HomeMy WebLinkAboutRoad Materials - Type 6 Top CERTIFICATE OF INSURANCE ""'"~'~""~ [
P. O. Box 1448 COMPANIF~.q AFIrORDING COVERAGE
A The Hah'ford
B
Cutchogue Materials, Ino. C
Cutohogue NY 11935 D
A ~ cot~ L ¢~.AL MABP~rrY 12UUNCW6093 11/22/98 11/22/99
A X Am'AUTO
12UECNCR5640 11/22/98 11/22/99
20OOOO0
2OOOOOO
1000000
1000000
10000
1OOOOOO
::.%",,,,%,.,.,,
12WECY1092 6/22/98 6/22/99
100000
CERTIFICATE HOLDER IS NAMED AS ADDITIONAL INSURED.
SHOULD A~r OF TI~ ABOVS l)lOc~mm) POI,~C~U BE CA~CSLL~) BErOI~K Tim
TOWN OF SOUTHOLD
TOWN HALL,53095 MAIN ROAD
SOUTHOLD, NY 11971
ELIZABETH A. NEVILLE
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
BIDS - ROAD TREATMENTS - ITEMS I - 7
BID OPENINC: May 14, 1998, Thursday, 10:00 A.M.
Corazzini Asphalt, Inc., PO Box 1281, Cutchogue, N.Y. 11935
Bids on all seven (7) items.
John T. Montecalvo, Inc., 48 Railroad Ave. , Center Morlches, N.Y. 11934
Bid on only item No. 5. but was higher than Corazzini.
CERTIFICA OF INSURANCE
Brisotti & Silkworth, Inc.
8400 Main Road
P. O. Box 1448
Mattituck, NY 11952-O925
Corazzini Asphalt, Inc.
Cutchogue Materials, Ino.
100 Lupen Dr. P. O. Box 555
Cutchogue NY 11935
~,:"i) 2'3c 414~
COMPANIES AFFORDING COVERAGE
The Hertford
A ~CLSIMSMADK ~'-]OCCUR 12UUNCW6093 11/22/98 11122/99
LIMITS
1000000
A X .~v Am 12UECNCR5640 11122/98 11/22/99
A 12WECY 1092 6122/98 6/22/99
100000
50O000
1OOO0O
CERTIFICATE HOLDER IS NAMED AS ADDITIONAL INSURED.
TOWN OF SOUTHOLD KXI~A,113ON DATK TL~F, ~ [ff~UJING CO]~ANY ~gflJ, B~)KA, VOR TO
TOWN HALL,53095 MAIN ROAD Lm, IILrErAH,URETOMAILBIXTBNOllC~BHM,LIMFOelKNOOIIUGAT1ONOR
SOUTHOLD,,iY 11911 · ~
ELIZABETH A. NEVILLE
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
July 20, 1998
Judith B. Wurtz
Corazzlnl Asphalt, Inc.
P.O. Box 1281
Cutchogue, New York 119:35
Dear Judy:
Enclosed please find your copies of the 1998-99 contracts for the road
treatments, together with the certified checks. The performance bond and
certificates of insurance have been inspected by the Town Attorney and
found to be all in order. The certificate of insurance on Corazzini
Brothers, Inc. does have an expiration date of December 1, 1998 and will
need to be renewed at that time. Should you have any questions, please
feel free to call me.
Thank you for your cooperation and assistance. It has been a pleasure
working with you.
Very truly yours,
Elizabeth A. Neville
Southold Town Clerk
Enclosures
~
,'
....... ~ .....................
ELIZABETH A. NEVILLE
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hall, 53095 Main Road
P.O. Box 1179
Southo]d, New York 11971
Fax (516) 765-1823
Telephone (516) 765-1800
OFFICE OF THE TOWN CLERK
TOWN OF $OUTHOLD
THIS IS TO CERTIFY THAT THE FOLLOWING
ADOPTED BY THE SOUTHOLD TOWN BOARD AT A
HELD ON MAY 26, 1998:
RESOLUTION WAS
REGULAR MEETING
RESOLVED that the Town Board of the Town of Southold hereby a~ ~e
bid of Corazzini Brothers, Inc. for furnishing and placing Hot Mix Rsl~lt
Concrete Pavement "Type 6 Top" within the Town of Southold, as folic~:
Mainland
0-350 tons
$57.00 per ton
350-650 tons
$55.00 per ton
650-1,000 tons
$55.00 per ton
over 1,000 tons
$5o,00
Fishers Island
$120.00 per to~
$85.00 per to~
$75.00 per to~
$75.00 per to~
Eli~-abeth A. Nevil~
Southold Town Clerk
May 27. 1998
AGREEMENT made this ?Rth Day of May 1998 between
COR^ZZINI BROTHERS, INC.
with its principal office and place of business at cox LANE. CUTCHOGUE, NEW YORK
[Mailing: PO BOx 555, Cutchogue, NY 11935. hereinafter called the Contractor, and
the TOWN OF SOUTHOLD, a municipal corporation of the State of New York, with
offices at 35095 Main Road, Southold, Suffolk County, New York, hereinafter called the
Town.
WITNESSETH, that the Contractor has agreed to provide all necessary labor,
materials, equipment and incidentals required to furnish and place asphalt concrete for
the Town of Southold in accordance with the requirements of the specifications for bid,
at the following unit prices: 'Type 6 Top'
Furnish S Place within Town 'of Southold
0-350 tons: $57.00 per ton
350-650 tons: $55.00 per ton
650-1,000 tons: $55.00 per ton
Over 1,000 tons: $50:00 per ton
Furnish~& Place on Fishers Island
0-350 tons: $120.00 per: ton
350-650 tons: $85.00 per ton
650-1,000 tons: $75.00 per ton
Over 1,000 tons: $75.00 per ton
The above specified contract shall be for a period of one (1) year from the
11th dayof June 1998. thmughthe 11th dayof J~np '1999
IN WITNESS WHEREOF, the parties hereto have set their hands and seals the
day and year flint above written.
TOWN OF SOUTHOLD
By ~ochran, Supervisor
CO NTRA.~//~.~..~., /
(1)
STATE OF NEW YORK)ss.
COUNTY OF SUFFOLK) '
/.-'~'-~n the ~ day of ~ :) u,~_ , , before me personally came
, to me known, who, being by me dully sworn,
did depose and say that he resides at
and that he is the ,~/~,-~'~ of ~--'~,~,eT--z~,cC /~,,'z~ -7'~e corporation
described in and which executed the foregoing instrument; that he knows the seal of
said corporation; that the seal afhxed to said instrument is such corporate seal; that it
was so affixed by order of the Board of Directors of said corporation, and that he signed
his name thereto by like order.
STATE OF NEW YORK)
COUNTY OF SUFFOLK??:
On
day of /,v/,~, ,/~, before me personally came JEAN W.
COCHRAN, to me known, who being by me duly sworn, did depose and say that she
resides at Boisseau Avenue, Southold, New. York, that she is the Supervisor of the
Town of Southold, the corporation described in and which executed the foregoing
instrument; that she knows the seal of said corporation; that the seal affixed to said
instrument is such corporate seal; that it was so affixed by order of the Town Board of
the Town of Southoid, and that she signed her name thereto by like order.
,.o~_ry _Public, State of Kc.w Yolk
r~o. t)Z-8126850, SuffOlk Cou~I~
Term E~ires O~t~ber 31, 19
(2)
STATE OF NEW YORK
COUNTY OF SUFFOLK
On the__day of
· , before me personally came
· to me known, who, being by me duly sworn,
did depose and say that he resides at
and that he is the of
the corporation described
that he knows the
instrument is such
Board of Directors
by like order.
in and which executed the foregoing instrument;
seal of said corporation; that the seal affixed to said
corporate seal; that it was so affixed by order of the
of said corporation, that the he signed his name there
Notary Public
STATE OF NEW YORK
COUNTY OF SUFFOLK
On the day of , , before me personally came JEAN
W. COCHRAN, to me known, who being by me duly sworn, did depose and
say that she resides at Boisseau Avenue, Southold, New York· and that she
is the Supervisor of the Town of Southold, the corporation described in and
which executed the foregoing instrument; that she knowsthe seal of said
corporation; that the seal affixed to said instrument is such corporate
seal; that it was so affixed by order of the Town Board of the Town of
Southold, and that she signed her name thereto by llke order.
Notary Public
I~URBD
CERTIFICA OF INSURANCE
516 298 4747
Brisotti & Silkworth, Inc.
8400 Main Road
P. O. Box 1448
CObIPANY
Mattituck, NY 11952-0925
Corazzini Brothers, inc.
PO Box 1281
C
Cutchogue NY 11935
COMPANIES AFFORDING COVERAGE
The Hartford
05128/98
A COX ~s~. CgNggAL LIABILITY~ 12UENCR6987 12/01/97 12/01/98
2000000
1OOOOOO
1OOOOOO
1OOOOOO
5OOO
Certificate holder is named additional insured as respects contract
TOWN OF S OUTHOLD ~,~or~ DATI~ TI~B~OF, l~g IBSUING COMPANY WILL B~)gA¥OR TO
MAIL 1 5 DA~ ~ NOTICg TO ~ C~ RTI~ICATB ~OL~]~ ~4~M ED TO 'n~
53095 Main Rd P. O. Box 1179 LIABILITY Off ANYt~)~ UFON~COM~y' FTH &GKNI~ OR ~FATI~ES'
SOUTHOLD, NY, 11971 ~
LUMBERMENS MUTUAL CASUALTY COMPANY
(A MUTUAL INSURANCE COMPANY)
Home Office: Long Grove, Illinois 60049
PERFORMANCE BOND
BOND NO. 3S 198 545-00
KNOW ALL MEN BY THESE PRESENTS,
That we, Corazzini Asphalt, Inc of Cutchogue, New York (hereinafter celled the Principal), as Principal, and
Lumbermens Mutual Casualty Company, a corporation, organized and existing under the State of Illinois and
authorized to become surety in the state of New York (hereafter celled the Surety) as Surety, and held and
firmly bound unto Town of Southold (hereinafter celled the Obligee) in the penal sum of Ten Thousand and
00/100 Dollam ($10,000.00) for the payment of which the Principal and the Surety bind themselves, their heim,
executors, administrators, successors and assigns, jointly and severally, firmly by these presents.
Whereas the Principal has entered into a contract with the Obligea dated May 14, 1998 to provide all necessary
labor, materials, equipment and required to furnish and place asphalt concrete for the Town of Southold for the
period of one (1) year from June 5, 1998 to June 5, 1999
copy of which contract is by reference mede a part hereof.
NOW, THEREFORE, if Principal shall faithfully perform such contract or shall indemnify and save harmless the
Obligea from all cost and damage by reason of Principal's failure so to do, then this obligation shall be null and
void; otherwise it shall remain in full force and effect.
SIGNED, SEALED AND DATED this 2nd day of June, 1998.
WITNESS:
By
I mP R.
Home Offica: Long Grove, IL
POWER OF ATI'ORNEY
Know All Men By These Presents:
That the Lumbommns Mutual Casualty Company, the Amedcan Motedsts Ireudmnce Company, and the American Manufacturers Mutual
Insurance Company, corpomboce organized end existing under the laws of the State of Ilinols, having their principal office in Long Grove,
Illinois, (he~alnattor collectively referred to as the 'Company") do hereby appoint
Donald H. Klug; J. P. Burke; Carol A. Horan; Dawn M. Godfrey and Aklima B. Noorhassan of
New York, New York (EACH) ............................................................
their tree and lawful agent(s) and attomay(s)-In-fact, to make, execute, seal, and deliver during the period beginning with the date of issuance
of this powor and ending on the date specified below, unless sooner revoked for and on its behalf es surety, and as their act and deed:
Any and all bonds and undertakings * ...... "'""'"'"* ..... "'""""'* ...... '"'"""'""" .....
EXCEPTION: NO AUTHORITY Is granted to make, execute, seat and deliver any bond or undertaking which guarantees the payment or
collection of any pmmlssol7 note, check, ~,ar~ or letter of credit.
Tbis authodtydoes not pamdt Die same obligation tobe split tnto two or mom bonds Inordorto txtng asch such bond within the dollarllmlt
of auth~ty as set forth herein.
Theex~cu~enofsuchbondsondundortaldng~~npumuenceofUtase~x~ssent~~hal~beas~thding~p~nthe said Company as flJIly and amply
Lottg Grove, Illi~:)15.
THIS APPOINTMENT SHALL CEASE AND TERMINATE WITHOUT NOTICE AS OF December 31, 2001
en February 23, 1988 at Chicago, II~nbi$, true end aocurate ooplss of which am hereinafter set forth and are hereby cmtiflod to by
underNgned Secrata~ as being in ftdl force and effect:
'VOTED, Thatthe Chalfmonof the Board, the President, or any Vice Prealdent, or tt~r appalnteex designated in writing and flledwith
theSecratmy, or the Secmtefy shall have the pawor end aultxxlty to edpalnt agents andattomays-in-fact, and to authottze them to execute on
behalf of the Company, and attach theseal of Ifle Company thereto, bonds ondundertaklngs, recognizances, contracts of Indemnity end
other writings, obiipatoty in the nature thereof, and any such ntllcars of the Company may appoint agents for e~captar~e of pmcass.'
'This Power of Attomayle signed, sealed end cattlfled by facalmlle underend by autlxxttyofthefollowlng resolution adopted bythe Executive
Cxxtmflttee of the Boards of Dlmctom of the Company at a meeting duly called and hntd on the 23rd day of Febmmy, 1988:
-VOTED, That the algnature of the ~ of the Board, the PrexkienL any Vlua Prealdent, or thek appntntees designated In wfltthg end flied
1988 and enyauch lxwver so executed, Sealed a~xl ~ with respect to enybo~d or uodertaklag to which Iris attached, shall cenflnueto
bo valid and binding upon the Company.'
In Teatlmony Whorenf, the Company has c~___,_~,lKI this insbtjltent to bo alguad and thalr coqx)rate seals to be affixed by their authedzed officare,
this February 9, 1998.
Lumbomtece Mutual Casualty Company
Amedcan Motodals Insurance Company
Ameftcan Manufacturers Mutual Insurance Company
Robell P. Hamee, 8ecratary by
J. S, Kempar, Iff, Exec. Vice President
STATE OF ILLINOIS SS
COUNTY OF LAKE
I, Irene Klewer, a Notary Public, do tlereby celify that J, S. Kemper, III end Robert P. Hames personally knovm to me to be the same patens
whose names are respectively as Exec, Vice President and Secretary of the Lumbermens Mutual Casualty Company, the American Motorists
Insurance Company, and the Amedcen Manufacturers Mutual Insurance Company, Corporations organized and existing under the laws of the
State of Illinois, subscribed to the foregoing Inatmment, appeared before me this day in person and severally acknowledged that they being
thereunto duly authorized signed, sealed with the coqxxate seels and delivered the seidinstrument as the kee and vbluntmy act of said
corporations and as ttmtr own fron end voluotary acta for the uses end PUfi0ceas therein sat forth.
My commission expires 1-28-02
Irene Klewer, Notary Public
CERTIFICATION
I, J.K. Comvay, Co~'porata Secretary of the Lumbermens Mutual Casuatty Company, the Arns~ican Motorists insurance Comcenv, and the
AmericanManufasturers Mutual lnsumnce Company, do he~"edy ce~fy that the attached Power of Attomeydated Februa~y9, 1998 on
behelfoftheperson(s)as #atedaboveisala'ueandonn'eot oo~oy and that the aame has been in ftdl force endeffect sincethedatatheraofandis
In futl fome and effeot on the date of this ce,-UfiGate; and I do further ce~lfy that the Seld J. S. Kempar, III and Robect'P. Hamee, who asecuted the
the duly elected Executive Vice Preskisof and Se~ of the ~ Mutual Casualty Company, Ihs American Moto~sta Insurance
Company, and the American Manufas~ta~ Mutual Insmance Company.
IN TESTIMONY WHEREOF, I have hereunto lubasflbed my name and affixed the corporate sea/of ttm Lumens Mutual Casualty Company,
the Amedcen Motndsts Insumnoe Company, and the American Manufactumm Mutual Insurance Company on this
2nd day of June .19 98.
J. K. Comvay, Corporate Secmtmy
This Power of Attorney limits the sots of thcee named thendn to the bonds and undertakings ~pectltcelly named
therein ,,nd they have no authoelty to bind the Company e0(~ In the manner and to the extent/'m~n stated.
FK 0362 6-96
Power of Attomny - Term P~nted In U.S.A
CORPORATION ACKNOWLEDGMENT
STATE OF NEW YORK}
COUNTY OF NEW YORK}
}SS:
On this 2nd day of June, 1998, before me personally came J. P. Burks to me known, who, being by me
duly sworn, did depose and say: that he/she resided in Far Rockaway, New York that he/she is the
Attorney-In-Fact of the Lumbermens Mutual Casualty Company the corporation described in and which
executed the above instrument; that he knew the seal of said corporation; that the seal affixed to said
instrument was such corporate seal; that it was so affixed by order of the Board of Directors of said
corporation, and that he signed his name thereto by like order.
DAVm M. GO
Notary Publl~ Stat~ of New Yod[
No. 01G05031~14
OualllN~l In Kings County
FK 0173 1-91 Commission Expires Aug. 1,1998
PRINTED IN U.S.A. (Individual Acknowledgment on following page)
L~$ MUTUAL ~ALTY CO{~kNY
DF_.CEMBER ~ 1, 1997
Cash in banks
Bonds owned
Stocks
Real estate
Premiums in course of collection
Accrued interest ~nd other assets
1,646,158,405
124,847,340
1,399,629,715
881.470.388
Total
$'7.917 256 368
$3,763,096,145
1,022,817,955
976.832.936
Total
$5.762.747.0~6
State of
) ss
County of Lake)
2.154.509.332
~7.917.~-56.368
D. C. Elstrom and I. K. Con. my, bei~ duly sworn, uy tim they ~r~ Treamr~ mt 5ecreta~, ~, of
LUMBERMI~I5 MUTUAL CASU~ CO~, ~ ~ ~ ~ ~- a frae and correct
statement of the financial condition of said company, as ofDe~mher 31, 1997.
Subscn'bed and sworn to before me
This 27th day of February, 1998
SENDER:
I alas wish to receive the
following asrvlcee (for an
· Wdte 'Return Receipt R~/ueetad' on the rn~pleee beknv Ihe ~ numbe~. 2. [] Reslflcted Delivery
· dat,,ired. Consult postmaster for fee.
4a. Article Number
P 226 182 773
4b. Service Type
3. Article Addressed to:
John T. Niontecalvo, Jr.
John 'r. ~iontecalvo, Inc.
q8 Railroad Avenue
[]
Registered
Center Moriches, NY 1193,1 [] F. xpressMall [] Insureo,,~t
[] Return Receipt for Iv~ [] COD
.~. 5. Received By: ~P#~ ~'~ 8. Add~ee's Actress ~O~/~
~ ~ ~d)
~Ffi~ 3511, D~m~r 1~ 1025~-97-~1 rs Dome~ Return Receipt
P 226 182 77~
~'~tal Service
, .ceipt for Certified Mail
No Insurance Coverage Provided.
Do not use for International Mail (See reverse)
Sentto John T. Montecalvo, Jr.
ie'hn T. Montecalvo. Inc.
Street & Number
a,8 Railroad Avenue
Post Office, State, & ZIP Code
Center Moriches. NY 11934
Postage S · 3 2
Cerffiod Fee I. 35
~R 1.10
R
~TO 2.77
UNITED STATES POSTAL SERVICE
i USPS .... /
~=~r~it No. ~-~0 ~ /
· Print your name, address, ahd ZIP Code in this box
Elizabeth A. Neville
Southold Town Clerk
PO Box 1179
Southold, NY 11971
ELIZABETH A. NEVILLE
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 CI,F. RK
TOWN OF SOUTHOLD
July 20, 1998
John T. Montecalvo, Jr.
John T. Montecalvo, Inc.
0,8 Railroad Avenue
Center Moriches, New York
11930,
Dear Mr. Montecalvo:
Please be advised that the $outhold Town Board accepted the bid of
Corazzini Brothers, Inc. to furnish and place "Type 6 Top" Hot Mix
Asphalt Concrete Pavement within the Town of Southold for a one year
period from June 11, 1998 through June 11, 1999. The contract has been
fully executed, and the necessary certificate of insurance and performance
bond have been received, inspected by the Town Attorney and found to be
in order. A certified copy of the resolution is enclosed.
Thank you for submitting your bid. Your $500.00 certified check is
enclosed.
Very truly yours,
Elizabeth A. Nevi:~
Southold Town Clerk
Enclosures (2)
'' -~ ", :~ ~
RAYMOND L. JACOBS
Superintendent
Highway Department
Town of Southold
P¢~onic Lane
P.O.Box t?8
Peconic, New York 11958
Tel. (516)'/65-3140
(516) 734-5211
Fax. (516) 765-1750
]NV]TAT]ON TO BID
FOR THE PER~HA~E & APPLICATION
OF A~PHALT ROAD MATE~
HOT MIX ~PHALT CONCRETE PAVEMF~
"Type 6 Top"
TO¥~r~q OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
NOTE: THE TOWN OF SOUTHOLD
MAY ALSO REQUIRE +1- 30,000
SQUARE YARDS (more or less as
may be needed), OF ASPHALT
ROAD MATERIALS TO BE
APPLIED ON FISHERS ISLAND.
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 AND PLA~3E HOT MIX ASPHALT CONCRETE PAVEMENT
(NYState Dept. of Transportation - Standard Specification -Type 6 Top)
WITHIN THE TOWN OF SOUTHOLD, Suffolk County, New York.
The Town Board of the T°wn of Southold will receive bids for furnishing all of the labor,
materials and equipment as specified for the placement of Hot Mix Asphalt Concrete 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 Hot Mix Asphalt
Concrete Pavement.
Bids will be received at the office of the Southold Town Clerk, Southold Town Hall, 53095
Main Road, Southold, New York 11971, until:
10:00 A.M. on the . 14th day of . May 1998
All Specifications are provided herein.
A fee of twenty-five dollars ($25.00), 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.
A Performance Bond in the amount ofTen Thousand ($10,000.00) dollars will be required
of the successful bidder. Performance Bonds or Certified Checks shall be made payable
to the order of the Town of Southold.
Dated:
BY ORDER OF THE SOUTHOLD TOWN BOARD
By: Judith T. Terry
Southold Town Clerk
INSTRUCTIONS TO BIDDERS
A. PROPOSALS
Proposals must be made in-strict accordance with the "Proposal Form" provided. The
Proposal form ehall not be detached from the bid package. Failure to comply with this
requirement will constitute grounds for rejection of the bid subject to the digression of the
Highway Superintendent. Any and all exceptions to the specifications shall be listed on
a separate sheet bearing the designation: 'Exceptions to the Specifications', and attached
to the Bid Form..Each proposal must be signed in writing with the full name and address
of bidder.
The bidders shall write in ink, both in words & numerals, the price for which he proposed:
to furnish all materials, plant, equipment, tools, shoring or bracing, or other facilities, & to
perform all labor and sen'ices necessary for the proper completion of the work in stdct
accordance with the plans and specifications, and subject at all times to the approval of the
Highway Superintendent.
,..
Proposals, together ~ith the entire bid package, shall be delivered enclosed in an opaque
sealed envelope and shall be addressed as indicated on Invitation to Bid. The envelope
shall be marked "Proposal" bearing the title of work and the Bidders Name. Bidders may
bid on one or any combination of items listed on the proposal sheet.
No proposal shall be considered which has not been received by the Southold Town Clerk
prior to the hour and date stated.
B. PROPOSAL GUARANTY
A proposal will not be accepted or considered unless accompanied by a guaranty in the
form of a bid bond or certified check in the amount of five hundred ($ 500) dollars payable
to the Town of Southold.
As soon as the proposal prices have been compared, the Owner'shall retum the bidder's
bond or the cerl~fied 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
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 Ton of Asphalt Concrete)".
The Town will eithe,~ 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.
The acceptance of a proposal shall bind the successful bidder to execute the contract and
to deliver a separate performance bond in the amount of Ten Thousand ($10,000.00)
dollars, made by a Surety Company that is acceptable to the Owner, or by a certified check
made payable to the Town of Southold. The Performance Bond shall be written as to
remain in full force for the extent of the Contract.
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 h~s 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. W'~hout 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 Co,b-act 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 damage~ for such breach. In the event any bidder whose proposal shall be
accepted shall fall 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.
PROPOSAL FORM:
~ & ADDRESS
OF BIDDER:
BUSINESS
ADDRES .S:
~ OF PA~TNEP~:
If bidder is a Firm, st&re here the name
and residence of each member ~hereof !
RESIDENCE OF PARTNERS:
If bidder is a Corporation,
Fill in the foYlowing blanks:
Organized under the State of:
Name and ~ess of President:
Name and Address of Secrotazy:
TO:
SOUTHOLD TOWR BOARD
TOWN UT.T, - 53095 ~ ROAD
SOUTHOLD, NEW YORK 11971
MEMBERS OF THE BOARD:
The undersigned as bidder, declares that the only persons, company,
or parties interested in this proposal as principals are named
below; that this proposal is made without any connection, directly
or indirectly with any other bidder for the same work; that it is
in all respects fair and without collusion or fraud, and that no
person acting for or employed by the aforementioned owner is or
will be interested directly or indirectly, in the performance of
(1)
the Contract, or the supplies relating to it, or in any portion of
the profit thereof; that he has carefully examined the
specifications and all bidding requirements, general and special
conditions and 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:
FUI~NISHAND PLAC~ASPHALT CONCRETE MATERIALS
WITHIN THE TOWN OF SOUTHOLD
and to perform all other work in connection therewith, in
accordance with the enclosed specifications and shall comply with
all the stipulations contained therein and will furnish the
required Performance Bond and that he will start the work as
directed by the Town and that he will accept, in full payment
thereof as listed below:
FURNISH AND SUPPLY ALL LABOR AND MATERIAL
FOR ~HE PLACEMENT OF ASPHALT CONCRETE
WITHIN THE TOWN OF SOUTHOLD FOR THE
STIPULATED "UNIT PBXCES" OF:
AND P~.~CE WITHIN SOUTHOLD TOWN
zs~4~t~ D~s~ip~.~on of I~
U~£t Pri~ Bid
Dollars Cents
1W 0-350
Tons
2W 350-650
Tons
3W 650-1,000
Tons
4W
For: ~ ~ 'Per Ton
~lla~s Cents
For:
Dollars Cents
For: ~ ~ Per Ton
Doll&rs Cents
1,000 For: //W# Per Ton
Tons Dollars ! Cents
(2)
Unit Priae Bid
Dollars Cents
A~phalt Co~l~ T~pe 6 ~op - Fuznished & PI~
Tons Dollars ~/~
oo
650-1,000
Tons
4W
For: '_~ Per Ton
Dollars Cents
Over
1,000 For:
Tons ~
conc~ ~ 6 ~ - Furnished &
Dollars ' Cents
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-and shall fail to give the required security within the (10)
days after notice of the acceptance of said proposal, shall have
been deposited in the Mil addressed to him at the address given in
the proposal, that ,he shall be considered to have abandoned the
contract and the sum represented by the certified check
accompanying this proposal shall be forfeited to the Town as
Liquidated damages; otherwise the certified check shall be returned
to the bidder within forty-five (45) days after the date of the
receiving bids.
We the undersigned, 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.
(3)
JUDITH 8. WURI~
~OTARY PUBLIO, 8tare of ~ Ym~t
No. 4787134, .Sul'~lk CO~L . ~' ~
INSURANCE REQUIREMENTS:
The Contractor shall not commence any work until he has obtained, and had approved
by the Town of Southold, all of the insurance that is required under this contract which
has been enumerated herein:
COMPENSATION INSURANCE:
Public Liability and Property Damage 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.
Ao
Com;3eneafion 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 I-lability 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 ail
accidents.
Co
Liability and Properly Damage Insurance: The above policies for Public
Uability and Property Damage Insurance must be so ww;[ten to include
Contractor'.s Protective Uability 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 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 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 ($1,000,000.00) for damages adsing out of injury to, or destruction of,
property in any one aCCident and subject to that limit per accident, a total (or
aggregate limit of Two Million Dollars ($ 2,000,000.00) for all damages adsing
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 bp performed by the Contractor.
PROOF OF CARRIAGE OF INSURANCE:
The Contractor shall furnish 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 odginal insurance policy.
Both certificates, as fumished, 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.
AGREEMENT made this __ Day of
997, between
with its principal office and place of business at
, hereinafter celled the Contractor, and
the TOWN OF SOUTHOLD, a municipal corporation of the State of New York, with
offices at35095 Main Road, Southold, Suffolk County, New York, hereinafter called the
Town.
WlTNESSETH, that the Contractor has agreed to provide all necessary labor,
materials, equipment and incidentals required to furnish and place asphalt concrete for
the Town of Southold in accordance with the requirements of the specifications for bid,
at the following unit prices:
The above specified contract shall be for a pedod of one (1) year from the
day of 1997 through the day of 1998.
IN WITNESS WHEREOF, the parties hereto have set their hands and seals the
day and year first above written.
TOWN OF SOUTHOLD
By
Jean W. Cochran, Supervisor
CONTRACTOR
By
(1)
~TATE Of NEVV YORK)
COUNTY OF SUFFOLK)
On the day of
1997, before me personally came
to me knoWn, who, being by me dully sworn,
did depose and say that he resides at ,
and that he is the of The corporation
described in and which executed the foregoing instrument; that he knows the seal of
said corporation; that the seal affixed to said instrument is such corporate seal; that it
was so affixed by order of the Board of Directors of said corporation, and that he signed
his name thereto by like order.
Nota~ I-'UDIIC
STATE OF NEW YORK)
SS:
COUNTY OF SUFFOLK) ·
On the day of ,1997, before me personally came JEAN W.
COCHRAN, to me known, who being by me duly sworn, did depose and say that she
resides at Boisseau Avenue, Southold, New York, that she is the Supervisor of the
Town of Southold, the corporation described in and which executed the foregoing
instrument; that she knows the seal of said corporation; that the seal affixed to said
instrument is such corporate seal; that it was so affixed by order of the Town Board of
the Town of Southold, and that she signed her name thereto by like order.
NOtaPJ I~UDIIC
(2)
SPECIFICATIONS:
~.SPHALT CONCRETE PAVEMENT
Town of Southold
Ao
DESCRIPTION:
Bids are requested for the purchase and placement of Asphalt Concrete
Pavement, Type 6, for the use in repair & maintenance of the Town Highways
and related parking facilities for a period of one (1) year beginning on the date
that the contract was executed. All Asphalt Concrete shall be delivered and
machine spread upon the surface of roads, 'driveways, parking fields, street
intersections or any other areas requiring pavement within Town right-of-ways or
anyother areas under the jurisdiction of the Commission of Public Works where
and as required.
MATERIALS:
Bituminous Asphalt concrete pavement shall be equal to NYSDOT - Type 6 &
meet or exceed the following requirements:
ASPHALT CONCRETE PAVEMENT
,~=men General limits Job Mix
Sizes % Pa~ln~ Total %
1" 100
W' 95-100 -
1/4" 65-85 +/- 7
1/8" 36-85 +/- 7
No. 20 15-39 +/- 7
No. 40 8-27 +/- 7
No. 80 4-16 +/- 4
No. 200 2 - 6 +/- 2
Asphalt Content, % 5.8-7.0 +/- 0.4
Mixing & Placing Temperature
Range - degrees F 250 - 325
WFATHER LIMITATIONS:
The material shall be placed only when:
1. The road surface and atmospheric temperatures are at least 45 degrees F
2. The weather is not foggy or reining.
3. There is no forecast of temperatures below 32 degrees F within 48 hours
from the time of placement of the Asphalt Concrete Material.
EQUIPMENT. DELIVERY & APPLICATION:
1. All asphalt concrete pavement materials shall be delivered and placed in
select quantifies at a time, place and thickness as specified by the
Southold Town Highway Superintendent. No materials will be delivered
on Saturdays, Sundays or Holidays except in the case of an emergency.
Asphalt Plants must have adequate capacity and sufficient storage for the
items to be furnished.
EQUIPMENT. DELIVERY & APPLICATION - Continued:
2. All work shall commence within five (5) Callander days after receiPt of
wdtten order. Any reason for delay in work shall be submitted to the Town
in writing explaining the delay. If the reason is not acceptable to the
Town, work must continue without any further delay.
3. Bituminous pavers shall be self-powered units, provided with an activated
screed or strike-off assembly. The machine shall be capable of spreading
and finishing courses of bituminous plant mix matedal in lane widths up to
twelve (127 feet or thickness up to four (4") inches as may be specified by
the Highway Superintendent.
4. After placement, the Asphalt Concrete Matedal shall be thoroughly and
un'Eormly compacted with an approved vibrator type or static steel wheel
roller conforming to section 401-3.12 of the NYSDOT construction manual
to obtain a thoroughly compacted pavement.
5. All manholes, catch basins, curbs and other structures shall be protected
against the application of asphalt concrete material.
TESTING:
The Town shall have the absolute dght to make tests before and after delivery
and placement of asphalt material to determine conformity to Specifications,
quality and standards of excellence. The Contractor agrees to bear the cost and
pay for all tests which are deemed to be necessary in the opinion of the Town.
The Contractor shall repair or replace at no additional cost to the Town, any
materials found to not meet the Specifications and quality intended. The work
shall be executed in the best and most workmanlike manner.
BIDDER QUALIFICATIONS:
The bidder will be required to show, to the satisfaction of the Superintendent of
Highways, that he is a responsible contractor experienced in the kind of work to
be performed; that he is financially able to execute the contract; and that he has
adequate equipment and fixed storage facilities to satisfactorily and efficiently
perform the work as directed within the specified time limits. The bidder must
state exact location of his Plant Facilities.
MI=ASURI=MENT & PAYMENT:
The prices quoted in this bid, and subsequently awarded, are to be used in
establishing prices for actual materials furnished and placed within the Town of
Southold from the date of award up to and including one (1) year thereafter. The
contract pedod may be extended for up to one (1) additional year upon mutual
written agreement of the Town and the Contractor.
Payment shall be made to the contractor at the unit price(s) submitted in the
Proposal. The asphalt concrete will be measured by the number of tons of
compacted material in place. The unit price per ton shall include the cost of
furnishing all materials, equipment, labor and incidentals necessary to complete
the work.
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 TYPE 6 TOP
,]uom~ B. WURTZ
"~IOTARY PUBLIO, S*~te d NeW York
No. 4787124, Sulblk ~
RAYMOND L. JACOBS
Superintendent
Highway Department
Town of Southold
Pe~onic Lane
P.O.Box 178
Peconic, New York 11958
Tel. (516) 765-3140
(516) 734-5211
Fax. ($16) 765-1750
]NV]TAT]ON TO B]])
FOR THE PURCHASE & APPLICATION
:OF ASPHALT ROAD M~R]AI~
HOT MIX ASPHALT CONCRETE PAVEMENT
"Type 6 Top"
TOWN OF SOUTHOLD
SUFFOLK COUNTY, NEW YORK
NOTE: THE TOWN OF SOUTHOLD
MAY ALSO REQUIRE +/- 30,000
SQUARE YARDS (more or less as
may be needed), OF ASPHALT
ROAD MATERIALS TO BE
APPLIED ON FISHERS ISLAND.
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 pedod
of one (1) year, the following:
FURNISH AND PLA~E HOT MIX ASPHALT CONCRETE PAVEMENT
(NYState Dept. of Transportation - Standard Specification -Type 6 Top)
WITHIN THE TOWN OF SOUTHOLD, Suffolk County, New York.
The Town Board of the Town of Southold will receive bids for fumishing all of the labor,
materials and equipment as specified for the placement of Hot Mix Asphalt Concrete 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 Hot Mix Asphalt
Concrete Pavement.
Bids will be received at the office of the Southold Town Clerk, Southold Town Hall, 53095
Main Road, Southold, New York 11971, until:
10:00 A.M. on the . 14th dayof. May 1998
All Specifications are provided herein.
A fee of twenty-five dollars ($25.00), 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 coniract, it shall be awarded to the lowest responsible bidder.
The Town of Southoid 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.
A Performance Bond in the amount ofTen Thousand ($10,000.00) dollars will be required
of the successful bidder. Performance Bonds or Certified Checks shall be made payable
to the order of the Town of Southold.
Dated: ~/q ~ BY ORDER OF THE SOUTHOLD TOWN E, OARD
By: Judith T. Terry
Southold Town Clerk
INSTRUCTIONS TO BIDDERS
a. PROPOSALS
Proposals must be made in-strict accordance with the "Proposal Form" provided. The
Proposal form shall not be detached from the bid package. Failure to comply with this
requirement will constitute grounds for rejection of the bid subject to the digression of the
Highway Superintendent. Any and all exceptions to the specifications shall be listed on
a separate sheet bearing the designation: 'Exceptions to the Specifications", and attached
to the Bid Form..Each proposal must be signed in writing with the full name and address
of bidder.
The bidders shall write in ink, both in words & numerals, the pdce for which he proposed:
to furnish all materials, plant, equipment, tools, shodng or bracing, or other facilities, & to
perform all labor and services necessary for the proper completion of the work in strict
accordance with the plans and specifications, and subject at all times to the approval of the
Highway Superintendent.
Proposals, together With the entire bid package, shall be delivered enclosed in an opaque
sealed envelope and shall be addressed as indicated on Invitation to Bid. The envelope
shall be marked "Proposal" beadng the title of work and the Bidders Name. Bidders may
bid on one or any combination of items listed on the proposal sheet.
No proposal shall be considered which has not been received by the Southold Town Clerk
prior to the hour and date stated.
B. PROPOSAL GUARANTY
A proposal will not be accepted or considered unless accompanied by a guaranty in the
form of a bid bend or certified check in the amount of five hundred ($ 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 ce~t;lied 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.
PUBLIC OPENING OF PROPOSALS
Proposals will be opened and read publicly at the time and place indicated in the Invitation
for Bids. Bidders, authorized agents, and other interested parties are invited to be present.
E. AWARD OF CONTRACT
Award of contract will be made as soon as practical. The Superintendent of Highways
reserves the right to make awards by items, or as a whole, or not at all, whichever the
Superintendent deems to be in the best interest of the Town. A contract may be awarded
to a responsible bidder other than the lowest money bidder, if it is in the best interest of the
Town. No bid may be withdrawn after scheduled closing time for receipt of bids for a
period of 45 days pending execution of a contract by successful bidder. The competency
and responsibility of the bidder and his sub-contractors will be considered in making the
award. The Town reserves the right to waive any technical error, to accept any bid, or to
reject any or all bids. The contract form will be a "Standard form of Agreement between
Owner and Contractor (Unit Price per Ton of Asphalt Concrete)".
The Town will either: award the project or reject all proposals received within forty-five (45)
days after formal Ol~ening 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.
The acceptance of a proposal shall bind the successful bidder to execute the contract and
to deliver a separate performance bond in the amount of Ten Thousand ($10,000.00)
dollars, made by a Surety Company that is acceptable to the Owner;, or by a certified check
made payable to the Town of Southold. The Performance Bond shall be written as to
remain in full force for the extent of the Contract.
F. WITHDRAWALS OF PROPOSALS
Any bidder upon his or her authorized representative's written request present.ed 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. VV'~hout 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 intedineation,.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.
PROPOSAL FORM:
NAME & ADDRESS
OF BIDDER'
BUSINESS
ADDRESS:
~ OF PARTNERS:
RESIDENCE OF PARTNERS:
If b£dcler is & Corporation,
Fill in the following blanks:
Organized. under the S~ateof:
Name and A~ess of President:
Name and A~d~ess of Se~retazy:
TO:
.CF..
TOWN HALL - 53095 MAXN ROAD
SOUTHOLD, NEW ]~ORK 11971
MEMBERS OF THE BOARD:
The undersigned as bidder, declares that the only persons, company,
or parties interested in this proposal as principals are named
below; that this proposal is made without any connection, directly
or indirectly with any other bidder for the same work; that it is
in all respects fair and without collusion or fraud, and that no
person acting for or employed by the aforementioned owner is or
will be interested directly or indirectly, in the performance of
(1)
the Contract, or the supplies relating to it, or in any portion of
the profit thereof; that he has carefully examined the
specifications and all bidding requirements, general and special
conditions and 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:
~'Hk~NISH AND PLACE ASPHALT CONCRETE M~TERIALS
WITHIN THE TOWN OF SOUTHOLD
and to perform all other work in connection therewith, in
accordance with the enclosed specifications and shall comply with
all the stipulations contained therein and will furnish the
required Performance Bond and that he will start the work as
directed by the Town and that he will accept, in full payment
thereof as listed below:
FURNISH AND SUPPLY ALL LABOR AND MATERIAL
FOR ~HE PLACEMENT OF ASPHALT CONCRETE
WITHIN THE TOWN OF SOUTHOLD FOR THE
STIPULATED "UNIT PRICES,, OF:
FURNISH AND PLACE WITHIN SOUTHOLD TOWN
Estimated Des~ription of Item
I~ %: Quantity (Unit ~rice Written in Words)
Unit Price Bid
Dollars Cents
1W 0-350
Tons
For: "~0
· Dollars
CentsPer T°n ~
2W 350-650
Tons
Dollars ~ Cents
3W 650-1,000
Tons
Dollars Cents
4W
Over
1,000
Tons
Cents
(2)
FURNISH AND PLACE ON FISHERS ISLAND
1W 0-350 For: ~ ~ Per Ton
Tons Dollars Cents
2W 3'50-650
?OhS
For: ~ ~ Per Ton
Doll'ars Cents
4W
unit Price Bid
D~llars ~ents
3W 650-1,000 For: ~ ~ Per Ton
Tons Dollars Cents ]~ ~/~
Over % · ~ hf~J~
1,000 For: ~'-'~'~/~'~' ~//~e. JO//~f Per Ton ~
Tons ~ Dollars Cents 7~ _
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 and shall fail to give the required security within the (10)
days after notice of the acceptance of said proposal, 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 and the sum represented by the certified check
accompanying this proposal shall be forfeited to the Town as
Liquidated damages; otherwise the certified check shall be returned
to the bidder within forty-five (45) days after the date of the
receiving bids.
We the undersigned, 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.
Name of Bi~er:
Signature of Bidder:
Telephone
(3)
INSURANCE REQUIREMENTS:
The Contractor shall not commence any work until he has obtained, and had approved
by the Town of Southold, all of the insurance that is required under this contract which
has been enumerated herein:
COMPENSATION INSURANCE:
Public Liability and Property Damage 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, ~he Contractor shall require all subcontractors similarly to provide
Workrnen's Compensation Insurance for all of the latter's employees unless
such employees ara covered by the protection afforded by the Contractor.
Public Uability 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 Uability 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 w~i;.;.en to include
Contractors Protective Uability 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 ail 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 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 during the policy period. This
insurance must fully cover the legal liability of the Owner. The coverage
provided under his po[icy 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 odginal insurance policy.
Both certificates, as fumished, 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.
AGREEMENT made this __ Day of
1997, between
with its principal office and place of business at
, hereinafter celled the Contractor, and
the TOWN OF SOUTHOLD, a municipal corporation of the State of New York, with
offices at. 35095 Main Road, Southold, Suffolk County, New York, hereinafter celled the
Town.
WlTNESSETH, that the Contractor has agreed to provide all necessary labor,
materials, equipment and incidentals required to furnish and place asphalt concrete for
the Town of Southold in accordance with the requirements of the specificetions for bid,
at the following unit prices:
The above specified contract shall be for a pedod of one (1) year from the
dayof 1997 through the dayof 1998.
IN WITNESS WHEREOF, the parties hereto have set their hands and seals the
day and year first above written.
TOWN OF SOUTHOLD
By
Jean W. Cochran, Supervisor
CONTRACTOR
By
(1)
~TATE OF NEVV YORK)
SS:
COUNTY OF SUFFOLK)
On the .... day of
,1997, before me personally came
, to me known, who, being by me dully sworn,
did depose and say that he resides at
and that he is the of The corporation
described in and which executed the foregoing instrument; that he knows the seal of
said corporation; that the seal affixed to said instrument is such corporate seal; that it
was so affixed by order of the Board of Directors of said corporation, and that he signed
his name thereto by like order.
NOBly laUDIIC
STATE OF NEW YORK)
SS:
COUNTY OF SUFFOLK) -
On the day of ,1997, before me personally came JEAN W.
COCHRAN, to me known, who being by me duly sworn, did depose and say that she
resides at Boisseau Avenue, Southold, New York, that she is the Supervisor of the
Town of Southold, the corporation described in and which executed the foregoing
instrument; that she knows the seal of said corporation; that the seal affixed to said
instrument is such corporate seal; that it was so affixed by order of the Town Board of
the Town of Southold, and that she signed her name thereto by like order.
iqotaly laUDIIC-
(2)
SPECIFICATIONS:
~,SPHALT CONCRETE PAVEMENT
Town of Southold
DESCRIPTION:
Bids are requested for the purchase and placement of Asphalt Concrete
Pavement, Type 6, for the use in repair & maintenance of the Town Highways
and related parking facilities for a period of one (1) year beginning on the date
that the contract was executed. All Asphalt Concrete shall be delivered and
machine spread upon the surface of roads, 'driveways, parking fields, street
intersections or any other areas requiring pavement within Town fight-of-ways or
any.other areas under the jurisdiction of the Commission of Public Works where
and as required.
MATERIALS:
Bituminous Asphalt concrete pavement shall be equal to NYSDOT - Type 6
meet or exceed the following requirements:
~ASPHALT CONCRETE PAVEMENT
=. Screen General limlt~ Job Mix
Sizes % Passln~l Total %
1" 100 -
%" 95-100 -
1/4" 65-85 +/- 7
1/8" 36-85 +/- 7
No. 20 15-39 +/- 7
No. 40 8-27 +/- 7
No. 80 4-16 +/- 4
No. 200 2 - 6 +/- 2
Asphalt Content, %
Mixing & Placing Temperature
Range - degrees F
5.8-7.0 +/- 0.4
250-325
WI=ATHER LIMITATIONS:
The material shall be placed only when:
1. The road surface and atmospheric temperatures are at least 45 degrees F
2. The weather is not foggy or reining.
3. There is no forecast of temperatures below 32 degrees F within 48 hours
from the time of placement of the Asphalt Concrete Material.
EQUIPMENT. DELIVERY & APPLICATION:
1. All asphalt concrete pavement materials shall be delivered and placed in
select quantities at a time, place and thickness as specified by the
Southold Town Highway Superintendent. No materials will be delivered
on Saturdays, Sundays or Holidays except in the case of an emergency.
Asphalt Plants must have adequate capacity and sufficient storage for the
items to be furnished.
Eo
Fo
EQUIPMENT. DELIVERY & APPLICATION - Continued:
2. All work shall commence within five (5) Callander days after receipt of
wdtten order. Any reason for delay in work shall be submitted to the Town
in writing explaining the delay. If the reason is not acceptable to the
Town, work must continue without any further delay.
3. Bituminous pavers shall be self-powered units, provided with an activated
screed or strike-off assembly. The machine shall be capable of spreading
and finishing courses of bituminous plant mix matedal in lane widths up to
twelve (12') feet or thickness up to four (4") inches as may be specified by
the Highway Superintendent.
4. After placement, the Asphalt Concrete Matedal shall be thoroughly and
un'n~ormly compacted with an approved vibrator type or static steel wheel
roller conforming to section 401-3.12 of the NYSDOT construction manual
to obtain a thoroughly compacted pavement.
5. All manholes, catch basins, curbs and other structures shall be protected
against the application of asphalt concrete material.
TESTING:
The Town shall have the absolute dght to make tests before and after delivery
and placement of asphalt matedal to determine conformity to Specifications,
qualit7 and standards of excellence. The Contractor agrees to bear the cost and
pay for all tests which are deemed to be necessary in the opinion of the Town.
The Contractor shall repair or replace at no additional cost to the Town, any
materials found to not meet the Specifications and quality intended. The work
shall be executed in the best and most workmanlike manner.
I~IDDER QUALIFICATIONS:
The bidder will be required to show, to the satisfaction of the Superintendent of
Highways, that heis a responsible contractor experienced in the kind of work to
be performed; that he is financially able to execute the contract; and that he has
adequate equipment and fixed storage facilities to satisfactorily and efficiently
perform the work as directed within the specified time limits. The bidder must
state exact location of his Plant Facilities.
MFASUREMENT & PAYMENT:
The prices quoted in this bid, and subsequently awarded, are to be used in
establishing prices for actual materials furnished and placed within the Town of
Southold from the date of award up to and including one (1) year thereafter. The
contract period may be extended for up to one (1) additional year upon mutual
written agreement of the Town and the Contractor.
Payment shall be made to the contractor at the unit pdce(s) submitted in the
Proposal. The asphalt concrete will be measured by the number of tons of
compacted material in place. The unit pdce per ton shall include the cost of
furnishing all materials, equipment, labor and incidentals necessary to complete
the work.
NON-COLLUSIVE BID CERTIFICATE
The undersigned bidder certifies that this bid has been arrived at
by the bidder independently 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.
(Corporate Title)
(if any)
Bid on TYPE 6 TOP
PAY
TO
LEGAL NOTICE
CORRECTED
BID OPENING DATE
NOTICE TO BIDDERS
~IOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103
the General Munlclpal Law, that sealed bids are sought and requested for
and placing within the Town of Southold, the following road
! :urnishing
:' treatments:
1. Oil and Sand.
2. Oil and Stone.
3. Liquid Asphalt.
Sand Mix (type $ Shim).
5. Type 6 Top.
6. Emulsions end Stone.
7. RC-250 Liquid Asphalt Oil $ Recycled Stone.
The Specifications may be obtained at the Office of the Southold Town Clerk,
Town Hall, 53095 Maln Road, Southold, New York 11971 at a cost of $5.00
non-refundable, per set for each of the road treatments.
The sealed bids, together with a Non-Collusive Bid Certificate, and bank
draft, certifled check, or bid bond In the amount of 2;; of the amount of each
=id, will be received by the Town Clerk of the Town of Southold at the
5outhold Town Hall, 53095 Maln Road, Southold, New York, until 10:00 A.M..
Thursday, May~ 1998, at which time they will be opened and read aloud in
oubllc. May q4; 1998
The Town Board of the Town of Southold reserves the right to reject any and
all bids and waive any and all informalities In any bid should it be deemed in
the best interest of the Town of S0uthold to do so.
All blds must be signed and sealed In Individual envelopes plainly marked with
the type of road treatment being bld, 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 ls exempt.
dated:
April 28, 1998.
ELIZABETH A. NEVILLE
SOUTHOLD TOWN CLERK
~LEASE PUBLISH ON MAY 7, 1998, AND FORWARD
~UBLICATION TO ELIZABETH NEVILLE, TOWN
3OX 1179, SOUTHOLD, NY 11971.
Copies to the following:
The Traveler Watchman
Town Board Members
Town Attorney
Superintendent of Highways Jacobs
Dodge Reports
Brown's Letters
BurrelleWs Information Services
Construction Data Construction
Town ClerkWs Bulletin Board
ONE (1) AFFIDAVIT OF
CLERK, TOWN HALL, PO
STATE OF NEW YORK)
SS:
COUNTY OF SUFFOLK)
ELIZABETH A. NEVILLE, Town Clerk of the Town of Southold, New York
being duly sworn, says that on the a, th day of May 1998
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
Boardt Southold Town Hall, 53095 Main Road, Southold, New York.
"Legal Notice to Bidders for Road Treatments".
Elizabeth ~A. Neville
Southold Town Clerk
Sworn to before me this
ath day of May , 1998.
Public
ELIZABETH A. NEVILLE
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hall, 53095 Main Road
P.O. Box 1179
Southo]d, 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 WAS DULY ADOPTED BY
THE SOUTHOLD TOWN BOARD AT A REGULAR MEETING HELD ON APRIL
28. 1998:
RESOLVED that the Town Board of the Town of Southold hereby
authorizes and directs the Town Clerk to advertise for bids for the
following road surface treatments for the Superintendent of Highways:
1. Oil and Sand
2. Oil and Stone
3. Liquid Asphalt
u,. Sand Mix (Type 5 Shim)
5. Type 6 Top
6. Emulsions and Stone
7. RC-250 Liquid Asphalt Oil & Recycled Stone
Southold Town Clerk
April 28, 1998
,!
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
INVm ON TO Bm
FOR THE PURCIL~E & APPLICATION
:OF A~PHALT ROAD MATERIAL~
HOT MIX A~PHALT CONCRETE PAVEMENT
Top"
TOWN OF $OUTHOLD
SUFFOLK COUNTY, NEW YORK
NOTE: THE TOWN OF SOUTHOLD
MAY ALSO REQUIRE +/- 30,000
SQUARE YARDS (more or less as
may be needed), OF ASPHALT
ROAD MATERIALS TO BE
APPLIED ON FISHERS ISLAND.
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 AND PLACE HOT MIX ASPHALT CONCRETE PAVEMENT
(NYState Dept. of Transportation - Standard Specification -Type 6 Top)
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 Hot Mix Asphalt Concrete 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 Hot Mix Asphalt
Concrete Pavement.
Bids will be received at the office of the Southold Town Clerk, Southold Town Hall, 53095
Main Road, Southold, New York 11971, until:
10:00 A.M. on the , day of ,
All Specifications are provided herein.
A fee of twenty-five dollars ($25.00), 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.
A Performance Bond in the amount of Ten Thousand ($10,000.00) dollars will be required
of the successful bidder. Performance Bonds or Certified Checks shall be made payable
to the order of the Town of Southold.
Dated:
BY ORDER OF THE SOUTHOLD TOWN BOARD
By: Judith T. Terry
Southold Town Clerk
INSTRUCTIONS TO BIDDERS
a. PROPOSALS
Proposals must be made in strict accordance with the "Proposal Form" provided. The
Proposal form shall not be detached from fl~e bid package. Failure to comply with this
requirement will constitute grounds for rejection of the bid subject to the digression of the
Highway Superintendent. Any and all exceptions to the specifications shall be listed on
a separate sheet bearing the designation: "Exceptions to the Specifications", and attached
to the Bid Form. Each proposal must be signed in writing with the full name and address
of bidder.
The bidders shall write in ink, both in words & numerals, the pdce for which he proposed:
to furnish all materials, plant, equipment, tools, shoring or bracing, or other facilities, & to
perform all labor and services necessary for the proper completion of the work in stdct
accordance with the plans and specifications, and subject at all times to the approval of the
Highway Superintendent.
Proposals, together ~with the entire bid package, shall be delivered enclosed in an opaque
sealed envelope and shall be addressed as indicated on Invitation to Bid. The envelope
shall be marked "Proposal" beadng the title of work and the Bidders Name. Bidders may
bid on one or any combination of items listed on the proposal sheet.
No proposal shall be considered which has not been received by the Southold Town Clerk
pdor to the hour and date stated.
B. PROPOSAL GUARANTY
A proposal will not be accepted or considered unless accompanied by a guaranty in the
form of a bid bond or certified check in the amount of five hundred ($ 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 w~;;.;.en instruction to all bidders.
PUBLIC OPENING Of PROPOSALS
Proposals will be opened and read publicly at the time and place indicated in the Invitation
for Bids. Bidders, authorized agents, and other interested parties are invited to be present.
E. AWARD OF CONTRACT
Award of contract will be made as soon as practical. The Superintendent of Highways
reserves the right to make awards by items, or as a whole, or not at all, whichever the
Superintendent deems to be in the best interest of the Town. A contract may be awarded
to a responsible bidder other than the lowest money bidder, if it is in the best interest of the
Town. No bid may be withdrawn after scheduled closing time for receipt of bids for a
period of 45 days pending execution of a contract by successful bidder. The competency
and responsibility of the bidder and his sub-contractors will be considered in making the
award. The Town reserves the right to waive any technical error, to accept any bid, or to
reject any or all bids. The contract form will be a "Standard form of Agreement between
Owner and Contractor (Unit Price per Ton of Asphalt Concrete)".
The Town will eider: 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 wdtten notice
signed by the Town Clerk & no other act shall constitute the acceptance of a proposal.
The acceptance of a proposal shall bind the successful bidder to execute the contract and
to deliver a separate performance bond in the amount of Ten Thousand ($10,000.00)
dollars, made by a Surety Company that is acceptable to the Owner; or by a certified check
made payable to the Town of Southold. The Performance Bond shall be written as to
remain in full force for the extent of the Contract.
f. WITHDRAWALS Of PROPOSALS
Any bidder upon his or her authorized representative's written request present.ed 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.
PROPOSAL FORM:
DATE:
NAME &ADDRESS
OF BIDDER:
Tell.#:
BUSINESS
ADDRESS:
Tell.%:
~ OF PARTNER~:
If bidder is a Firm, state here the name
and residence of each member thereof !
RESIDENCE OF PARTNERS:
If bi.er is a Corporation,
Fill in the following blanks:
Organized under the State of:
Name end Address of President:
Name and Address of Secretary:
Name and ~R~ress of Vice President:
TO:
SOUTHOLD TOWN BOARD
TOWN H~?.v. - 53095 MAIN ROAD
SOUTHOLD, NEW XORK 11971
MEMBERS OF THE BOARD:
The undersigned as bidder, declares that the only persons, company,
or parties interested in this proposal as principals are named
below; that this proposal is made without any connection, directly
or indirectly with any other bidder for the same work; that it is
in all respects fair and without collusion or fraud, and that no
person acting for or employed by the aforementioned owner is or
will be interested directly or indirectly, in the performance of
(1)
the Contract, or the supplies relating to it, or in any portion of
the profit thereof; that he has carefully examined the
specifications and all bidding requirements, general and special
conditions and 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 AND PLACE ASPHALT CONCRETE MATERIALS
WITHIN THE TOWN OF SOUTHOLD
and to perform all other work in connection therewith, in
accordance with the enclosed specifications and shall comply with
all the stipulations contained therein and will furnish the
required Performance Bond and that he will start the work as
directed by the Town and that he will accept, in full payment
thereof as listed below:
FURNISH AND SUPPLY ALL LABOR AND MATERIAL
FOR ~HE PLACEMENT OF ASPHALT CONCRETE
WITHIN THE TOWN OF SOUTHOLD FOR THE
STIPULATED "UNIT PRICES" OF:
~'u~NISH AND PLACE WITHIN SOUTHOLD TOWN
Es~-mted Description of Ite~
Item %: Quantit~ (Unit price Written in Words)
Unit Price Bid
Dollars Cents
1W 0-350 For: Per Ton
Tons Dollars Cents
2W 350-650 For:
Tons Dollars
Per Ton
Cents
3W 650-1,000 For:
Tons
Per Ton
Dollars Cents
4W
Over
1,000
Tons
For: Per Ton
Dollars Cents
(2)
FURNISH AND PLACE ON FISHERS ISLAND
1W 0-350
Tons
2W 35O-65O
Tons
3W 650-1,000
Tons
4W
Est/ma~ed Description cf Item Unit Price Bid
Item #: Quan~it~ (Unit price W=ttten An Wor4s) Doll&rs Cents
For: Per Ton
Dollars Cents
For: Per Ton Dollars Cents
For: Per To~ Dollars Cents
For: Per Ton
Dollars Cents
Over
1,000
Tons
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 and shall fail to give the required security within the (10)
days after notice of the acceptance of said proposal, 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 and the sum represented by the certified check
accompanying this proposal shall be forfeited to the Town as
Liquidated damages; otherwise the certified check shall be returned
to the bidder within forty-five (45) days after the date of the
receiving bids.
we the undersigned, 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.
Name of Bidder:
(Pleue Print)
Signature of Bidder:
Telephone ~--~er:
Date:
(3)
INSURANCE REQUIREMENTS:
The Contractor shall not commence any work until he has obtained, and had approved
by the Town of Southold, all of the insurance that is required under this contract which
has been enumerated herein:
COMPENSATION INSURANCE:
Public Liability and Property Damage 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.
Ao
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.
PublicJ.iability 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.
Co
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 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 arising
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 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.
SPECIFICATIONS:
~SPHALT CONCRETE PAVEMENT
Town of Southold
DESCRIPTION:
Bids are requested for the purchase and placement of Asphalt Concrete
Pavement, Type 6, for the use in repair & maintenance of the Town Highways
and related parking facilities for a period of one (1) year beginning on the date
that the contract was executed. All Asphalt Concrete shall be delivered and
machine spread upon the surface of roads, 'driveways, parking fields, street
intersections or any other areas requiring pavement within Town right-of-ways or
any other areas under the jurisdiction of the Commission of Public Works where
and as required.
MATERIALS:
Bituminous Asphalt concrete pavement shall be equal to NYSDOT - Type 6
meet or exceed the following requirements:
ASPHALT CONCRETE PAVEMENT
Screen General limits Job Mix
Sizes % Passina ~
1" 100
%" 95-100
1/4" 65-85 +/- 7
1/8" 36-65 +/- 7
No, 20 15-39 +/- 7
No. 40 8-27 +/- 7
No. 80 4-16 +/- 4
No. 200 2 - 6 +/- 2
Asphalt Content, %
Mixing & Placing Temperature
Range - degrees F
5.8-7.0 +/- 0.4
250 - 325
WEATHER LIMITATIONS:
The material shall be placed only when:
1. The road surface and atmospheric temperatures are at least 45 degrees F
2. The weather is not foggy or raining.
3. There is no forecast of temperatures below 32 degrees F within 48 hours
from the time of placement of the Asphalt Concrete Material.
EQUIPMENT. DELIVERY & APPLICATION:
1. All asphalt concrete pavement materials shall be delivered and placed in
select quantities at a time, place and thickness as specified by the
Southold Town Highway Superintendent. No materials will be delivered
on Saturdays, Sundays or Holidays except in the case of an emergency.
Asphalt Plants must have adequate capacity and sufficie .nt storage for the
items to be furnished.
EQUIPMENT. DELIVERY & APPLICATION - Continued:
2. All work shall commence within five (5) Callander days after receipt of
wdtten order. Any reason for delay in work shall be submitted to the Town
in writing explaining the delay. If the reason is not acceptable to the
Town, work must continue without any further delay.
3. Bituminous pavers shall be self-powered units, provided with an activated
screed or strike-off assembly. The machine shall be capable of spreading
and finishing courses of bituminous plant mix matedal in lane widths up to
twelve (12') feet or thickness up to four (4") inches as may be specified by
the Highway Superintendent.
4. After placement, the Asphalt Concrete Material shall be thoroughly and
uniformly compacted with an approved vibrator type or static steel wheel
roller conforming to section 401-3.12 of the NYSDOT construction manual
to obtain a thoroughly compacted pavement.
5. All manholes, catch basins, curbs and other structures shall be protected
against the application of asphalt Concrete material.
TESTING:
The Town shall have the absolute dght to make tests before and after delivery
and placement of asphalt matedal to determine conformity to Specifications,
quality and standards of excellence. The Contractor agrees to bear the cost and
pay for all tests which are deemed to be necessary in the opinion of the Town.
The Contractor shall repair or replace at no additional cost to the Town, any
materials found to not meet the Specifications and quality intended. The work
shall be executed in the best and most workmanlike manner.
BIDDER QUALIFICATIONS:
The bidder will be required to show, to the satisfaction of the Superintendent of
Highways, that he is a responsible contractor experienced in the kind of work to
be performed; that he is financially able to execute the contract; and that he has
adequate equipment and fixed storage facilities to satisfactorily and efficiently
perform the work as directed within the specified time limits. The bidder must
state exact location of his Plant Facilities.
MEASUREMENT & PAYMENT:
The pdces quoted in this bid, and subsequently awarded, are to be used in
establishing pdces for actual materials furnished and placed within the Town of
Southold from the date of award up to and including one (1) year thereafter. The
contract period may be extended for up to one (1) additional year upon mutual
written agreement of the Town and the Contractor.
Payment shall be made to the contractor at the unit pdce(s) submitted in the
Proposal. The asphalt concrete will be measured by the number of tons of
compacted material in place. The unit pdce per ton shall include the cost of
furnishing all materials, equipment, labor and incidentals necessary to complete
the work.
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 TYPE 6 TOP
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
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