HomeMy WebLinkAboutRoad Treatment - Oil & Stone$5.00 non-refundable fee to~l~tain specifications.
{includes postage)
BID - OIL F.. RECYCLED ~STONE
BID OPENING: 11:00 A.M., Thursday, April 10, 1997.
4/7/971.
4/7 2.
3.
4.
5.
6.
John T. Montecalvo, Inc., Speonk-Riverhead Rd., Speonk, NY 11972-325-1492
Carmine Randazzo - Fax #325-1580
Corazzina Asphalt, Inc., Cox Lane, Cutchogue, NY Richard Corazzini
734-5600
7e
Be
It~URgD
CERTIFICATE OF INSURANCE
8400 Main Road
Mauituck, NY 11952~925
Corazzini Asphalt, Inc.
Cutchogue Matas~ls, Inc.
100 Lopen Dr. P. O, Box 555
Cutchogue NY 11935
COMPANIES AFFORDING COVERAGE
COMPANY
LETTER A ITT Hae, ford
LETTER B ~ Hn~ford
RECEIVED
dULI 0 }997
128B1~500
11/22/96 11/22/97
12UENCR5640 I I/~_/96 I 1/22/97
D
E m'mm
OCp
12WECY1092 , ' ' .~
t00000
$10000 Limit
NY!S Disability
CERTllqCATE HOLDER IS NAMED AS ADDITIONAL INSURED.
Statutory Limit
JUDITH T. TERI~Y
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (516) 765-1823
Telephone (516) 765-1800
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
May 21, 1997
Richard Corazzini
Corazzini Asphalt, Inc.
Box 555, Cox Lane
Cutchogue, New York 11935
Dear Richard:
I am in receipt of the Certificate of Insurance with regard to your
bid on Oil & Recycled Stone, therefore, I am returning herewith your
$500.00 bid check.
Enclosure
Very truly yours,
Judith ¥. Terry
Southold Town Clerk
A/../.*'~II ASPHALT. INC.
CERTIFI
· P~abl~ only as or~naily
:/
'
~ NOT O~ . "
COMPANI~ AFFOIt01NG COVERAGE
co
$1m~o Limit
O t3w~cYlom3 ~
$/23/g6 5123198
P.O.~ 11'79
emmw.~',m~-m,~-- mtmmm mmg~mmuammmmm
JUDITH T. TEI~tY
TOWN C LEP,,K
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (516) 765-1823
Telephone (516) 765-1800
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
April 18, 1997
Richard Corazzini
Corazzini Asphalt, Inc.
Box 555, Cox Lane
Cutchogue, New York 11935
Dear Richard:
The Southold Town Board, at a regular meeting held on April
1997, accepted your bid for the Bituminous Surface Treatment (Oil
Recycled Stone), all in accordance with the bid specifications:
Bituminous Surface Treatment - Liquid Asphalt Grade RC-250
Recycled Stone: $.68 per sq. yd.
Schim Mix Asphalt Concrete - Type 5 (500+/-Ton): $49.00 per ton
Fog Coat - RC-250 Liquid Asphalt (50+/-Gallons): $.05 per gallon
I am enclosing a copy of the insurance requirements. Once I am
receipt of those certificates, I will return your $500.00 bid check.
Very truly yours,
Judith T. Terry
Southold Town Clerk
15,
&
in
Enclosure
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 h. erein:
COMPENSATION INSURANCE:
Public Liability and Property Damage Indurance
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 Cpontractor 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 for personal injury including
accidental death as well as from claims for property damage which may adse
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 adsing 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 adsing 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 ($1,000,000.00) for damages adsing out of injury to, or destruction of,
property in any one accident and subject to that limit per accident, a total (or
aggregate limit of Two Million Dollars ($ 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 polic~, as required, shall bear the
policy numbers, the expiration date of the policy and the limits of liability thereunder.
Both the certificates and the policy shall be endorsed to provide the Owner with any
notice of cancellation or non-renewal.
JUDITH T. TEI~I~Y
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (516) 765-1823
Telephone (516) 765-1800
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION WAS ADOPTED BY THE
SOUTHOLD TOWN BOARD AT A REGULAR MEETING HELD ON APRIL 15, 1997:
RESOLVED that the Town Board of the Town of Southold hereby accepts
the bid of Corazzini Asphalt Inc., at the following prices, for Bituminous
Surface Treatment, all in accordance with the bid specifications:
Furnish and place within Southold Town:
Bituminous Surface Treatment - Liquid Asphalt Grade RC-250 &
Recycled Stone: $.68 per sq. yd.
Schim Mix Asphalt Concrete - Type 5 (500+/-Ton): $49,00 per ton
Fog Coat- RC-250 Liquid Asphalt (50+/-Gallons): $.05 per gallon
Judith T. Terry ~/
Southold Town Clerk
April 16, 1997
RAYMOND L. JACOBS
Superintendent
Highway Department
Town of Southold
Peconic Lane
RO.Box 178
Peconic, New York 11958
Tel. (516) 765-3140
(516) 734-5211
Fax. (516) 765-1750
]NV]TI]ION TO B]])
FOR THE PURCHASE & APPLICATION OF
A~PHALT ROAD MATERI~;~
BITUMINOU~g gURFACE TREATMF3IT
RC-250 LIQUID A~PHALT
"OIL & RECYCLED .STONE"
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
NOTE: THE TOWN OF SOUTHOLD
WILL SUPPLY 2,000 CUBIC YARDS
(More or Less) - OF RECYCLED
1/4" BLUE STONE MATERIAL.
INVITATION TO BID
NOTICE IS HEREBY GIVEN that sealed bids are sought and requested from qualified
asphalt contractors to perform within the Town of Southold as may be required for a period
cf one (1) year, the following:
FURNISH & PLACE "BITUMINOUS SURFACE TREATMENT"
ROAD MATERIALS CONSISTING OF OIL (RC250) LIQUID ASPHALT
AND RECYCLED STONE (as Supplied by Southold Town)
WITHIN THE TOWN OF SOUTHOLD, Suffolk County, New York.
The Town Board of the Town of Southold will receive bids for furnishing all of the labor,
materials and equipment as specified for the placement of bituminous surface treatment
road materials within the Town of Southold as may be required for a period of one year
from the commencement of the contract. All work shall be in accordance with the
Specifications herein as well as the Standard New York State Dept. of Transportation
Specifications for Bituminous Materials.
Bids will be received at the office of the Southold Town Clerk, Southold Town Hall, 53095
Main Road, Southold, New York 11971, until:
11:00 AM on the , day of , 1997.
All Specifications are provided herein.
A fee of ten ($10.00) dollars, cash or check, made payable to the Town of Southold will be
required for one (1) copy of the Contract Documents. There are no refunds.
This invitation to bid is not an offer and shall in no way bind the Town of Southold to award
a contract for performance of the project. Should the Town of Southold decide to award
a contract, it shall be awarded to the lowest responsible bidder.
The Town of Southold reserves the dght to waive any informalities, and to reject any or all
bids, and to retain bids for 45 days from the date of receipt. The CONTRACTOR MAY
NOT withdraw his bid dudng this period.
Bid security in the form of a certified check or bid bond in the amount of five hundred
($500) dollars will be required of each bidder. Checks to be made payable to the order of
the Town of Southold.
Dated:
BY ORDER Of THE SOUTHOLD TOWN BOARD
By: Judith T. TerTy
Southold Town Clerk
INSTRUCTIONS TO BIDDERS
A, PROPOSALS
Proposals must be made in strict accordance with the "Proposal Form" provided. The
Proposal form shall not be detached from the bid package. Failure to comply with this
requirement will constitute grounds for rejection of the bid subject to the digression of the
Highway Superintendent. Any and all exceptions to the specifications shall be listed on
a separate sheet beadng the designation: "Exceptions to the Specifications", and attached
to the Bid Form. Each proposal must be signed in writing with the full name and address
of bidder.
The bidders shall write in ink, both in words & numerals, the price for which he proposed:
to furnish all materials, plant, equipment, tools, shodng or bracing, or other facilities, & to
perform all labor and services necessary for the proper completion of the work in strict
accordance with the plans and specifications, and subject at all times to the approval of the
Highway Superintendent.
Proposals, together with the entire bid package, shall be delivered enclosed in an opaque
sealed envelope and shall be addressed as indicated on Invitation to Bid. The envelope
shall be marked "Proposal" beadng the title of work and the Bidders Name. Bidders may
bid on one or any combination of items listed on the proposal sheet.
No proposal shall be considered which has not been received by the Southold Town Clerk
prior to the hour and date stated.
B. PROPOSAL GUARANTY
A proposal will not be accepted or considered unless accompanied by a guaranty in the
form of a bid bond or certified check in the amount of five hundred ($ 500) dollars payable
to the Town of Southold.
As soon as the proposal pdces have been compared, the Owner shall return the bidder's
bond or the certified checks accompanying such proposals as, in his judgement, 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 accompanied.
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 dght 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 fight 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."(Unit Price per Square Yard of Oil & Stone Applied)
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 withdrew 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 fight 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 interlineation, erasure or corrections may be rejected. The Town also reserves the
right to reject any bid if the evidence submitted in the qualification statement or an
investigation of of such bidder fails to satisfy the Town that such bidder is properly qualified
to carry out the obligations of the contract and to complete the work contemplated therein.
Conditional bids will not be accepted.
H. PLANT & EQUIPMENT
The bidder shall state in his bid that be has available or under his control, plant and
equipment of the character and in the amount required to complete the proposed work
within the specific time.
I. TIME FOR EXECUTION OF CONTRACT
Any bidder whose proposal shall be accepted will be required to appear before the Town
in person; or if a firm or corporation, a duly authorized representative shall so appear, and
execute six (6) copies of the Contract and furnish satisfactory Performance and Payment
Bond within ten (10) days after notice that the Contract has been awarded to him. Failure
to execute Contract shall constitute a breach of the agreement effected by the acceptance
of the Proposal.
The damages to the Town for such breach will include loss from interference with his
construction program and other items, the accurate amount of which it will be difficult or
impossible to compute. The amount of 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 h. erein:
COMPENSATION INSURANCE:
Public Liability and Property Damage Indurance
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 Cpontractor 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 pro(ection afforded by the Contractor.
Public Liability and Prol3erty Damage Insurance: The Contractor shall take
out and maintain dudng the life of this Contract such Public Liability and Property
Damage Insurance as shall protect him and any subcontractor ped'orming work
covered by this Contract from claims for damages for 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 Dollam ($1,000,00o.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 adsing out of bodily injudes 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 adsing
out of injury to, or destruction of, property dudng 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 fumish the Owner with certificates of each insurer insudng 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 polic~), as required, shall bear the
policy numbers, the expiration date of the policy and the limits of liability thereunder.
Both the certificates and the policy shall be endorsed to provide the Owner with any
notice of cancellation or non-renewal.
STATEMENT OF NON-COLLUSION
(To be completed by each Bidder)
In accordance with Section 103<1 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 disthct 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.
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 pdces which have been quoted in this bid have not
been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder pdor
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.
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.
That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution
of this certificete by the signature of this bid or proposal on behalf of the corporate bidder.
RESOLUTION'
Resolvedthat ~-~ofr.~Z:~,.,", /~2,..¢~,~/~T~_~__/.¢~, .'~/¢./).~£~ ~/),,z,g~z~,.~e
(Name of Corporation)
authorized to sign and submit the bid or proposal of this corporation for the following Project:
Placement and Application - Bituminous Surface Treatment
Oil & Recycled Stone - Town of Southold, New York 11971
and to include in such bid or proposal the certificate as to non-collusion required by section one-hundred-three<1
(103<1) of the General Municipal Law as the act and deed of such corporation, and for any inaccuracies or mis-
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
(SEAL OF THE CORPORATION)
Laws of New Yo~ tg65
Ch. 7S1, Sec. 103-d, as amended
effec~e September 1, 1965
,19¢;2
PROPOSAL FORM
DATE: -;"-~ ~ ?
NAME OF BIDDER:
TO:
SOUTHOLD TOWN BOARD
TOWN HALL - 53095 MAIN ROAD
SOUTHOLD, NEW YORK 11971
MEMBERS Of THE BOARD:
NOTE: All items listed herein must be bid. Failure to bid
any item will be grounds for disqualification.
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 fl'aud, and that no
person acing 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 himseff 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 matedats 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 BITUMINOUS SURFACE TREATMENT IN ACCORDANCE WITH THE PROJECT
REQUIREMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE
STIPULATED "UNIT PRICE" OF:
FURNISH AND PLACE WITHIN $OUTHOLD TOWN
Bituminous Surface Treatmeflt - LiquLd Asph~t Grade RC-250 & re_cycled Stone
(wdtten in wbrds) Pe~.~q. Yd.
written in~nu~m~bers Per
( ' ' ) Sq. Yd,
Schim Mix Asphalt Concrete -Type 5 (500 +/- Ton)
(wdtten i~ words) Per Ton
(wdtten in numbers) Per Ton
Fo9 Coat~ RC-250 Liquiq~ Asphalt (50 +/- Gatlons)
(wdtten in words)/Per Gallon
(wdtten in numbers) Per Gallon --~. .~'/
And he further agrees that if this proposal shall he 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 for~-~ve (~) days, the T/o~ will accept or reject this proposal
or by mutual agreement may extend this~oy/ /
Signature of Bidder: /~. .~~
Business Name &
Address:
Telephone Number:.
Date: .z/_o~ . ~'
(2)
SPECIFICATIONS:
BITUMINOUS SURFACE TREATMENT "OIL & RECYCLED STONE"
Town of Southold
A: DESCRIPTION:
Bids are requested for the purchase and application of Bituminous Surface Treatment that
consists of LIQUID ASPHALT (Grade RC-250) & RECYCLED 1/4" Blue STONE for the
use in repair & maintenance of the Town Highways for the calendar year 1997. The
contractor shall supply all liquid asphalt and the Town of Southold will supply approximately
2,000 cubic yards (more or less) of recycled stone. The contractor shall be required to pick
up stone material from the Town Highway Yard on Peconic Lane. All materials shall be
placed and/or applied by the contractor as directed by the Superintendent of Highways.
The contractor shall also be required to provide & place quantities of Schim Mix Asphalt
(Type 5) as needed and directed by the Superintendent of Highways. The attention of the
bidder is specifically called to the fact that the quantities specified herein are considered
an estimate only and may not be the quantity of material that will actually be required by
the Town for the 1997 calendar year.
MATERIALS:
Asphalt Road Material shall be Grade RC-250 and shall meet the following
Specifications:
Water, Max. (%)
Flash Point, C.O.C. F, Min.
Kinematic Viscosity @ 140 F,
Centistokes
Distillation: % Total Distillate to
680 F, by Vol.
To 437 F Min.
To 500 F Min.
To 600 F Min.
Residue from Distillation to 680 F
% Volume by Difference, Min.
Tests on Residue
Absolute Viscosity 140 F
Ductility, 5 cra/min.
@ 77 F, cm. min..
% Sol. In CCL4, Min.
Required Temperature
Mixing
Spraying
Grade RC-250
0.2
250-500
35
60
80
65
600-2400
100
99
100-175
80-250
Blue Stone shall be supplied I~y the Town of Southold and
applied by the contractor free of all foreign debris.
Weather Limitations: The matedal shall be spread only when:
2.
3.
4.
The road surface and atmospheric temperatures are at least 45 degrees F.
and dsing.
The weather is not foggy or raining.
There is no forecast of temperatures below 32 degrees F within 48 hours
from the time of placement of the Asphalt Material.
Construction limits shall be between May 1 & November 1.
Eauipment. Delivery & Application:
All asphalt & stone materials must be applied within the Town of Southold.
The successful bidder will be required to deliver and apply such asphalt &
stone materials to the job site in quantities as directed by the Superintendent
of Highways.
All bituminous material distribution vehicles shall have full circulation spray
bars & be equipped with a wheel calibrated instrument that will indicate
pump output in gallons per minute to verify accuracy of application.
Aggregate spreader shall be capable of spreading matedal up to ten (10')
feet in width on a single pass and shall be capable of providing variable
widths. The spreader shall be self propelled and have dual operator
stations.
Pneumatic tired rollers shall be' required for compacting the surface
treatment.
Schim Mix Asphalt Concrete (Type 5) shall be applied at the discretion of
the Highway Superintendent. Applications at all pot holes, broken &
uneven pavement surfaces and other required areas shall be as directed
by the Town. All existing pavement surfaces where Schim Mix Asphalt
Concrete work is required shall be fog sealed with RC 250 at 0.10 gallon
per Square Yard prior to placement of pavement.
All manholes, catch basins, curbs and other structures shall be protected
against the application of bituminous material.
After the area to be treated has been prepared to the satisfaction of the
Highway Superintendent, an application of bituminous material (RC-250
Liquid Asphalt) shall be applied at the rate of three tenths (0.3) gallons per
square yard and immediately covered with Recycled Stone at the
approximate ram of 25 Ib's. Per square yard.
The stone course shall be completely rolled twice with a self-propelled
pneumatic roller.
NON-COLLUSIVE BID CERTIFICATE
The undersigned bidder certifies that this bid has been arrived at
by the bidder in'dependently and has been submitted without collusion
with any other vendor of materials, supplies or equipment of the type
described in the invitation for bids, -and the contents of this bid have
not been communicated by the bidder, nor, to its best knowledge and
belief, by any of its employees or agents, to any person not an employee
or agent of the bidder or its surety on any bond furnished herewith
prior to the official opening of the bid.
(Signed) ~~~~~r//~
Bid on
OIL & RECYCLED STONE
NOTICE TO BIDDERS
NOTICE IS HEREBY GIVEN, in
accordance with thc provismns of
Section 103 of the General Municipal
Law, thai sealed bids are sought and
requested for furnishing and placing
within the Town of Southold: Bitu-
minous Surface Treatmem Road
Materials Consisting of Oil IRC250)
LIQUID ASPHALT AND RECY-
CLED STONE. Specffk'ations may be
obtained at the Office of the Town
Clerk, Town of Southold, Town Hall,
53095 Main Road, Southold. New York
11971, upon payment of a $5J)0 non-
refundable fee.
The sealed bids. together with a
Non-Collusive Bid Certificate, and
bank draft or certified check in the
amount of 2% of the amount ot the bid.
will be received by the Town Clerk of
the Town of Southold at the Soulhold
Town Hall. 53095 Main Road.
Southold, New York. unlil I 1:00 A.M,
Thursday. April Il), 1997, at which
time they will be opened and read
aloud in public
The '!bwn Board of the T, wn o[
and all bids and waive any and all
informality in any bid should it be
deemed in the best interest of the Town
of Southold to do so.
All bids mast be signed and sealed
in envelopes plainly marked "Bid on
Oil & Recycled Stone", and submitted
to the Office of the Town Clerk.
The bid pric~ shall not include any
tax, federal, state, or local from which
the Town of Southold is exempt.
Dated: March 18, 1997.
JUDITH T TERRY
SOUTHOLD TOWN CLERK
8912-1TM27
STATE OF NEW YORK)
) SS:
of Mattttuck, in
said County, being duly sworn, says that he/she
is Principal Clerk of THE SUFFOLK TIMES. a
Weekly Newspaper, published at Mattituck, in
the Town of Southold, County of Suffolk and
State of New York, and that the Notice of which
thc annexed is a printed copy, has bccn regular-
ly published in said Newspaper once each week
for I weeks successively, ~ommenclng on
the
Principal Clerk
Sworn to before me this ~>~
day of~ff~?~ ~j~ 19 ~7
STATE OF NEW YORK}
SS:
COUNTY OF SUFFOLK)
JUDITH T. TERRY, Town Clerk of the Town of Southold, New York,
being duly sworn, says that on the 19th day of March 1997,
she affixed a notice of which the annexed printed notice is a true copy,
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, Southold Town Hall, Main Road, Southold, New York 11971.
Legal Notice, Notice to Bidders, Oil & Recycled Stone. Bid opening: 11:00
A.M., Thursday, April 10, 1997, Southold Town Clerk's Office.
Sworn to before me this
19th day of March 1997.
No{a ry Pul~lic
Judith T. Terry
Southold Town Clerk
LINDA J. COOPER
Notary Public State of New Y. ork
No. 4822563, Suffolk County ~, c
Term Exp res Decamb~r 31, 19 7a
RAYMOND L. JACOBS
Superintendent
Highway Department
Town of Southold
Peconic Lane
P.O.Box 178
Peconic, New York 11958
Tel. (516) 765-3140
(516) 734-5211
Fax. (516) 765-1750
INVlTA ON TO Bm
FOR THE PURCHASE & APPLICATION OF
A~PHALT R0~ MATER. S
BITUMINOUS ~URFACE TREATMENT
RC-~,50 LIQUID A~PHALT
"OIL & RECYCLED .STO1W
TOWN OF SOUTHOLD
SUFFOLK coUNTy, NEW YORK
NOTE: THE TOWN OF SOUTHOLD
WILL SUPPLY 2,000 CUBIC YARDS
(More or Less) - OF RECYCLED
114" BLUE STONE MATERIAL.
INVITATION TO BID
NOTICE IS HEREBY GIVEN that sealed bids are sought and requested from qualified
asphalt contractors to perform within the Town of Southold as may be required for a period
of one (1) year, the following:
FURNISH & PLACE "BITUMINOUS SURFACE TREATMENT"
ROAD MATERIALS CONSISTING OF OIL (RC250) LIQUID ASPHALT
AND RECYCLED STONE (as Supplied by Southold Town)
WITHIN THE TOWN OF SOUTHOLD, Suffolk County, New York.
The Town Board of the Town of Southold will receive bids for furnishing all of the labor,
materials and equipment as specified for the placement of bituminous surface treatment
read materials within the Town of Southold as may be required for a period of one year
from the commencement of the contract. All work shall be in accordance with the
Specifications herein as well as the Standard New York State Dept. of Transportation
Specifications for Bituminous Materials.
Bids will be received at the office of the Southold Town Clerk, Southold Town Hall, 53095
Main Road, Southold, New York 11971, until:
11:00 AM on the , day of , 1997.
All Specifications are provided herein.
A fee of ten ($10.00) dollars, cash or check, made payable to the Town of Southold will be
required for one (1) copy of the Contract Documents. There are no refunds.
This invitation to bid is not an offer and shall in no way bind the Town of Southold to award
a contract for performance of the project. Should the Town of Southold decide to award
a contract, it shall be awarded to the lowest responsible bidder.
The Town of Southold reserves the right to waive any informalities, and to reject any or all
bids, and to retain bids for 45 days from the date of receipt. The CONTRACTOR MAY
NOT withdraw his bid during this period.
Bid security in the form of a certified check or bid bond in the amount of five hundred
($500) dollars will be required of each bidder. Checks to be made payable to the order of
the Town of Southold.
Dated:
BY ORDER OF THE SOUTHOLD TOWN BOARD
By: Judith T. Terry
$outhold Town Clerk
INSTRUCTIONS TO BIDDERS
A. PROPOSALS
Proposals must be made in stdct accordance with the "Proposal Form" provided. The
Proposal form shall not be detached from the bid package. Failure to comply with this
requirement will constitute grounds for rejection of the bid subject to the digression of the
Highway Superintendent. Any and all exceptions to the specifications shall be listed on
a separate sheet beadng the designation: "Exceptions to the Specifications", and attached
to the Bid Form. Each proposal must be signed in writing with the full name and address
of bidder.
The bidders shall write in ink, both in words & numerals, the pdce for which he proposed:
to furnish all materials, plant, equipment, tools, shodng or bracing, or other facilities, & to
perform all labor and services necessary for the proper completion of the work in strict
accordance with the plans and specifications, and subject at all times to the approval of the
Highway Superintendent.
Proposals, together with the entire bid package, shall be deliVered enclosed in an opaque
sealed envelope and shall be addressed as indicated on Invitation to Bid. The envelope
shall be marked "Proposar' beadng the title of work and the Bidders Name. Bidders may
bid on one or any combination of items listed on the proposal sheet.
No proposal shall be considered which has not been received by the Southold Town Clerk
prior to the hour and date stated.
B. PROPOSAL GUARANTY
A proposal will not be accepted or considered unless accompanied by a guaranty in the
form of a bid bond or certified check in the amount of five hundred ($ 500) dollars payable
to the Town of Southold.
As soon as the proposal pdces have been compared, the Owner shall return the bidder's
bond or the certified checks accompanying such proposals as, in his judgement, 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 accompanied.
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 dght 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
pedod 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 dght 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."(Unit Pdce per Square Yard of Oil & Stone Applied)
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 wdtten request presented not later
than the hour set for the opening thereof, will be given permission to withdraw his proposal.
At the time cf opening the proposals, when such proposals are reached, it will be returned
to him unread. ~
G. REJECTION OF PROPOSALS
The Town reserves the dght 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 interlineation, erasure or corrections may be rejected. The Town also reserves the
right to reject any bid if the evidence submitted in the qualification statement or an
' investigation of of such bidder fails to satisfy the Town that such bidder is propedy qualified
to cam/out the obligations of the contract and to complete the work contemplated therein.
Conditional bids will not be accepted.
H. PLANT & EQUIPMENT
The bidder shall state in his bid that be has available or under his control, plant and
equipment of the character and in the amount required to complete the proposed work
within the specific time.
I. TIME FOR EXECUTION OF CONTRACT
Any bidder whose proposal shall be accepted will be required to appear before the Town
in person; or if a firm or corporation, a duly authorized representative shall so appear, and
execute six (6) copies of the Contract and furnish satisfactory Performance and Payment
Bond within ten (10) days after notice that the Contract has been awarded to him. Failure
to execute Contract shall constitute a breach of the agreement effected by the acceptance
of the Proposal.
The damages to the Town for such breach will include loss from interference with his
construction program and other items, the accurate amount of which it will be difficult or
impossible to compute. The amount of 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 h. erein:
COMPENSATION INSURANCE:
Public Liability and Property Damage Indurance
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 Cpontractor 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 for 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.
I~iability 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 Southoid 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 polic~, as required, shall bear the
policy numbers, the expiration date of the policy and the limits of liability thereunder.
Both the certificates and the policy shall be endorsed to provide the Owner with any
notice of cancellation or non-renewal.
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.
By submission of this bid, each bidder and each person signing on behaff 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 pdces 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 pdces with any other bidder or any competitor.
(2) Unless otherwise required by law, the pdces 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 rastdcting
competition.
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.
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
(Name of Corporation)
authorized to sign and submit the bid or proposal of this corporation for the following Project:
Placement and Application - Bituminous Surface Treatment
Oil & Recycled Stone - Town of Southold, New York 11971
be
and to include in such bid or proposal the certificate as to non-collusion required by section one-hundred-three-d
(103<1) of the General Municipal Law as the act and dead of such corporation, and for any inaccuracies or mis-
statements in such certificate this corporate bidder shall be liable under the penaEies 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 ,19
(SEAL OF THE CORPORATION)
Laws of New York, t965
Ch. 761, Sec. 103-d, as amended
effective September 1, 1965
PROPOSAL FORM
DATE:
NAME OF BIDDER:
TO:
SOUTHOLD TOWN BOARD
TOWN HALL - 53095 MAIN ROAD
SOUTHOLD, NEWYORK 11971
MEMBERS OF THE BOARD:
NOTE: All items listed herein must be bid. Failure to bid
any item will be grounds for disqualification.
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 BITUMINOUS SURFACE TREATMENT IN ACCORDANCE WITH THE PROJECT
REQUIREMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE
STIPULATED "UNIT PRICE" OF:
FURNISH AND PLACE WITHIN SOUTHOLD TOWN
Bituminous Surface Treatment - Liquid Asphalt Grade RC-250 & re. cycled Stone
(wdtten in words) Per Sq. Yd.
(wdtten in numbers) Per Sq. Yd.
Schim Mix Asphalt Cor~crete -Type 5 (500 +/- Ton)
(wdtten in words) Per Ton
(wdtten in numbers) Per Ton
Fog Coat: RC-250 Liquid Asphalt (50 +/- Gallons)
(written in words) Per Gallon
(written in numbers) Per Gallon
(1)
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 pedod of forty-five (45) days, the Town will accept or reject this proposal
or by mutual agreement may extend this time pedod.
Signature of Bidder:
Business Name &
Address:
Telephone Number:
Date:
(2)
SPECIFICATIONS:
BITUMINOUS SURFACE TREATMENT "OIL & RECYCLED STONE"
Town of Southold
A: DESCRIPTION:
Bids are requested for the purchase and application of Bituminous Surface Treatment that
consists of LIQUID ASPHALT (Grade RC-250) & RECYCLED 1/4" Blue STONE for the
use in repair & maintenance of the Town Highways for the calendar year 1997. The
contractor shall supply all liquid asphalt and the Town of Southold will supply approximately
2,000 cubic yards (more or less) of recycled stone. The contractor shall be required to pick
up stone material from the Town Highway Yard on Peconic Lane. All materials shall be
placed and/or applied by the contractor as directed by the Superintendent of Highways.
The contractor shall also be required to provide & place quantities of Schim Mix Asphalt
(Type 5) as needed and directed by the Superintendent of Highways. The attention of the
bidder is specifically called to the fact that the quantities specified herein are considered
an estimate only and may not be the quantity of material that will actually be required by
the Town for the 1997 calendar year.
MATERIALS:
Asphalt Road Material shall be Grade RC-250 and shall meet the following
Specifications:
TEST
Water, Max. (%)
Flash Point, C.O.C. F, Min.
Kinematic Viscosity @ 140 F,
Centistokes
Distillation: % Total Distillate to
680 F, by Vol.
To 437 F Min.
To 500 F Min.
To 600 F Min.
Residue from Distillation to 680 F
% Volume by Difference, Min.
Tests on Residue
Absolute Viscosity 140 F
Ductility, 5 cm/min.
@ 77 F, cm. min..
% Sol. In CCI~, Min.
Required Temperature
Mixing
Spraying
Grade RC-250
0.2
~ 250-500
35
60
8O
65
600-2400
100
99
100-175
80-250
Blue Stone shall be supplied I~y the Town of Southold and
applied by the contractor free of all foreign debris.
Weather Limitations: The matedal shall be spread only when:
2.
3.
4.
The road surface and atmospheric temperatures are at least 45 degrees F
and rising.
The weather is not foggy or raining.
There is no forecast of temperatures below 32 degrees F within 48 hours
from the time of placement of the Asphalt Material.
Construction limits shall be between May 1 & November 1.
Eauipment. Delivery & Application:
All asphalt & stone materials must be applied within the Town of Southold.
The successful bidder will be required to deliver and apply such asphalt &
stone materials to the job site in quantities as directed by the Superintendent
of Highways.
All bituminous matedal distribution vehicles shall have full cimulation spray
bars & be equipped with a wheel calibrated instrument that will indicate
pump output in gallons per minute to verify accuracy of application.
Aggregate spreader shall be capable of spreading matedal up to ten (10')
feet in width on a single pass and shall be capable of providing variable
widths. The spreader shall be self propelled and have dual operator
stations.
Pneumatic tired rollers shall be required for compacting the surface
treatment.
Schim Mix Asphalt Concrete (Type 5) shall be applied at the discretion of
the Highway Superintendent. Applications at all pot holes, broken &
uneven pavement surfaces and other required areas shall be as directed
by the Town. All existing pavement surfaces where Schim Mix Asphalt
Concrete work is required shall be fog sealed with RC 250 at 0.10 gallon
per Square Yard prior to placement of pavement.
All manholes, catch basins, curbs and other structures shall be protected
against the application of bituminous material.
After the area to be treated has been prepared to the satisfaction of the
Highway Superintendent, an application of bituminous matedal (RC-250
Liquid Asphalt) shall be applied at the rate of three tenths (0.3) gallons per
square yard and immediately covered with Recycled Stone at the
approximate rate of 25 Ib's. Per square yard.
The stone course shall be completely rolled twice with a self-propelled
pneumatic roller.
NON-COLLUSIVE BID CERTIFICATE
The undersigned bidder certifies that this bid has been arrived at
by the bidder in'dependently and has been submitted without collusion
with any other vendor of materials, supplies or equipment of the type
described in the invitation for bids, -and the contents of this bid have
not been communicated by the bidder, nor, to its best knowledge and
belief, by any of its employees or agents, to any person not an employee
or agent of the bidder or its surety on any bond furnished herewith
prior to the official opening of the bid.
(Signed)
(Corporate Title)
(if any)
Bid on OIL & RECYCLED STONE
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:
Bituminous Surface Treatment Road Materials Consisting of Oil (RC250)
LIQUID ASPHALT AND RECYCLED STONE. Specifications may be obtained
at the Office of the Town Clerk, Town of Southold, Town Hail, 53095 Main
Road, Southold, New York 11971, upon payment of a $5.00 non-refundable
fee.
The sealed bids, together with a Non-Collusive Bid Certificate, and
bank draft or certified check in the amount of 2% of the amount of the bid,
will be received by the Town Clerk of the Town of Southold at the Southold
Town Hall, 53095 Main Road, Southold, New York, until 11:00 A.M.,
Thursday, April 10, 1997, 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 informality 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 Oil · Recycled Stone", 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: March 18, 1997.
JUDITH T. TERRY
SOUTHOLD TOWN CLERK
PLEASE PUBLISH ON MARCH 27, 1997, AND FORWARD ONE (1) AFFIDAVIT
OF PUBLICATION TO JUDITH TERRY, TOWN CLERK, TOWN HALL, PO
BOX 1179, SOUTHOLD, N.Y. 11971.
Copies to the following:
The Suffolk Times
Town Board Members
Town Attorney
Superintendent of Highways Jacobs
Dodge Reports
Brown's Letters
Burrelle's Information Services
Town Clerk's Bulletin Board
RAYMOND L. JACOBS
Superintendent
Highway Department
Town of Southold
Peconic Lane
P.O.Box 178
Peconic, New York 11958
Tel. (516) 765-3140
(516) 734-5211
Fax. (516) 765-1750
INVITATION TO BID
FOR THE PURCHASE & APPLICATION OF
A~PII~T ROAD MATERIALS
BITUMINOUS SURFACE TREATMENT
RC-250 LIQUID A~PHALT
"01L & RECYCLED .STONE"
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
NOTE: THE TOWN OF SOUTHOLD
WILL SUPPLY 2,000 CUBIC YARDS
(More or Less) - OF RECYCLED
1/4" BLUE STONE MATERIAL.
INVITATION TO BID
NOTICE IS HEREBY GIVEN that sealed bids are sought and requested from qualified
asphalt contractors to perform within the Town of Southold as may be required for a period
of one (1) year, the following:
FURNISH & PLACE "BITUMINOUS SURFACE TREATMENT"
ROAD MATERIALS CONSISTING OF OIL (RC250) LIQUID ASPHALT
AND RECYCLED STONE (as Supplied by Southold Town)
WITHIN THE TOWN OF SOUTHOLD, Suffolk County, New York.
The Town Board of the Town of Southold will receive bids for furnishing all of the labor,
materials and equipment as specified for the placement of bituminous surface treatment
road materials within the Town of Southold as may be required for a period of one year
from the commencement of the contract. All work shall be in accordance with the
Specifications herein as well as the Standard New York State Dept. of Transportation
Specifications for Bituminous Materials.
Bids will be received at the office of the Southold Town Clerk, Southold Town Hall, 53095
Main Road, Southold, New York 11971, until:
11:00 AM on the , day of , 1997.
All Specifications are provided herein.
A fee often ($10.00) dollars, cash or check, made payable to the Town of Southold will be
required for one (1) copy of the Contract Documents. There are no refunds.
This invitation to bid is not an offer and shall in no way bind the Town of Southold to award
a contract for performance of the project. Should the Town of Southold decide to award
a contract, it shall be awarded to the lowest responsible bidder.
The Town of Southold reserves the right to waive any informalities, and to reject any or all
bids, and to retain bids for 45 days from the date of receipt. The CONTRACTOR MAY
NOT withdraw his bid during this pedod.
Bid security in the form of a certified check or bid bond in the amount of five hundred
($500) dollars will be required of each bidder. Checks to be made payable to the order of
the Town of Southold.
Dated:
BY ORDER OF THE SOUTHOLD TOWN BOARD
By: Judith T. Terry
Southold Town Clerk
INSTRUCTIONS TO BIDDERS
A. PROPOSALS
Proposals must be made in strict accordance with the "Proposal Form" provided. The
Proposal form shall not be detached from the bid package. Failure to comply with this
requirement will constitute grounds for rejection of the bid subject to the digression of the
Highway Superintendent. Any and all exceptions to the specifications shall be listed on
a separate sheet beadng the designation: "Exceptions to the Specifications", and attached
to the Bid Form. Each proposal must be signed in wdting with the full name and address
of bidder.
The bidders shall write in ink, both in words & numerals, the pdce for which he proposed:
to furnish all materials, plant, equipment, tools, shodng or bracing, or other facilities, & to
perform all labor and services necessary for the proper completion of the work in strict
accordance with the plans and specifications, and subject at all times to the approval of the
Highway Superintendent.
Proposals, together with the entire bid package, shall be delivered enclosed in an opaque
sealed envelope and shall be addressed as indicated on Invitation to Bid. The envelope
shall be marked "Proposal" bearing the title of work and the Bidders Name. Bidders may
bid on one or any combination of items listed on the proposal sheet.
No proposal shall be considered which has not been received by the Southold Town Clerk
pdor to the hour and date stated.
B. PROPOSAL GUARANTY
A proposal will not be accepted or considered unless accompanied by a guaranty in the
form of a bid bond or certified check in the amount of five hundred ($ 500) dollars payable
to the Town of Southold.
As soon as the proposal pdces have been compared, the Owner shall return the bidder's
bond or the certified checks accompanying such proposals as, in his judgement, 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 accompanied.
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 dght 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."(Unit Price per Square Yard of Oil & Stone Applied)
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 interlineation, erasure or corrections may be rejected. The Town also reserves the
right to reject any bid if the evidence submitted in the qualification statement or an
investigation of of such bidder fails to satisfy the Town that such bidder is properly qualified
to carry out the obligations of the contract and to complete the work contemplated therein.
Conditional bids will not be accepted.
H. PLANT & EQUIPMENT
The bidder shall state in his bid that be has available or under his control, plant and
equipment of the character and in the amount required to complete the proposed work
within the specific time.
I. TIME FOR EXECUTION OF CONTRACT
Any bidder whose proposal shall be accepted will be required to appear before the Town
in person; or if a firm or corporation, a duly authorized representative shall so appear, and
execute six (6) copies of the Contract and furnish satisfactory Performance and Payment
Bond within ten (10) days after notice that the Contract has been awarded to him. Failure
to execute Contract shall constitute a breach of the agreement effected by the acceptance
of the Proposal.
The damages to the Town for such breach will include loss from interference with his
construction program and other items, the accurate amount of which it will be difficult or
impossible to compute. The amount of 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 h. erein:
COMPENSATION INSURANCE:
Public Liability and Property Damage Indurance
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.
Coml;)ensation Insurance: The Cpontractor shall take out and maintain dudng
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 dudng 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 for personal injury including
accidental death as well as from claims for property damage which may adse
from operations under this Contract, whether such operations be by himself or by
any subcontractor, to by anyone directly or indirectly employed by either of them,
and the amounts of such insurance shall be as follows:
Public Liability Insurance in an amount of not less than One Million Dollars
($1,000,000.00) for bodily injuries, including wrongful death to each person and
subject to the same limit for each person in an amount not less that One Million
Dollars ($1,000,000.00) on account of each accident.
Property Damage Insurance in an amount not less than One Million Dollars
($1,000,000.00) for damages on account of each accident and in an amount of
not less than One Million Dollars ($1,000,000.00) for damages on account of all
accidents.
Liability and Property Damage Insurance: The above policies for Public
Liability and Property Damage Insurance must be so written to include
Contractor's Protective Liability and Property Damage insurance to protect the
Contractor against claims arising from the operations of a subcontractor. The
policies shall also name the Town of Southold as an additional insured.
Owner's Protective Public Liability and Property Damage insurance: The
Contractor shall furnish to the Owner, with respect to the operations he or any of
his subcontractors perform a regular Protective Public Liability Insurance Policy
for, and in behalf of the Owner, providing for a limit of not less than One Million
Dollars ($1,000,000.00) for all damages adsing out of bodily injudes 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 ($1,000,000.00) for damages adsing out of injury to, or destruction of,
property in any one accident and subject to that limit per accident, a total (or
aggregate limit of Two Million Dollars ($ 2,000,000.00) for all damages arising
out of injury to, or destruction of, property dudng the policy pedod. This
insurance must fully cover the legal liability ofthe 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 polic~, as required, shall bear the
policy numbers, the expiration date of the policy and the limits of liability thereunder.
Both the certificates and the policy shall be endorsed to provide the Owner with any
notice of cancellation or non-renewal.
STATEMENT OF NON-COLLUSION
(To be completed by each Bidder)
In accordance with Section 103-d General Municipal Law, effeotive 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 dist~iot 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.
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 Pest of knowledge and belief:.
(1) The prices in this bid have been arrived at independently wifflout collusion, consultation,
communication, or agreemenL 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 pdces which have been quoted in this bid have not
been knowingly disclosed by the bidder and will not knowingly Pe disclosed by the bidder pldor
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.
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.
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
(Name of Comoration)
authorized to sign and submit the bid or proposal of this corporation for the following Project:
Placement and Application - Bituminous Surface Treatment
Oil & Recycled Stone - Town of Southold, New York 11971
be
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 mis-
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 ,19
(SEAL OF THE CORPORATION)
Laws of New Yor~ t96S
Ch. 751, SeC. 103-d, B amended
effective September 1, 1965
PROPOSAL FORM
DATE:
NAME OF' BIDDER:
TO:
SOUTHOLD TOWN BOARD
TOWN HALL - 53095 MAIN ROAD
SOUTHOLD, NE'VVYORK 11971
MEMBERS OF THE BOARD:
NOTE: All items listed herein must be bid. Failure to bid
any item will be grounds for disqualification.
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 acCdng 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 himseff 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 BITUMINOUS SURFACE TREATMENT IN ACCORDANCE WITH THE PROJECT
REQUIREMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE
STIPULATED "UNIT PRICE" OF:
FURNISH AND PLACE WITHIN SOUTHOLD TOWN
Bituminous Surface Treatment - Liquid Asphalt Grade RC-250 & r ~ecycled Stone
(written in words) Per Sq. Yd.
(wdtten in numbers) Per Sq. Yd.
Schim Mix Asphalt Concrete -Type 5 (500 +t- Ton)
(written in words) Per Ton
(wdtten in numbers) Per Ton
Fog Coat: RC-250 Liquid Asphalt (50 4-/. Gallons)
(written in words) Per Gallon
(wdtten in numbers) Per Gallon
(1)
And he further agrees that if this proposal shall he accepted by the Town and that if he shall refuse, fail or
neglect to enter into a Contract pu~rsuant 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 fortT-flve (45) days, the Town will accept or reject this proposal
or by mutual agreement may extend this time pedod.
Signature of Bidder.
Business Name &
Address:
Telephone Number.
Date:
(2)
SPECIFICATIONS:
BITUMINOUS SURFACE TRIEATMENT "OIL & RECYCLED STONE"
Town of Southold
A: DESCRIPTION:
Bids are requested for the purchase and application of Bituminous Surface Treatment that
consists of LIQUID ASPHALT (Grade RC-250) & RECYCLED 1/4" Blue STONE for the
use in repair & maintenance of the Town Highways for the calendar year 1997. The
contractor shall supply all liquid asphalt and the Town of Southold will supply approximately
2,000 cubic yards (more or less) of recycled stone. The contractor shall be required to pick
up stone material from the Town Highway Yard on Peconic Lane. All materials shall be
placed and/or applied by the contractor as directed by the Superintendent of Highways.
The contractor shall also be required to provide & place quantities of $chim Mix Asphalt
(Type 5) as needed and directed by the Superintendent of Highways. The attention of the
bidder is specifically called to the fact that the quantities specified herein are considered
an estimate only and may not be the quantity of material that will actually be required by
the Town for the 1997 calendar year.
MATERIALS:
Asphalt Road Material shall be Grade RC-250 and shall meet the following
Specifications:
TEST
Water, Max. (%)
Flash Point, C.O.C. F, Min.
Kinematic Viscosity @ 140 F,
Centistokes
Distillation: % Total Di.~tillate to
680 F, by Vol.
To 437 F Min.
To 500 F Min.
To 600 F Min.
Residue from Distillation to 680 F
% Volume by Difference, Min.
Tests on Residue
Absolute Viscosity 140 F
Ductility, 5 cm/min.
@ 77 F, cm. min.
% Sol. In CCL4, Min.
Required Temperature
Mixing
Spraying
Grade RC-250
0.2
250-500
35
60
80
65
600-2400
100
99
100-175
80-250
Blue Stone shall be supplied ~y the Town of Southold and
applied by the contractor free of all foreign debris.
Weather Limitations: The material shall be spread only when:
2.
3.
4.
The road surface and atmospheric temperatures are at least 45 degrees F
and rising.
The weather is not foggy or raining.
There is no forecast of temperatures below 32 degrees F within 48 hours
from the time of placement of the Asphalt Material.
Construction limits shall be between May 1 & November 1.
Eauipment, Delivery & Application:
All asphalt & stone materials must be applied within the Town of Southold.
The successful bidder will be required to deliver and apply such asphalt &
stone materials to the job site in quantities as directed by the Superintendent
of Highways.
All bituminous material distribution vehicles shall have full circulation spray
bars & be equipped with a wheel calibrated instrument that will indicate
pump output in gallons per minute to verify accuracy of application.
Aggregate spreader shall be capable of spreading matedal up to ten (10')
feet in width on a single pass and shall be capable of providing variable
widths. The spreader shall be self propelled and have dual operator
stations.
Pneumatic tired rollers shall be required for compacting the surface
treatment.
Schim Mix Asphalt Concrete (Type 5) shall be applied at the discretion of
the Highway Superintendent. Applications at all pot holes, broken &
uneven pavement surfaces and other required areas shall be as directed
by the Town. All existing pavement surfaces where Schim Mix Asphalt
Concrete work is required shall be fog sealed with RC 250 at 0.10 gallon
per Square Yard pdor to placement of pavement.
All manholes, catch basins, curbs and other structures shall be protected
against the application of bituminous material.
After the area to be treated has been prepared to the satisfaction of the
Highway Superintendent, an application of bituminous matedal (RC-250
Liquid Asphalt) shall be applied at the rate of three tenths (0.3) gallons per
square yard and immediately covered with Recycled Stone at the
approximate rate of 25 Ib's. Per square yard.
The stone course shall be completely rolled twice with a self-propelled
pneumatic roller.
NON-COLLUSIVE BID CERTIFICATE
The undersigned bidder certifies that this bid has been arrived at
by the bidder in'dependently and has been submitted without collusion
with any other vendor of materials, supplies or equipment of the type
described in the invitation for bids, and the contents of this bid have
not been communicated by the bidder, nor, to its best knowledge and
belief, by any of its employees or agents, to any person not an employee
or agent of the bidder or its surety on any bond furnished herewith
prior to the official opening of the bid.
(Signed)
(Corporate Title)
(if any)
Bid on OIL & RECYCLED STONE
JUDITH T. TERRY
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (516) 765-1823
Telephone (516) 765-1800
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION WAS ADOPTED BY THE
SOUTHOLD TOWN BOARD AT A REGULAR MEETING HELD ON MARCH 18, 1997:
RESOLVED that the Town Board of the Town of Southold hereby authorizes
and directs the Town Clerk to advertise for bids for the purchase and
application of Bituminous Surface Treatment RC-250 Liquid Asphalt (Oil &
Recycled Stone) for the Highway Department.
Southold Town Clerk
March 19, 1997
RAIMOND L. JACOBS
Superintendent
Hi!]hwayDepartment
Town of Southold
Peo0nic Lane
Peconic, N.Y. 11958
Tel.
Fa~.
(516)
(516)
(516)
765-3140
734-5211
765-1750
RESOLUTION
SECONDED BY..'
RESOLVED: That the town board of the Town
of Southold hereby authorizes the Town Clerk
to advertise for bids for the Superintendent
of Highways for the purchase of:
FOR THE PURCHASE AND AND APPLICATION OF ASPHALT ROA~
HATERIALS:
BITUHINOUS SURFACE TREATNENT
RC-250 LIQUID ASPHALT
"OIL & RECYCLED STONE"
VOTE OF THE TOWN BOARD
Supervisor Jean W. 'Cochran
Counci~m~n William D. Moore
Councilwoman Alice J. Hussie
Councilman Joseph L. Townsend,
Councilwom~n Ruth D. Oliva
Justice Louisa P. Evans
(Yes) (No)
(Yes) (No)
(Yes) (No)
Jr. (~es) (No)
(Yes) (No)
(Yes) (No)
Town Clerk, Town of Southold
Dated: MARCH 18, 1997
RAYMOND L. JACOBS
Superintendent
Highway Department
Town of Southold
Peconic Lane
P.O.Box 178
Peconic, New York 11958
Tel. (516) 765-3140
(516) 734-5211
Fax. (516) 765-1750
INVITATION TO BID
FOR THE PURCHASE & APPLICATION OF
A~PIIALT ROAD MATERIALS
BffUMINOUS SURFACE TREATMENT
RC-250 LIQUID A~PHALT
"01L & RECYCLED .STONE"
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
NOTE: THE TOWN OF SOUTHOLD
WILL SUPPLY 2,000 CUBIC YARDS
(More or Less) - OF RECYCLED
1/4" BLUE STONE MATERIAL.
INVITATION TO BID
NOTICE IS HEREBY GIVEN that sealed bids are sought and requested from qualified
asphalt contractors to perform within the Town of Southold as may be required for a period
of one (1) year, the following:
FURNISH & PLACE "BITUMINOUS SURFACE TREATMENT"
ROAD MATERIALS CONSISTING OF OIL (RC250) LIQUID ASPHALT
AND RECYCLED STONE (as Supplied by Southold Town)
WITHIN THE TOWN OF SOUTHOLD, Suffolk County, New York.
The Town Board of the Town of Southold will receive bids for furnishing all of the labor,
materials and equipment as specified for the placement of bituminous surface treatment
road materials within the Town of Southold as may be required for a period of one year
from the commencement of the contract. All work shall be in accordance with the
Specifications herein as well as the Standard New York State Dept. of Transportation
Specifications for Bituminous Materials.
Bids will be received at the office of the Southold Town Clerk, Southold Town Hall, 53095
Main Road, Southold, New York 11971, until:
11:00AM onthe , dayof , 1997.
All Specifications are provided herein.
A fee of ten ($10.00) dollars, cash or check, made payable to the Town of Southold will be
required for one (1) copy of the Contract Documents. There are no refunds.
This invitation to bid is not an offer and shall in no way bind the Town of Southold to award
a contract for performance of the project. Should the Town of Southold decide to award
a contract, it shall be awarded to the lowest responsible bidder.
The Town of Southold reserves the right to waive any informalities, and to reject any or all
bids, and to retain bids for 45 days from the date of receipt. The CONTRACTOR MAY
NOT withdraw his bid during this period.
Bid security in the form of a certified check or bid bond in the amount of five hundred
($500) dollars will be required of each bidder. Checks to be made payable to the order of
the Town of Southold.
Dated:
BY ORDER OF THE SOUTHOLD TOWN BOARD
By: Judith T. Terry
Southold Town Clerk
INSTRUCTIONS TO BIDDERS
A. PROPOSALS
Proposals must be made in strict accordance with the "Proposal Form" provided. The
Proposal form shall not be detached from the bid package. Failure to comply with this
requirement will constitute grounds for rejection of the bid subject to the digression of the
Highway Superintendent. Any and all exceptions to the specifications shall be listed on
a separate sheet beadng the designation: "Exceptions to the Specifications", and attached
to the Bid Form. Each proposal must be signed in writing with the full name and address
of bidder.
The bidders shall write in ink, both in words & numerals, the price for which he proposed:
to furnish all materials, plant, equipment, tools, shoring or bracing, or other facilities, & to
perform all labor and services necessary for the proper completion of the work in strict
accordance with the plans and specifications, and subject at all times to the approval of the
Highway Superintendent.
Proposals, together with the entire bid package, shall be delivered enclosed in an opaque
sealed envelope and shall be addressed as indicated on Invitation to Bid. The envelope
shall be marked "Proposal" beadng the title of work and the Bidders Name. Bidders may
bid on one or any combination of items listed on the proposal sheet.
No proposal shall be considered which has not been received by the Southold Town Clerk
prior to the hour and date stated.
B. PROPOSAL GUARANTY
A proposal will not be accepted or considered unless accompanied by a guaranty in the
form of a bid bond or certified check in the amount of five hundred ($ 500) 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 judgement, 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 accompanied.
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
pedod 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."(Unit Price per Square Yard of Oil & Stone Applied)
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 wdtten 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 interlineation, erasure or corrections may be rejected. The Town also reserves the
right to reject any bid if the evidence submitted in the qualification statement or an
· investigation of of such bidder fails to satisfy the Town that such bidder is properly qualified
to carry out the obligations of the contract and to complete the work contemplated therein.
Conditional bids will not be accepted.
H· PLANT & EQUIPMENT
The bidder shall state in his bid that be has available or under his control, plant and
equipment of the character and in the amount required to complete the proposed work
within the specific time.
I. TIME FOR EXECUTION OF CONTRACT
Any bidder whose proposal shall be accepted will be required to appear before the Town
in person; or if a firm or corporation, a duly authorized representative shall so appear, and
execute six (6) copies of the Contract and furnish satisfactory Performance and Payment
Bond within ten (10) days after notice that the Contract has been awarded to him. Failure
to execute Contract shall constitute a breach of the agreement effected by the acceptance
of the Proposal.
The damages to the Town for such breach will include loss from interference with his
construction program and other items, the accurate amount of which it will be difficult or
impossible to compute. The amount of 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 h. erein:
COMPENSATION INSURANCE:
Public Liability and Property Damage Indurance
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 Cpontractor 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 pro{ection 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 for personal injury including
accidental death as well as from claims for property damage which may arise
from operations under this Contract, whether such operations be by himself or by
any subcontractor, to by anyone directly or indirectly employed by either of them,
and the amounts of such insurance shall be as follows:
Public Liability Insurance in an amount of not less than One Million Dollars
($1,000,000.00) for bodily injuries, including wrongful death to each person and
subject to the same limit for each person in an amount not less that One Million
Dollars ($1,000,000.00) on account of each accident.
Property Damage Insurance in an amount not less than One Million Dollars
($1,000,000.00) for damages On account of each accident and in an amount of
not less than One Million Dollars ($1,000,000.00) for damages on account of all
accidents.
Liability and Property Damage Insurance: The above policies for Public
Liability and Property Damage Insurance must be so written to include
Contractor's Protective Liability and Property Damage insurance to protect the
Contractor against claims arising from the operations of a subcontractor. The
policies shall also name the Town of Southold as an additional insured.
Owner's Protective Public Liability and Property Damage Insurance: The
Contractor shall furnish to the Owner, with respect to the operations he or any of
his subcontractors perform a regular Protective Public Liability Insurance Policy
for, and in behalf of the Owner, providing for a limit of not less than One Million
Dollars ($1,000,000.00) for all damages arising out of bodily injuries to, or death
of, one person and subject to that limit for each person, a total limit of One
Million Dollars ($1,000,000.00) for all damages arising out of bodily injuries to, or
death of, two or more persons in any one accident; and regular Protective
Property Damage Insurance providing for a limit of not less than One Million
Dollars ($1,000,000.00) for damages arising out of injury to, or destruction of,
property in any one accident and subject to that limit per accident, a total (or
aggregate limit of Two Million Dollars ($ 2,000,000.00) for all damages arising
out of injury to, or destruction of, property during the policy period. This
insurance must fully cover the legal liability of the Owner. The coverage
provided under his policy must not be affected if the Owner performs work in
connection with the project either for or in cooperation with the Contractor or as
an aid thereto whether the same be a part of the Contract or separate therefrom,
by means of its own employees or agents or if the Owner directs or supervises
the work to be performed by the Contractor.
PROOF OF CARRIAGE OF INSURANCE:
The Contractor shall furnish the Owner with certificates of each insurer insuring the
Contractor of any subcontractor under this Contract except with respect to part D. As
listed above. In respect to this paragraph, the Contractor shall furnish the Owner with
the original insurance policy.
Both certificates, as furnished, and the insurance policy, as required, shall bear the
policy numbers, the expiration date of the policy and the limits of liability thereunder.
Both the certificates and the policy shall be endorsed to provide the Owner with any
notice of cancellation or non-renewal.
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 pen'ormed 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.
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 part,/thereto certifies as to its own organization, under penalty of
perjury, that to the best of knowledge and belief:
(1) The pdces 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 pdces with any other bidder or any competitor.
(2) Unless otherwise required by law, the pdces which have been quoted in this bid have not
been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder pdor
to opening, directly or indirectly, to any other bidder or to any competitor.
(3) No attempt has been made or wile 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.
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.
That attached hereto (ifa 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
(Name of Corporaton)
authorized to sign and submit the bid or proposal of this corporation for the following Project:
Placement and Application - Bituminous Surface Treatment
Oil & Recycled Stone - Town of Southold, New York 11971
be
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 mis-
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 ,19
(SEAL OF THE CORPORATION)
Laws of New York, 1965
Ch. 751, Sec. 103-d, as amended
effective September 1, 1965
PROPOSAL FORM
DATE:
NAME OF BIDDER:
TO:
SOUTHOLD TOWN BOARD
TOWN HALL - 53095 MAIN ROAD
SOUTHOLD, NEW YORK 11971
MEMBERS Of THE BOARD:
NOTE: All items listed herein must be bid. Failure to bid
any item will be grounds for disqualification.
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 BITUMINOUS SURFACE TREATMENT IN ACCORDANCE WITH THE PROJECT
REQUIREMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE
STIPULATED "UNIT PRICE" OF:
FURNISH AND PLACE WITHIN SOUTHOLD TOWN
Bituminous Surface Treatment - Liquid Asphalt Grade RC-250 & re. cycled Stone
(wdtten in words) Per Sq. Yd.
(written in numbers) Per Sq. Yd.
Schim Mix Asphalt Concrete -Type 5 (500 +/- Ton)
(written in words) Per Ton
(written in numbers) Per Ton
Fog Coat: RC-250 Liquid Asphalt (50 +/- Gallons)
(written in words) Per Gallon
(written in numbers) Per Gallon
And he further agrees that if this proposal shall be accepted by the Town and that if he shall refuse, fail or
neglect to enter into a Contract pursuant to such proposal and to the requirements of the Town, shall have
been deposited in the mail addressed to him at the address given in the proposal, that he shall be considered
to have abandoned the contract.
We the undersigned, further agree that this proposal shall be reviewed by the Town to correct any deficiencies
in the proposed scope of work and, if no corrections are necessary, further agree that this proposal is a formal
bid and shall remain in effect for a period of forty-five (45) days, the Town will accept or reject this proposal
or by mutual agreement may extend this time period.
Signature of Bidder:
Business Name &
Address:
Telephone Number:
Date:
(2)
SPECIFICATIONS:
BITUMINOUS SURFACE TREATMENT "OIL & RECYCLED STONE"
Town of Southold
A: DESCRIPTION:
Bids are requested for the purchase and application of Bituminous Surface Treatment that
consists of LIQUID ASPHALT (Grade RC-250) & RECYCLED 1/4" Blue STONE for the
use in repair & maintenance of the Town Highways for the calendar year 1997. The
contractor shall supply all liquid asphalt and the Town of Southold will supply approximately
2,000 cubic yards (more or less) of recycled stone. The contractor shall be required to pick
up stone material from the Town Highway Yard on Peconic Lane. All materials shall be
placed and/or applied by the contractor as directed by the Superintendent of Highways.
The contractor shall also be required to provide & place quantities of Schim Mix Asphalt
(Type 5) as needed and directed by the Superintendent of Highways. The attention of the
bidder is specifically called to the fact that the quantities specified herein are considered
an estimate only and may not be the quantity of material that will actually be required by
the Town for the 1997 calendar year.
MATERIALS:
Asphalt Road Material shall be Grade RC-250 and shall meet the following
Specifications:
TEST
Water, Max. (%)
Flash Point, C.O.C. F, Min.
Kinematic Viscosity @ 140 F,
Centistokes
Distillation: % Total Distillate to
680 F, by Vol.
To 437 F Min.
To 500 F Min.
To 600 F Min.
Residue from Distillation to 680 F
% Volume by Difference, Min.
Tests on Residue
Absolute Viscosity 140 F
Ductility, 5 cm/min.
@ 77 F, cm. min..
% Sol. In CCL4, Min.
Required Temperature
Mixing
Spraying
Grade RC-250
0.2
250-500
35
60
8O
65
600-2400
100
99
100-175
80-250
Blue Stone shall be supplied I~y the Town of Southold and
applied by the contractor free of all foreign debris.
Weather Limitations: The matedal shall be spread only when:
2.
3.
4.
The road surface and atmospheric temperatures are at least 45 degrees F
and dsing.
The weather is not foggy or raining.
There is no forecast of temperatures below 32 degrees F within 48 hours
from the time of placement of the Asphalt Material.
Construction limits shall be between May 1 & November 1.
Equipment. Delivery & Application:
All asphalt & stone materials must be applied within the Town of Southold.
The successful bidder will be required to deliver and apply such asphalt &
stone materials to the job site in quantities as directed by the Superintendent
of Highways.
All bituminous material distribution vehicles shall have full circulation spray
bars & be equipped with a wheel calibrated instrument that will indicate
pump output in gallons per minute to verify accuracy of application,
Aggregate spreader shall be capable of spreading material up to ten (10')
feet in width on a single pass and shall be capable of providing variable
widths. The spreader shall be self propelled and have dual operator
stations.
Pneumatic tired rollers shall be required for compacting the surface
treatment.
Schim Mix Asphalt Concrete (Type 5) shall be applied at the discretion of
the Highway Superintendent. Applications at all pot holes, broken &
uneven pavement surfaces and other required areas shall be as directed
by the Town. All existing pavement surfaces where Schim Mix Asphalt
Concrete work is required shall be fog sealed with RC 250 at 0.10 gallon
per Square Yard prior to placement of pavement.
All manholes, catch basins, curbs and other structures shall be protected
against the application of bituminous material.
After the area to be treated has been prepared to the satisfaction of the
Highway Superintendent, an application of bituminous material (RC-250
Liquid Asphalt) shall be applied at the rate of three tenths (0.3) gallons per
square yard and immediately covered with Recycled Stone at the
approximate rate of 25 Ib's. Per square yard.
The stone course shall be completely rolled twice with a self-propelled
pneumatic roller.
NON-COLLUSIVE BID CERTIFICATE
The undersigned bidder certifies that this bid has been arrived at
by the bidder in'dependently and has been submitted without collusion
with any other vendor of materials, supplies or equipment of the type
described in the invitation for bids, -and the contents of this bid have
not been communicated by the bidder, nor, to its best knowledge and
belief, by any of its employees or agents, to any person not an employee
or agent of the bidder or its surety on any bond furnished herewith
prior to the official opening of the bid.
(Signed)
(Corporate Title)
(if any)
Bid on OIL S RECYCLED STONE
NON-COLLUSIVE BID CERTIFICATE
The undersigned bidder certifies that this bid has been arrived at
by the bidder in'dependently and has been submitted without collusion
with any other vendor of materials, supplies or equipment of the type
described in the invitation for bids, -and the contents of this bid have
not been communicated by the bidder, nor, to its best knowledge and
belief, by any of its employees or agents, to any person not an employee
or agent of the bidder or its surety on any bond furnished herewith
prior to the official opening of the bid.
(Signed)
(Corporate Title)
(if any)
Bid on OIL & RECYCLED STONE
NON-COLLUSIVE BID CERTIFICATE
The undersigned bidder certifies that this bid has been arrived at
by the bidder in'dependently and has been submitted without collusion
with any other vendor of materials, supplies or equipment of the type
described in the invitation for bids, 'and the contents of this bid have
not been communicated by the bidder, nor, to its best knowledge and
belief, by any of its employees or agents, to any person not an employee
or agent of the bidder or its surety on any bond furnished herewith
prior to the official opening of the bid.
(Signed)
(Corporate Title)
(if any)
Bid on OIL F.. RECYCLED STONE