I" U-1-9A f (written in words) Per Ton (written in words) Per Ton f* / V 0 14 3 c) 0 (written in numbers) Per Ton (written in numbers) Per Ton Over 1,000 Tons SOUTHOLD TOWN: FISHERS ISLAND: C)tjc- (written in words)Per Ton (written in words) Per Ton ,ft / / 0 .0 3 C) 0 (written in numbers) Per Ton (written in numbers) Per Ton BID #2 COLD MILLING & REMOVAL SOUTHOLD TOWN: FISHERS ISLAND: Doc( ,g^j (written in words) Per Square Yard (written in words)Per Square Yard c) * ,5'C) (written in numbers) Per Square Yard (written in numbers) Per Square Yard BID 93 PAVEMENT KEY CUT SOUTHOLD TOWN: FISHERS ISLAND: Jr-/I--, d VC,c/I A j - & (- C,--)/tj (written in words) Per Linear Foot (written in words) Per Linear Foot 6 10 45- 0 (written in numbers) Per Linear Foot (written in numbers) Per Linear Foot 8 Not Mix Asphalt Concrete Item # 5 "Type 6 Top" Year 2024-25 BID #4 HOT RUBBERIZED CRACK SEALING SOUTHOLD TOWN: FISHERS ISLAND: S1� oocc�^_s / e-N Qo cLejns (written in words) Per Linear Foot (written in words) Per Linear Foot � 6 / 0 (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. SOUTHOLD TOWN: FISHERS ISLAND: #�_ e tyi;r 0L?e-L-(;�ti J /V0 (written in words) Per Square Yard (written in words) Per Square Yard v -5'0 0 2Z,5 (written in numbers)Per Square Yard (written in numbers) Per Square Yard BID #6 TRENCH REPAIR—COST PER SQUARE YARD. Trench Repair shall include the excavation of existing town placed Recycled Concrete Aggregate to a depth of 4" in depth as directed by the Town. Once excavated, Hot Mix Asphalt Concrete shall be placed in a minimum of(2)—2" lifts to provide smooth transition to the existing pavement elevation. SOUTHOLD TOWN: FISHERS ISLAND: / e Lein J (written in words) Per Square Yard (written in words) Per Square Yard ,a90 § 3 () 0 (written in numbers) Per Square Yard (written in numbers) Per Square Yard . .�:�:�>;:�:x>;<�x•x,xxx>;:;�xxx•; �:�:•; xk�xx*���x*y*�:�:�;�xxx�:•�x�xx;�M;;x*:;_�::��:•; xx�x;�:�:e•;�x:�•�xxx;,<� 9 I-lot Mix Asphalt Concrete Item # 5 "Type 6 Top" Year 2024-25 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 lie 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 efymae3� a period of forty-five (45) days, the Town will accept or reject this proposal or by mutual agreementtend is/Itime period. V' Signature of Bidder: Business Address: 30 Telephone Number: 6 3 t— 6 9 8- 1-) OO / Date: 10 Hot Mix Asphalt Concrete Item # 5 "Type 6 Top" Year 2024-25 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 % lit 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: l. 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. 11 1-lot Mix Asphalt Concrete Item 4 5 "Type 6 Top" Year 2024-25 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. 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. 12 Hot Mix Asphalt Concrete Item # 5 ` "Type 6 Top" Year 2024-25 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 13 Not Mix Asphalt Concrete Item 4 5 "Type 6 Top" Year 2024-25 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 J OS I`l A 1 C-CNo of the (Name of signatory) Uj((O (.�4 , v1� !✓(/ cor-f Be authorized to sign and submit the bid (Name of Corporation) 14 Hot Mix Asphalt Concrete Item # 5 "Type 6 Top" Year 2024-25 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. Ile C The foregoing is true and correct copy of the resolution adopted by_SDI-r0(,(,C corporation at a meeting of the Board of Directors,held on the 3 day of ( '/9 r , 20 2 YO (SEAL OF THE CORPORATION) Laws of New York, 1965 Ch. 751, Sec. 103-d, as amended & V effective on September 1, 1965. Signature 15 .r 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: S. Type 6 Top—Hot Mix Asphalt Concrete 6.',I3.ase�;C;oat 8. Type Ault (town pick up) 9. Full Depth Reclamation 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 23, 2024 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: April 23, 2024 DENIS NONCARROW SOUTHOLD TOWN CLERK Hot Mix Asphalt Concrete Item # 6 "Base Coat" Year 2024-2025 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 s IIot Mix Asphalt Concrete Item # 6 "Base Coat"' Year 2024-2025 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 accorpanied. 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 2024-2025 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 3 J4 Hot Mix Asphalt Concrete Item# 6 "Base Coat" Year 2024-2025 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 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. 4 Hot Mix Asphalt Concrete Item# 6 "Base Coat" Year 2024-2025 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. i 5 1" Hot Mix Asphalt Concrete Item # 6 "Base Coat" Year 2024-2025 J� PROPOSAL FORM DATE: NAME OF BIDDER: ��Ya Y-V i Ads I 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: 6 Hot Mix Asphalt Concrete Item 4 6 "Base Coat" Year 2024-2025 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: na hur6fd 4/c &Acos hve- ,ho(-dw-d d Mac (written in words) Per Ton J (written in words) Per Ton O� 9570 ` O (written in numbers) Per Ton (written in numbers) Per Ton 100—250 Tons SOUTHOLD TOWN: FISHERS ISLAND: ol(j,ho red +h,v4c/ �w U06 P-1ve,hoydY4 (written in words) Per Ton t (written in words) Per Ton '1�5_pO S5-45 (written in numbers) Per Ton (written in numbers) Per Ton 250—500 Tons SOUTHOLD TOWN: /p FISHERS ISLAND: O 0 0 -Pj nLh ird' 4h, (written in words) Per Ton (written in words) Per Ton 00 (written in numbers) Per Ton (written in numbers) Per Ton 500— 1,000 Tons SOUTHOLD TOWN: FISHERS ISLAND: y�e ass 60\"-- 6,�-J�cd (written in words) Per Ton (written in words) Per Ton 1ao ", fob (written in numbers) Per Ton (written in numbers) Per Ton 7 J� Hot Mix Asphalt Concrete Item# 6 "Base Coat" Year 2024-2025 Over 1,000 Tons SOUTHOLD TOWN: FISHERS ISLAND: ovle,ho ve-d ko U ace �vkt .D `t Gas (written in words) Per Ton (written in words) Per Ton (6 00 (written in numbers) Per Ton (written in numbers) Per Ton BID #2 COLD•MILLING & REMOVAL SOUTHOLD TOWN: FISHERS IS (written in words) Per Square Yard (written in words) Per Square Yard �JI r 00 (written in numbers) Per Square Yard (written in numbers) Per Square Yard 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�2J Business Address: To BOX / Cc,c+/ c o a oeLi u ► �� Telephone Number: I —� apoo Date: Mu k a Do,- da Hot Mix Asphalt Concrete Item # 6 "Base Coat" Year 2024-2025 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. All manholes, catch basins, curbs and other structures shall be protected against the application of asphalt concrete material. 9 Hot Mix Asphalt Concrete Item# 6 "Base Coat" Year 2024-2025 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 2024-2025 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 `a ��ICI �-2��� of the (Name of signatory) eofoa:� l 1T`�C- Be authorized to sign and submit the bid (Name of Corporation) 11 Hot Mix Asphalt Concrete Item # 6 "Base Coat" Year 2024-2025 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 byC -a-z--6 ri Nq�_C�Orpor"Ication� 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. ignature 12 V 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: 5. Type 6 Top—Hot Mix Asphalt Concrete 6. Base Coat 8. Type 6 sphalf(town pR u �) 9. Full Depth Reclamation 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 23, 2024 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: April 23, 2024 DENIS NONCARROW SOUTHOLD TOWN CLERK Hot Mix Asphalt Concrete Item # 8 "Type 6 Top" - Furnish only Year 2024-25 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 4 8 "Type 6 Top" - Furnish only Year 2024-25 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 accorpanied. C. OMISSIONS AND DISCREPANCIES Bidders should carefully examine the specifications and frilly 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 2024-25 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 Not Mix Asphalt Concrete Item # 8 "Type 6 Top'' - Furnish only Year 2024-25 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 Properly 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 2024-25 n PROPOSAL FORM �v'\DATE: GC Zz aoo NAME OF BIDDER: WJ I��/�Z�n 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 C 21noM red -k n d.o(A 's (written in words) Per Ton (written in numbers words) Per Ton 5 r" l lot Mix Asphalt Concrete ]tern # 8 "Type 6 Top" - Furnish only Year 2024-25 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: �� o w 1-7`4 14 119-1 J Telephone Number: --73` — Jt Po-6 Date: d a 4 6 ti Hot Mix Asphalt Concrete Item # 8 "Type 6 Top" = Furnish only Year 2024-25 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 2024-25 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 4 8 "Type 6 Top'' - Furnish only Year 2024-25 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 4 Resolved that 1 cA i OD rO 2.7?A n J of the (Name of signatory) Be authorized to sign and submit the bid (Name o oiporation) 9 Hot Mix Asphalt Concrete Item # 8 "Type 6 Top" - Furnish only Year 2024-25 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 afrolT?i/U 1-hC) gcorpor tion t a meeting of the Board of Directors, held on the o 1 day of Maw 20 . (SEAL OF THE CORPORATION) Laws of New York, 1965 Ch. 751, Sec. 103-d, as amended & effective on September 1, 1965. Si ature 10 �. , } �— THE AMERICAN INSTITUTE OF ARCHITECTS AlA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, THAT WE Suffolk Paving Corp 30 North Dunton Avenue Medford NY 11763 as Principal, hereinafter called the Principal, and The Ohio Casualty Insurance Company 175 Berkeley Street Boston MA 02116 a corporation duly organized under the taws of the State of NH as Surety,hereinafter called the Surety, are held and firmly bound unto Town of Southhold 53095 Main Road, Southold,NY_11971 as Obligee, hereinafter called the Obligee, in the sum of One Hundred Dollars 001100 Dollars($ $100.00 for the payment of which sum well and truly to be made,the said Principal and the said Surety, bind ourselves, our heirs, executors,administrators,successors and assigns,jointly and severally,firmly by these presents. WHEREAS,the Principal has submitted a bid for Type 6 Top- Hot Mix Asphalt Concrete _ NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and materials furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect. Signed and sealed this 21st day of May 2024 Suffolk Paving Corp. lnq1) (Seat) Witness} By: / The Ohio/asuaftyInsurance Company rZ=---Z (Surety) (Seal) f (/ (Witness) By: Y.�J VY\,, Attomey-in-Fact Thomas M Niland CRI[e)� AIA DOCUMENT A310•BID BOND•ArA 0 FEBRUARY 1970 ED.•TI3E AMERICAN INSTITUTE OF ARCTIITEcrs,1735 N.Y-AVE.,NAK,WASHINGTON,D.C.20006 ACKNOWLEDGEMENT OF CONTRACTOR,IF A CORPORATION STATE OF N C�J q ur K . COUNTY OF ON THE a b 5PAY OF YV'-" 2024 BEFORE ME PERSONALLY CAME 01r, t; ice, TO KNOWN, WHO BEING BY ME DULY SWORN, DID DEPOSE AND SAY THAT (S)HE RESIDES AT W C,5-$- 134,L bG(j®s-, THAT (S)HE IS THE OF SUFFOLK PAVING CORP. A CORPORATION DESCRIBED IN AND WHICH EXECUTED OVE INSTRUMENT; AND THAT (S)HE SIGNED HIS/HER NAM$ AY ORDER OF THE BOARD OF DIRECTORS OF SAID CORPORAT -• Sim '° �B� �, J•• ••• �� OFNEWYIDRR :'�'� NOTARY PUBLIC a�liSsdinsoffolkCouuty;N® otary Public OIMU6268620•,•'�: ACKNOWLEDGEMEN1 , WY STATE OF NEW YORK COUNTY OF SUFFOLK ON THE 21ST DAY OF MAY 2024, BEFORE ME PERSONALLY CAME THOMAS M. NILAND TO ME KNOWN, WHO,BEING BY ME DULY SWORN,DID DEPOSE AND SAY THAT(S)HE RESIDES AT LIDO BEACH,NY THAT (S)HE IS THE ATTORNEY IN FACT OF THE OHIO CASUALTY INSURANCE COMPANY THE CORPORATION DESCRIBED IN AND WHICH EXECUTED THE ABOVE INSTRUMENT; THAT(S)HE KNOWS THE SEAL OF SAID CORPORATION; THAT ONE OF THE SEALS AFFIXED TO THE FOREGOING INSTRUMENT IS SUCH SEAL; THAT IT WAS SO AFFIXED BY ORDER OF THE BOARD OF DIRECTORS OF SAID CORPORATION; AND THAT (S)HE SIGNED HIS/BER NAME THERETO BY LIKE ORDER , ROBYN GU,ARINO Notary Public NOTARY PUBLIC-STATE OF NEW YORK No.01 GU6383323 Qualified in Suffolk County My Commission Expires 11-13-20 * s This Power of Attorney limits the acts of those named herein,and they have no authority to e bind the Company except in the manner and to the extent herein stated. L ibertyLiberty Mutual Insurance Company mutuilo The Ohio Casualty Insurance Company Certificate No:8206287-971489 West American Insurance Company SURETY POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Gaye E. Conklin,Leonard Scioscia,Thomas M.Niland all of the city of W Hampton Beach state of NY each individually if there be more than one named,its true and lawful attorney-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recogoizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 13th day of September , 2021 . Liberty Mutual Insurance Company 4 INS u••�ppyy 'tY INS&,p tNSUR The Ohio Casualty Insurance Company �J�4pRPOl1�T`yam yJP4pRPoRgT Wy `VP cbV,01Z4 1+ West American Insurance Company Lu 1912 0 0 1919 0 1991 0 6 17 /fi/n' a) O 14C * By: / m m * * David M.Carey,Assistant Secretary a M State of PENNSYLVANIA ss — 0 County of MONTGOMERY 0 0=3 On this 13th day of September , 2021 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance m Fu Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes m therein contained by signing on behalf of the corporations by himself as a duly authorized officer. >� m m IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. C)u PA O O QiSPp,ryeSTc� Coonwealth of Pennsylvania-Notary Seat �C mm Teresa Pastella,Notary Public , 0j 44-, to O }- c Montgomery County �� O E p OF My commission expires March 28.2025 By _ @rSYmber 1126044 L`7'� 4 Member.Pe Pennsylvania assion uAssociation of Notaries efeSa Pastella,Notary Public Q O �O CA ny P O N This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual L d CZI O Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: E o? ARTICLE IV—OFFICERS:Section 12.Power of Attorney. `o 0 o @ Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitation as the Chairman or the-a— T President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety c=o= Uto > any and all undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall a 0 o have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed,such o u> Z instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under the Q M provisions of this article may be revoked at an time b the Board,the Chairman,the President or the officer or officers granting such power or authority. aL P Y Y Y Y 9 9 P Y� ti a ARTICLE XIII—Execution of Contracts:Section 5.Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations.Such altomeys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation—The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization—By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of ariy assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid ano binding upon the Company with the same force and effect as though manually affixed. I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this-.t'' day of P�1NS11 P''tv INS&.P � %NSUo �J OpRpORgT y� yJ GORPOH9Tq.L C1P VORPbRG 1912 0 0 1919 Q 1991z. 0 �jlgs`S9CH�`'�•da Z�yHAMPS��aD� �S �HOIANP ,aD3 By.Renee C.Llewellyn,Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co 02121 -Liberq TBE 01-BO CASUALTY INSURANCE COMPANY FINANCIAL STA TEIMINT—DECEMBF R 31,2021 SURETY Assets Liabilities Cash and Bank Deposits.,........................................ $134,628,410 Unearned Premiums.................................................$1,457,114,535 #-Bon&—U.S Government..,.................................. 1,015,453,874 Reserve for Claims and Claims Expense....... 4,044,665,363 Funds Held Under Reinsurance Treaties.............:..:*Other Bonds............... ............................... .... 4,501,743,4120 "Stocks.............................................. Reserve for Dividends to Policyholders.................. 276,107 .o.................... 268-�876,063 Real Estate.......................................................; 1. .. Additional Statutory Reserve................................ 0 0 Reserve for Commissions,Taxes and Agents'Balances or Uncollected.Premiums........... 812,483,192 Other Liabilities................. ....................... 460;6 36,079. Accrued Interest and Re ......................... 33 Total...................................... i'044,141 -...................... Other Adfifitted Assets............................................ A 1219 Special Surplus Funds................. S -28�51,q,7�78-' Capital Stock.,............................. 4;50010001 Paid in Surplus-...;...................... 738J8 997-- Unassigned Surplus..................... I.,7.30,043,'501, Total Adihitted Assets.................... Surplus to Poliqhol.ders.........4................... Total Liabilities and.Surplus............................. SR-4 0 .Bonds are stated at amortized,or inVestmentyalue;Stocks at Association Market Values._y 1919 0 cc? Ile-foregoing financiiI.Information is taken from The 0hio Casualty Insurance Company's financial -stat6nitnt,filed with the state-of'Ohio Department ofln'surance. L-TMIMIKOLAJEWSKL,.Assistant.$ecretary.ofT,he Ohio Casualty Insurance Company,do hereby certify that the foregoing is a_.trae;and correct statement of-the,Assets,and Liabilities.ofsaid.Corporaiioii�as of'Dece ber3l,201ft Th o the best ofniy.kAovdedg0.abd,belieE IN WITNESS WHEREOF I haire,-hereunto set my haPrid,and affixed the sea]of said Corporation at Seattle,Washington, this March,2021. Wh day of Assistant Secretary S-12620CIC/a 3/22 THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, THAT WE Suffolk Paving Corp. 30 North Dunton Avenue Medford NY 11763 as Principal, hereinafter called the Principal, and The Ohio Casualty Insurance Company 175 Berkeley Street Boston MA 02116 a corporation duly organized under the laws of the State of NH as Surety, hereinafter called the Surety, are held and firmly bound unto Town of Southold 53095 Main Road Southold,NY 11971 as Obligee,hereinafter called the Obligee,in the sum ofOne Hundred Dollars 00/100 Dollars ($ $100.00 ), for the payment of which sum well and truly to be made,the said Principal and the said Surety, bind ourselves, our heirs, executors,administrators,successors and assigns,jointly and severally,firmly by these presents. WHEREAS,the Principal has submitted a bid for Full Depth Reclamation NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and materials furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee 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. Signed and sealed this 21st day of May 2024 _ Suffolk Pavinq Corp. (Sea!) rA tness) VyC1 (fide) The Ohio asualty Insurance Company ` (Surety) (Seal) (4Ytne -By: 3'y0VVD1'6 v Attorney-fn-Fact Thomas M Niland (rdPI) AIA DOCUMENT A310•BiD BOND•AIA•FEBRUARY 1970 ED.•TIIE AMERICAN INSTITUTE OF ARCHITECTS,1735 N.Y.AVE.,NAV,WASHINGTON,D.C.20006 ACKNOWLEDGEMENT OF CONTRACTOR,IF A CORPORATION STATE OF AJCi,) 21dvt COUNTY OF 6 r� i K 03, ,jHE d1 DAY OF 2024 BEFORE ME PERSONALLY CAME 1tl. 0 O/ny TO KNOWN, WHO BEING BY ME DULY SWORN, DID DEPOSE AND SAY THAT (S)HE RESIDES AT W S - I&Lb 10 m THAT (S)HE IS THE 5 A OF SUFFOLK PAVING CORP. A CORPORATION DESCRIBED IN PA WHICH EXECUTE I � ABOVE,INSTRUMENT; AND THAT(S)HE SIGNED HIS/HER O BY ORDER OF THE BOARD OF DIRECTORS OF SAID CORPO� 3�T ® STATE •'•° '��i ® OTNEEWYORK �:,�;�OZ'ARY PUBLIC o�,aliccedinSu�o��QII�; tary Public s O1MU6268620 ACKNOWLEDGE M ��JRETY STATE OF NEW YORK COUNTY OF SUFFOLK ON THE 21ST DAY OF MAY 2024,BEFORE ME PERSONALLY CAME THOMAS M. NILAND TO ME KNOWN, WHO, BEING BY ME DULY SWORN,DID DEPOSE AND SAY THAT(S)HE RESIDES AT LIDO BEACH,NY THAT (S)HE IS THE ATTORNEY IN FACT OF THE OHIO CASUALTY INSURANCE COMPANY THE CORPORATION DESCRIBED IN AND WHICH EXECUTED THE ABOVE INSTRUMENT; THAT (S)HE KNOWS THE SEAL OF SAID CORPORATION; THAT ONE OF THE SEALS AFFIXED TO THE FOREGOING INSTRUMENT IS SUCH SEAL; THAT IT WAS SO AFFIXED BY ORDER OF THE BOARD OF DIRECTORS OF SAID CORPORATION; AND THAT (S)HE SIG D HIS/HER NAME THERETO BY LIKE ORDER ROBYN GUARINO NOTARY PUBLIC-STATE OF NEW YORK Notary Public No.01 GU6383323 Qualified in Suffolk County My Commission Expires 11-13-2OLb This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Libert� Liberty Mutual Insurance Company mutual© The Ohio Casualty Insurance Company Certificate No:8206287-971489 West American Insurance Company. SURETY POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Gaye E. Conklin,Leonard Scioscia,Thomas M.Niland all of the city of W Hampton Beach state of NY each individually if there be more than one named,its true and lawful attorney-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 13th day of September , 2021 . Liberty Mutual Insurance Company P�INs(/,� P�11 INS& %NSURq The Ohio Casualty Insurance Company �J GpRP°RqT 2n �J�oR°Opar�y \G��oRPO+1>�1�, West American Insurance Company e 3 `Po f1 1 = 0 1n 1912y 0 o y1919� o s 1991 0 3 �` 00 By co David M.Carey,Assistant Secretary �-� m State of PENNSYLVANIA 0 ss County of MONTGOMERY o>, cc S On this 13tb day of September 2021 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance C) EEP 0 m Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. > mm — IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. a0� yp PAgT n-0 O N F`,� Common:veal:h of Pennsylvania-Notary Seal )— ,_ {t4 pk` '*(�< Teresa Pastella,Notary Public N•(6 � f" " Montgomery County E 6 CP My commission expires March 28,2025 B N 0 (LO ti7 Commission number 1126044 y 25YLA �G Member,Pennsylvania Association of Notaries Teresa Pastella,Notary Public Q 0 @ CRY `t This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual 0ono •� Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: 0 s_ ARTICLE IV-OFFICERS:Section 12.Power of Attorney. o T Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitation as the Chairman or the aPresident may prescribe,shall appoint such attomeys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety m— 0 any and all undertakings,bonds,recognizances and other surety obligations.Such attomeys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall-0 cmi have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed,such o a1 zo instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attomey-in-fact under the a M provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. LL a ARTICLE XIII-Execution of Contracts:Section 5.Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations.Such attomeys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attomeys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this t'� day of ftAc� 2o2rc( . P�1NSU� Py'1 1 INS&,p a 1NSURQ � J 24oaa°RyTo2cn Q?°o0.coR,gT�gy� UP=GORPoI��oy� 1912 0 1919 1991 Y 96, �.�" Z yF� go-"y� '`L 3 By: dj0 SACNUS .aD O Mg NIPS\-aD wit' N61ANP 'dD Renee C.Llewellyn,Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co 02/21 Libel TFM- 01110 CASUALTY INSURANCE COMPANY Mu FINANCIAL STATEMENT—DEMOER 31,2021 SURETY Assets Liabilities. Cash and Bank Deposits.................................... $.134,628,410. Unearned Premiums:......:........................ ....... $1,457114,535 *Bonds—U.S-Government......... I .......... ............. 1,0.15,453,874 Reserve for Claims and.Claims Expense 4,044,665,363 *Other Bonds...............:_.............................?,............. 4,501,70,412 Funds Held Under Reinsurance-Treaiies.............. 0 ...*Stocks:....,..... Reserve Reserve for Dividends to.Policyholders.................. 276,207 .. ....................... 268,876 063 Additional Statutory Reserve...........................1...... '0 Real Estate..................... ........................... Reserve for Commissions,.Taxes and. Agents'Balances 6r..Uncolkcied Preinjunis........... 812 483:102 Other Liabilities......., ............................... 460,636i079. Accrued Interest and Rents.,............. ............. 33,'044J41 Total,............................ _55,962,692,184 . .......... Other Admitted Assets........................................... 1,691,491,219 Special Surplus Funds....:............ $ .28,510,778 Capital Stock.....;...................... .�;- .Paid'in Surplus.....,..................... 138jI83;9 97"._1 Unassigned'Surplus.....................:7.,73%043,502' Total AdanittedAsseU............... -61 Surplus to Polic�holdcrs..i......... ;;.�...... Total Liabilities.and.Surplus..................!.!.. Oqq .... IN RF Bonds are stated OfAmortized.or investment value;Stocks at Agsociation Mark Values.. 0 . R ks Market . ue� J! 1919. The:foregaingfinap6ial.inforinatio is taken from The We,Casualty Insurahc.Company's financial n statement filed withthe state of Ohio Department of Insurance.- * I,TIM MIKOLMEWSK1,Atsis t,S pretary.of The Ohio Casualty Insurance Company,do hereby certify•tfiat:the-fbregoing is-A true,and correct statemento y f- Assets-Asstts.and*LiabiIities..of�g�d.Corp'oraiion;as of December 31,2021,lotbe hest of my kriotrledgq_aiid belief. IN WITNESS WHEREOF;I have hereunto set my.hand, hand and affixed the seal of said Corporatioii at Seattle,'Washi4gtofi, this Wh day of 1vlarch,1022. Assistant Secretary S-12620CIC123122 ' e9c772f2 lynda.rudder@town.southold.ny.us AFFIDAVIT OF PUBLICATION The Suffolk Times State of New York, County of,Suffolk County, The undersigned is the authorized designee of The Suffolk Times,a Weekly 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: 05/16/2024 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. ex�ic�to<</- /a,- 'c�,� Signature Christina Henke Rea Printed Name Subscribed and sworn to before me, This 22 day of May 2024 Digitally signed DOUGLASWREA by douglas w rea Notary Public-State of New York Date: 2024.05.22 NO.OIRE6398443 12:59:44 +00:00 Qualified in Albany County My Commission Expires Sep 30,2027 LEGAL NOTICE NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN that the Town Board of the Town of Southold is offering for sale Used Computer Equipment in "as is" condition for a complete list please contact the Town Clerk's office 631/765-1800 or the town website: southoldtownny.gov. Equipment specifics or viewing may be accomplished by contacting the Southold Town IT Department at 631/765-1891 during normal business hours. The bid must be accompanied by a Non-Collusive Bid Certificate, which may be obtained at the Southold Town Clerk's Office, Town Hall, PO Box 1179, 53095 Main Road, Southold, N.Y. 11971 (631) 765- 1800, and a bank draft or certified check in the amount of $100.00. The sealed bid(s) will be received by the Southold Town Clerk, at the Southold Town Hall, 53095 Main Road, PO Box 1179, Southold, New York 11971, until 2:00 P.M., Thursday, May 23, 2024 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, "Bid on Used Vehicle - computers", and submitted to the Office of the Town Clerk. Dated: May 7, 2024 DENIS NONCARROW 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: 5, Type 6 Top Iiot-Mix As h"Concrete 6. Base Coat 8. Type 6 Asphalt (town pick up) 9. Full Depth Reclamation 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 23, 2024 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: April 23, 2024 DENIS NONCARROW SOUTHOLD TOWN CLERK i t Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2024-25 ITEM NO. 5 SPECIFICATIONS I 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 2024-25 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 accorpanied. 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 2024-25 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 3 , Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2024-25 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 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. 4 Hot Mix Asphalt Concrete Item # 5 "Type 6 Top" Year 2024-25 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. 5 Hot Mix Asphalt Concrete Item # 5 "Type 6 Top" Year 2024-25 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: 6 Hot Mix Asphalt Concrete Item # 5 "Type 6 Top" Year 2024-25 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 (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 7 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2024-25 500— 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 BID #2 COLD MILLING & REMOVAL SOUTHOLD TOWN: FISHERS ISLAND: (written in words) Per Square Yard (written in words) Per Square Yard (written in numbers) Per Square Yard (written in numbers) Per Square Yard 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 8 Hot Mix Asphalt Concrete Item # 5 "Type 6 Top" Year 2024-25 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. SOUTHOLD TOWN: FISHERS ISLAND: (written in words)Per Square Yard (written in words) Per Square Yard (written in numbers)Per Square Yard (written in numbers) Per Square Yard BID #6 TRENCH REPAIR—COST PER SQUARE YARD. Trench Repair shall include the excavation of existing town placed Recycled Concrete Aggregate to a depth of 4" in depth as directed by the Town. Once excavated, Hot Mix Asphalt Concrete shall be placed in a minimum of(2)—2" lifts to provide smooth transition to the existing pavement elevation. SOUTHOLD TOWN: FISHERS ISLAND: (written in words)Per Square Yard (written in words) Per Square Yard (written in numbers) Per Square Yard (written in numbers) Per Square Yard 9 Hot Mix Asphalt Concrete Item # 5 "Type 6 Top" Year 2024-25 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: 10 .Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2024-25 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. 11 Hot Mix Asphalt Concrete Item # 5 "Type 6 Top" Year 2024-25 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. 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. 12 Hot Mix Asphalt Concrete Item # 5 "Type 6 Top" Year 2024-25 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 13 Hot Mix Asphalt Concrete Item # 5 "Type 6 Top" Year 2024-25 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) 14 Hot Mix Asphalt Concrete Item # 5 "Type 6 Top" Year 2024-25 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 , 20 (SEAL OF THE CORPORATION) Laws of New York, 1965 Ch. 751, Sec. 103-d, as amended & effective on September 1, 1965. Signature r 15 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: 5. Ty e 6 Top—Hot Mix Asphalt Concrete -6..;Base Coat 8. Type 6 Asphalt (town pick up) 9. Full Depth Reclamation 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 23, 2024 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: April 23, 2024 DENIS NONCARROW SOUTHOLD TOWN CLERK Y } Hot Mix Asphalt Concrete Item# 6 "Base Coat" Year 2024-2025 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 +/- 3000 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 2024-2025 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 2024-2025 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 3 Hot Mix Asphalt Concrete Item# 6 "Base Coat" Year 2024-2025 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 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. 4 Hot Mix Asphalt Concrete Item 4 6 "Base Coat" Year 2024-2025 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 Properly 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 2024-2025 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: 6 Hot Mix Asphalt Concrete Item# 6 "Base Coat" Year 2024-2025 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 (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 7 Hot Mix Asphalt Concrete Item# 6 "Base Coat" Year 2024-2025 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 BID #2 COLD MILLING & REMOVAL SOUTHOLD TOWN: FISHERS ISLAND: (written in words) Per Square Yard (written in words) Per Square Yard (written in numbers) Per Square Yard (written in numbers) Per Square Yard 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 2024-2025 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. All manholes, catch basins, curbs and other structures shall be protected against the application of asphalt concrete material. 9 Hot Mix Asphalt Concrete Item# 6 "Base Coat" Year 2024-2025 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 2024-2025 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 parry 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 Hot Mix Asphalt Concrete Item# 6 "Base Coat" Year 2024-2025 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 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: 5. Type 6 Top—Hot Mix Asphalt Concrete 6. Base Coat 8. Type 6 Asphalt (town pick up)� 9. Full Depth Reclamation 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 11'79, 53095 Main Road, Southold,New York, until 2:00 P.M., Thursday, May 23, 2024 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 4 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: April 23, 2024 DENIS NONCARROW SOUTHOLD TOWN CLERK Hot Mix Asphalt Concrete Item # 8 "Type 6 Top" - Furnish only Year 2024-25 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 4 8 "Type 6 Top" - Furnish only Year 2024-25 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 accorpanied. 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 2024-25 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 2024-25 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 Propegy 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 2024-25 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 r Hot Mix Asphalt Concrete Item # 8 "Type 6 Top" - Furnish only Year 2024-25 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 2024-25 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 4 8 "Type 6 Top" - Furnish only Year 2024-25 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 2024-25 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 2024-25 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 120 (SEAL OF THE CORPORATION) Laws of New York, 1965 Ch. 751, Sec. 103-d, as amended & effective on September 1, 1965. Signature 10 r y 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: 5. Type 6 Top—Hot Mix Asphalt Concrete 6. Base Coat 8. Type 6 Asphalt (town pick up) 9. Full,Depth Reclamation 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 23, 2024 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 4 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: April 23, 2024 DENIS NONCARROW SOUTHOLD TOWN CLERK Full Depth Reclamation Item # 9 With Asphalt Emulsion Year 2024-25 ITEM NO. 9 SPECIFICATIONS FOR THE PERFORMANCE OF FULL DEPTH RECLAMATION ON MAINLAND S OUTHOLD FULL DEPTH RECLAMATION WITH ASPHALT EMULSION 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 Full Depth Reclamation Item 4 9 With Asphalt Emulsion Year 2024-25 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. 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 accorpanied. 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 Full Depth Reclamation Item # 9 With Asphalt Emulsion Year 2024-25 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 3 .Full Depth Reclamation Item # 9 With Asphalt Emulsion Year 2024-25 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 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. 4 Full Depth Reclamation Item 4 9 With Asphalt Emulsion Year 2024-25 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. 5 Full Depth Reclamation Item # 9 With Asphalt Emulsion Year 2024-25 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 FULL DEPTH RECLAMATION WITH ASPHALT EMULSION, IN ACCORDANCE WITH THE PROJECT REQUIREMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED CUMULATIVE "UNIT PRICE" OF: BID #1 SUPPLY LABOR, EQUIPMENT AND MATERIAL TO PERFORM FULL DEPTH RECLAMATION WITHIN MAINLAND SOUTHOLD (written in words) Per Square Yard (written in numbers words) Per Square Yard 6 Full Depth Reclamation Item # 9 With Asphalt Emulsion Year 2024-25 BID #2 SUPPLY LABOR, EQUIPMENT AND MATERIAL TO PROVIDE DENSE GRADED AGGREGATE BASE MATERIAL (written in words) Per Cubic Yard (written in numbers words)Per Cubic Yard BID #3 SUPPLY LABOR AND EQUIPMENT TO PERFORM UNCLASSIFIED EXCAVATION OF EXCESS MATERIAL (written in words) Per Cubic Yard (written in numbers words) Per Cubic Yard BID #4 SUPPLY LIQUID EMULSION TO BE PLACED DURING MIXING QUANTITY USED TO BE CALCULATED ON MIX DESIGN AND RECLAMATION QUANITY (1.75,2.00 or 2.25 GALS PER SQUARE YARD) (written in words) Per Gallon (written in numbers words) 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 Full Depth Reclamation Item # 9 With Asphalt Emulsion Year 2024-25 1. DESCRIPTION Under this Item, the Contractor shall construct a stabilized mixed-in place recycled base course on various Town roadways or paved areas, located throughout the Town, conforming to the lines, grades, thickness and cross slopes as shown on the plans or as directed by the Superintendent. The work shall consist of techniques used to pulverize, stabilize and incorporate asphalt emulsions with recycled asphalt pavement and aggregate to various depths (approximate range 4-8 inches) after compaction. 2. MATERIALS 2.1 a. Recycled asphalt pavement shall consist of the existing asphalt pavement which has been scarified and pulverized in place so that the maximum size of any material does not exceed 2 inches. b. Virgin aggregates may be added, if deemed necessary by the Superintendent to change the gradation or raise the grade. The new material shall be Dense Graded Aggregate Base Material. c.Emulsified asphalt for the mixture shall meet the requirements of CSS-I , CSS-1 h, SS-I, or SS-Ih. 2.2 a. Approval for the job mix formula--All testing shall be performed by a laboratory of the Contractor's choice, approved by the Superintendent. Testing shall be in accordance with ASTM D-1559 as amended in Appendix A of this specification. A minimum of one sample per five hundred linear feet shall be obtained by the Contractor from the existing roadway, or one per 2,000 square yards elsewhere, at the direction of the Superintendent. Materials which are similar in gradation and appearance may be mixed together for testing to develop the job mix formula. Prior to the start of any pulverization work, a test report for the job mix formula must be submitted, by the Contractor, to the Superintendent for his approval. Failure to comply with this requirement will lead to non-payment of the work. As a minimum this report should indicate the following: 1. A gradation of the in-situ aggregate to a depth of 8 inches below the proposed finished surface. 2. When more than 4 inches of bituminous surface is present, an extraction analysis (gradation, asphalt content) shall be performed. 3. Optimum moisture content of the existing aggregate base within 8 inches of the proposed finished surface (ASTM D-1 557). 8 Full Depth Reclamation Item# 9 With Asphalt Emulsion Year 2024-25 4. The recommended emulsion content for the mix and the manufacturer of the emulsion. A minimum of three (3) mixes shall be tested at the following emulsion contents: 1.75, 2.00, and 2.25 gallons per square yard. 5. Air voids, Marshall stability and flow, when testing in accordance with Appendix A of this specification. 6. Density of the mixture in pounds per cubic foot (PCF) for both wet and dry, in accordance with Appendix A. After the job mix formula is established, all mixtures furnished for the project shall conform thereto. When unsatisfactory results or other conditions make it necessary, the Superintendent may require the establishment of a new job mix formula. The Marshall stability and flow values specified below shall be used to establish the job mix formula, but may be waived by the Superintendent. 7. The wet stability at 140 degrees F shall not be less than 500 lbs. 8. The flow shall be not less than 7 nor more than 18. 9. The percent stability loss (dry vs. wet) shall be a maximum of 50%. 2.3 The optimum moisture content of the material (no emulsion added) shall be determined by ASTM D- 1557. The total liquid content of the mixture shall be the sum of the water in the aggregate and the total percentage of the emulsion added. The total liquid content of the mix shall be within 2% of the optimum moisture content. 3. CONSTRUCTION REQUIREMENTS 3.1 The Contractor may use any equipment approved by the Superintendent which will produce the completed base course meeting these specifications: a. An asphalt stabilized recycled base course within 1/4 inch of design grade specified in the plans and containing the amount of emulsion specified by the job mix formula within 0.5%, and meeting the stability and percent stability loss requirement as specified. b. Pulverization of the existing asphaltic concrete pavement so that the usable material is less than 1-1/2 inches in diameter. Pulverization shall be done with a recycling machine acceptable to the Superintendent. Prior to the start of any pulverization work, the Contractor shall have all existing utilities marked out in accordance with N.Y. State Law and Industrial Rule 53. During pulverization, the Contractor shall protect all utility valve boxes, drainage structures (inlets, manholes, etc.) and sanitary sewer manholes from possible damage by this operation. Any damage caused by the Contractor's operation will be repaired by the Contractor at no cost to the Town. No form of scarification or pulverization will be allowed in rainy or snowy weather, or if the moisture content of the in-place material exceeds its optimum moisture content by more than two percent (2%). 9 Full Depth Reclamation Item # 9 With Asphalt Emulsion Year 2024-25 3.2 a. Regrading of the roadway—following the pulverization and stabilization operations, and prior to placement of a surfacing course, the mixed-in-place base within the roadway shall be graded. The grading of the completed base must meet the following criteria: 1 Final gutter elevation where curb and gutter exist shall be plus or minus 1/4 inch of existing gutter elevation. 2 Final gutter elevation where standard curbs exist shall be plus or minus 1/4 inch of theoretical base elevation. 3. Final elevation at meeting existing pavement lines shall be plus or minus 1/4 inch of theoretical base elevation. 4. Final flow line elevation where no curbs exist shall be plus or minus 1/4 inch of theoretical base elevation. 5. Final centerline elevation shall be plus or minus 1/4 inch of theoretical base elevation. The Contractor's attention is directed to the fact that roadways selected for stabilization may have relatively flat profile grades which necessitates accurate control of the grading of the base to provide proper drainage along the roadway gutter line. The tolerances listed for the various conditions which may be encountered will be strictly enforced. Failure to comply with these tolerances will lead to non-payment and will require correction by the Contractor at his own expense with no additional cost to the Town. In addition, during any phase of the grading operation the Contractor shall have on site adequate personnel and leveling equipment (level and survey rod) capable of setting and checking the proposed grades from the plans, reference points, instructions of the Superintendent, and/or any other requirements as established by the Superintendent. b. Pulverized material may be moved from cut areas of the pavement to fill areas of the pavement in order to raise the grades or the pulverized material may be removed to adjacent areas in order to lower the grade. If the movement of the pulverized material on site provides sufficient quantities of material to meet the required roadway grading, no additional payment will be made by the Town of Bid#2 or Bid#3. It is the Contractor's responsibility to ensure that the criteria noted in Section 3.2a are met and adequate personnel must be assigned to the project to provide grading control. Failure to meet these criteria will be cause for rejection of the work. If any of the above criteria cannot be met due to existing conditions, the Contractor must notify the Superintendent who will determine the solution to the grade problem. c. If additional fill material is required in order to raise the grades as shown on the plans, and there is not sufficient quantities of material existing within the roadway for this purpose and material must be added in, then the material added shall conform to the specification for Bid #2 , Dense Graded Aggregate Base Material. Payment for this Item will then be made at the 10 Full Depth Reclamation Item # 9 With Asphalt Emulsion Year 2024-25 unit price bid per cubic yard for Bid 42, Dense Graded Aggregate Base Material. d. If removal of material is required in order to lower the grades as shown on the plans, and there is an excess of material remaining after all roadway grading is complete, then all excavation required shall conform to the appropriate sections of the specification for Item 203.02, Unclassified Excavation and Disposal, as listed in the Standard Specifications of the New York State Department of Transportation. In addition to the requirements of the specification, if more than two inches (2") of material is required to be removed, the Contractor must remove the excess material from below the pulverized material. This can be accomplished by windrowing the pulverized material to the side, excavating the excess material, and then spreading the pulverized material to grade over the excavated area. Payment for this work will then be made at the unit price bid per cubic_ yard for Bid#3, Unclassified Excavation. e. If necessary to change the gradation of the existing material in order to provide a gradation suitable for stabilization, the material added shall conform to the specification for Bid#2, Dense Graded Aggregate Base Material. The dense graded material shall be spread evenly over the pavement and mechanically blended with the in situ material to form a mixture with the desired gradation and uniformity.No additional payment will be made for the blending of the dense graded material with the existing material. Payment for this work shall be included in the unit price bid per cubic yard for Bid#2, Dense Graded Aggregate Base Material. f. If removal of unsuitable subgrade soils is required, the removal shall be performed in accordance with the requirements of Bid#3, Unclassified Excavation (Unsuitable Subgrade Soils). Payment for this work will then be made at the unit price bid per cubic yard for Bid#3, Unclassified Excavation (Unsuitable Subgrade Soils). 3.3 a. General—the moisture content of the recycled aggregate at the time of the addition or application of the asphalt emulsion shall be uniformly distributed through the recycled aggregate and shall not vary from the optimum moisture content of the material by more than two percent (2%), and shall be at a level such that the required total liquid content of the mix may be obtained. The total liquid content shall be within the limits of Section 2.3 and based on that established in the approved mix design. b.-The Contractor must have equipment on hand to determine the moisture content and monitor such during the mix operations. c. The temperature range of the respective bituminous materials at the time of addition or application shall be as specified, between ambient and 150 degrees F. Bituminous materials shall not be added or applied to the aggregate when the air temperature in the shade is below 50 degrees F or when the weather conditions are rainy, snowy, or otherwise unfavorable. The bituminous material shall not be placed on an area which is excessively wet or varies from the optimum moisture content by more than two percent (2%) or at a lower temperature than the air temperature shown above. Mixing operations shall be suspended when the descending air temperature falls below 50 degrees F. 11 Full Depth Reclamation Item # 9 With Asphalt Emulsion Year 2024-25 3.4 Mixing In-place Mixing - The required amount of approved asphalt emulsion shall be incorporated into the recycled asphalt/aggregate material at the cutting head. The metering equipment shall be approved by the Superintendent and shall be capable of applying all the required amount of asphalt emulsion in one pass. If the metering equipment is not working properly, the operation shall be stopped until the problem is corrected. Descriptive information on the mixing and applying equipment as well as all calibration information and curves on all metering equipment used shall be submitted for approval to the Superintendent not less than five (5) days before work starts. 4. AERATION AND COMPACTION a. Aeration - The Contractor shall blade mix the material until a uniform mixture, as determined by the Superintendent, of aggregate and emulsion is obtained. Manipulation of the mixture shall then continue until the volatiles or water, or both, are removed in sufficient quantities to provide a mixture suitable for compaction. b. Compaction - After the mixture has been completely aerated, it shall be spread to a uniform grade and cross-section and compacted with an approved, fully operational, pneumatic-tired roller for the full width of the roadway. Rolling shall continue until the entire roadway is at finished grade. Failure to comply with this requirement will lead to rejection and non- payment of the work. Once the finished grade is obtained the mixture shall be compacted again. The compaction equipment used for finished rolling shall be a vibratory soil compactor, standard asphalt rollers will not be permitted, and shall be capable of attaining the density requirements listed below. If problems arise based upon the use of a vibratory roller in residential areas, the Superintendent will require the Contractor to replace the roller with one capable of meeting the requirements with no vibration. The maximum depth of any compacted layer shall be 6 inches. Where the required course is more than 6 inches in total compacted depth, it shall be constructed in approximately equal depth layers. The Contractor shall employ an independent testing laboratory approved by the Superintendent to perform quality control testing during the compaction process. A quality control plan shall be submitted for approval to the Superintendent not less than five (5) days before work starts. The testing laboratory shall provide a Nuclear-Density meter to control the final in-place density of the stabilized material. The meter shall also be used to determine the optimum number of roller passes required to achieve an acceptable density. The meter will be required for each day that the in-place 12 Full Depth Reclamation Item # 9 With Asphalt Emulsion Year 2024-25 stabilization and fine grading operation is in progress. Failure to comply with this requirement will lead to rejection and non-payment of the work. 5. FINISH GRADING The finish grading operation shall conform to the required line and grade and cross sections specified under Section 3.2a. 6. CURING PERIOD Following the grading and stabilization operations, a period of curing of the recycled base will be required. After a minimum curing period of three (3) days or less, as determined by the Superintendent, a deflection survey will be performed on the top of the completed base. 7. TESTING 7.1 Completed Base. After the curing period the Contractor shall employ an independent testing firm to perform a deflection survey on the top of the completed base. The procedure used will utilize a "Benkelman Beam" and will conform to ASTM D4695, "Standard Guide for General Pavement Deflection Measurements." The Contractor shall also furnish the loaded six- or ten-wheel truck and driver required for testing, as well as all necessary traffic control. No separate payment will be made for the required acceptance testing. The cost is to be included in the unit price bid for Bid#1. If any unstable areas appear, the Contractor shall repulverize, aerate, regrade and recompact the areas. If needed, additional admixture shall also be added.No additional payment will be made for the repairing of unstable areas found by the deflection survey. If unstable areas still remain, the Superintendent may direct the.Contractor to remove the existing base material to a depth of eight inches (8") and refill the areas with Bid#2, Dense Graded Aggregate Base Material. The material will be compacted as specified. Payment will be made for the use of the Dense Graded Aggregate Base Material at the unit price bid per cubic yard for Bid#2. No additional payment will be made for repairing unstable areas which, in the opinion of the Superintendent, were caused by excessive moisture content, insufficient or excessive emulsified asphalt or for any other conditions caused by failure to conform to the job mix formula, poor quality control or poor construction practices. 8. MEASUREMENT& PAYMENT The quantity to be paid for under this Item shall be the number of square yards of material that is pulverized, graded, stabilized, compacted and tested in accordance with the plans, specifications, and as instructed by the Superintendent. The unit price bid per square yard for this Item shall include the cost of all labor, materials, additives, tools, equipment, laboratory and quality control testing, reports and all incidentals necessary to satisfactorily complete the in-place pulverization, stabilization, grading, aeration, compaction, acceptance testing, and 13 Full Depth Reclamation Item # 9 With Asphalt Emulsion Year 2024-25 repair of unstable areas of the roadway and surface repairs. The approximate depth of cut shall be 4 inches to 8 inches. If during the initial in-place pulverization the depth of bituminous material is found to be greater than 8 inches, then depths of greater than 8 inches only when ordered and verified by the Superintendent shall be paid for in the following manner: For each 2 inches in excess of 8 inches in depth, the pay item shall be increased by 5%per square yard for the area in which the additional depth is found. Base material required will be paid for under Bid #2, Dense Graded Aggregate Base Material, excavation required will be paid for under Bid#3, Unclassified Excavation, liquid emulsion furnished and placed will be paid for under Item Bid#4. END OF SPECIFICATION: APPENDIX "A" Modifications made to ASTM D-1559 for mixes made with asphalt emulsions; SS-I, SS-Ih, CSSIh and CSS-I. -A minimum of three (3) mixes shall be tested at the following emulsion contents: 1.75, 2.00 and 2.25 gallons per square yard -All mixes will be made at a total liquid content as defined in section 2.3 of this specification. Mixing will be at ambient temperature (i.e., 77 +1-7 degrees F) - Compaction of the specimen will be made at ambient temperature. No heating of molds of other material will be necessary. -Apply 75 blows with the compaction hammer per face. - Remove from mold within one hour of compaction. - Weigh and measure with a caliper to the nearest 1/32 of an inch. Determine the "Wet Density" (lb. per cubic foot) as follows: (Weight)/ (Thickness in inches x 205.926)) x 62.4 - Place specimen on its side in a flat pan and allow to sit at 77 = 1-7 degrees F for a minimum of 2hours. - Transfer specimens to a force air oven maintained at 105 +1-2 degrees F for 18 +l-4 hours. -Remove from oven and allow to cool for a minimum of 2 hours. -Determine the Bulk Specific Gravity by ASTM D-2726 - Determine the Theoretical Maximum Specific Gravity by ASTM D-2041. (Use volumeter only) Wet Stability: 14 Full Depth Reclamation Item # 9 With Asphalt Emulsion Year 2024-25 - Place 3 specimens in a high walled pan and place in a 140 +1-1.8 degree F water bath for 30 to 35 minutes. - Determine the stability and flow within 30 seconds after removal from the water bath. Dry Stability: - Place 3 specimens in an oven maintained at 140 +1-1.8 degrees F for 2 hours. - Determine the stability and flow within 30 second of removal from the oven. Reporting: - Report the "wet stability" -Report the "dry stability" - Compare the "wet"/"dry" stability ratio. - The percent stability loss shall be a maximum of 50%. 15 Full Depth Reclamation Item # 9 With Asphalt Emulsion Year 2024-25 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) 16 Full Depth Reclamation Item# 9 With Asphalt Emulsion Year 2024-25 Or proposal of this corporation for the following Project: Item# 9 Full Depth Reclamation with Asphalt Emulsion Performed within Mainland Southold Town 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 17 3f8f2539 lynda.rudder@town.southold.ny.us AFFIDAVIT OF PUBLICATION The Suffolk Times State of New York, County of,Suffolk County, The undersigned is the authorized designee of The Suffolk Times,a Weekly 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: 05/09/2024 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. e1 �«�L�c���� Signature Christina Henke Rea Printed Name Subscribed and sworn to before me, This 13 day of May 2024 �� Digitally signed DOUGLASWREA by douglas w rea Notary Public-State of New York Date: 2024.05.13 NO.Of RE6398443 15:06:07 +00:00 (qualified in Albany County My Commission Expires Sep 30,2027 LEGAL NOTICE c 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: 5. Type 6 Top - Hot Mix Asphalt Concrete 6. Base Coat 8. Type 6 Asphalt (town pick up) 9. Full Depth Reclamation 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 23, 2024 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: April 23, 2024 BY ORDER OF THE SOUTHOLD TOWN BOARD DENIS NONCARROW 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: 5. Type 6 Top—Hot Mix Asphalt Concrete 6. Base Coat 8. Type 6 Asphalt (town pick up) 9. Full Depth Reclamation 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 23, 2024 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: April 23, 2024 DENIS NONCARROW SOUTHOLD TOWN CLERK STATE OF NEW YORK) SS: COUNTY OF SUFFOLK) Denis Noncarrow, Town Clerk of the Town of Southold,New York being duly sworn, says that on the 30TI day of April , 2024, 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 . 2024-25 Road Treatment bids . k Denis Noncarrow Southold Town Clerk Sworn before me this 30th day of A ri1 , 2024. �_z Notary Public LYNDA M.RUDDER f Notary Public,State of New York No.01 RU6020932 Qualified in Suffolk County Commission Expires March 8,20-D Southold Town-Board - Letter Board Meeting of April 23;,2024 RESOLUTION 2024-391 Item # 5.46 A-DOPTED DOC ID: 20201 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2024-391 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON APRIL 23,2024: 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 for the calendar year 2024- 2025. 4 r � Denis Noncarrow Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: Anne H. Smith, Councilwoman SECONDER:Brian O. Mealy, Councilman AYES: Doroski, Mealy, Smith, Krupski Jr, Doherty, Evans Generated April 24, 2024 Page 68