Loading...
HomeMy WebLinkAboutRoad Materials - Oil & Recy Stn 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 OPENING: May 10`, 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., 0,8 Railroad Ave. , Center Moriches, N.Y. 11930` Bid on only item No. 5. but was higher than Corazzini. 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 Corazzinl Asphalt, Inc. P.O. Box 1281 Cutchogue, New York 11935 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 Corazzinl 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 · AMERICAN MANUFA IUR :RS MUTUAL INSURANcL co. LUMBERMENS MUTUAL CASUALTY COMPANY (A MUTUAL INSURANCE COMPANY) Home Office: Long Grove, Illinois 60049 I 'emPeR. PERFORMANCE BOND BOND NO. 3S 198 545-00 KNOW ALL MEN BY THESE PRESENTS, That we, Com77ini 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 called the Obligee) in the penal sum of Ten Thousand and 00/100 Dollars ($10,000.00) for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Whereas the Principal has entered into a contract with the Obligee dated May 14, 1998 to provide all necessary labor, materials, equipment and required to furnish and place asphalt concrete for the Town of Soutbold 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 pertorm such contract or shall indemnify and save harmless the Obligee from all cost and damage by reason of Principal's failure so to do, then this obligation shall be null and void; othem/ise it shall remain in full force and effect. SIGNED, SEALED AND DATED this 2nd day of June, 1998. WITNESS: By 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 Attomey-ln-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 afro(ed to said instrument was such corporate seal; that it was so affixed by order of the Board of Directom of said corporation, and that he signed his name thereto by like order. ~ OAV~I la. GOOFREY~ Nota~/Put,lc, Stat~ o[~YmtC No. 01GOSO$1z14 Oualff?ed In Kings Gounty FK 0173 1-91 ~ommission Expires Aug. 1, lgg8 PRINTED IN U.S.A. (Individual Acknowledgment on follow~ng paga) LUI~IRME~S MUTUAL CASUALTY CO. ANY D~ER 31, 1997 Cash ~banks Bonds owned Stocks Premiums in co~rse o£ collection $ 69,o9o 73 3,/96,060,247 1,646,158,405 124,847,340 1,399,629,715 $81.470.388 Total $7.917.256.368 $3,763,096,145 1,022,$17,955 976.832.936 Total $5.762.747.036 State of' Hllnois) ) SS County of Lake) ~.154.509.332 ~7.917.256.368 D. C. EIstrom and ~. K. Conway, b~i~ duly sworn, say that tl~'y ar~ Treasur~ and Seca'~mT, ~y, of L~ MUTUAL CASUALTY COMPANY, Illinois; that tl~ foregoiaS ia a tree and corr~ statemem of the financial condition of said company, aa of December 31, 1997. Subscn'bed ami sworn to before me This 27th day of February, 1998 CERTIFICA OF INSURANCE i 05128:98 P. O. Box 1448 COMPANIES AFI~RDING COVERAGE Mattituck. NY 11952-0925 A Tho Hartford B PO Box 1281 Cutchogue NY 11935 D A COMM, CI~NKRAL LIAB[LFFY ~ c[~as ~o[ r~ occt~ 12UENCR6987 12/01/97 12/01/98 2OOOOOO 1OOOOOO 1OOOOOO 1OOOOOO 5OOO Certificate holder is named additional insured as respects contract TOWN OF SOUTH OLD I~QI~ION DA~ ~l~,e~o~, ~ I~UI~G CO~P~ ~rILL ~VOR ~ 53095 Main Rd P. O. ~x 1179 :,~~o~ ~,~ ~,~, ~ ,~. ~t~. SOUTHOLD, NY, 11971 ~~~ P. O. Box 1448 COMPANIES AFFORDING COVERAGE Mettituok, NY 11952-0925 A Tho Hartford B Corazzini Asphalt. Inc. 100 I.open Dr. P. O. Box 555 Cutchogue NY 11935 D UMFF~ 2000OOO 1O00000 1000O00 30000O 10000 1000000 A 12WECY1092 6/22/98 / 5/22/99 / CERTIFICATE HOLDER IS NAMED AS ADDITIONAL INSURED. TOWN OF SOUTHOLD I..I¢3~A'IIO~V&T~I'IlII~O~,~ I~Ni]~OI~I~A~N~FI[~ ~D~A~O~O TOWN HALL, 53095 MAIN ROAD LEFF, BL'FrAILURIETOMAILSUCHN~FICESHALLIMPO6BNOO~LIGATIO~OR AGREEMENT made this 28th Day of May 1998 , between CORAZZINI ASPHALT, INC. with its principal office and place of business at cox LANE, CUTCHOGUE, NEW YORK (Mailing: PO Box 1281, 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: "Oil & Recycled Stone" Furnish g Place with Town of Southold* UquidAsphalt RC-250 g .Recycled Stone $.75 per sq. yd. Schim Mix Asphalt Concrete-~rype 5 $50.00 per ton Fog Coat: RC-2S0 Uquid Asphalt $1.00 per gal. The above specified contract shall be for a pedod of one (1) year from the 11th dayof June 1998 throughthe 11th dayof ],,ne ' 1999. IN WITNESS WHEREOF, the parties hereto have set their hands and seals the day and year flint above w~'itten. TOWN OF SOUTHOLD k)Jean W.~ochran, Supervisor By ( (1) STATE OF NEW YORK) SS: COUNTY OF SUFFOLK) ~-~./~,~On the~~/- day of ~ ,199s, before me personally came ~,,_. ~--~ ~,,.~,~'~,c~_. , to me known, who, being by me dully sworn, did depose and say th~at he resides at and that he-is the /~e$ ofd"~ ~ z?,~x~ .,~J,~/~7~ 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. STATE OF NEW YORK) COUNTY OF SUFFOLK)s.s: On the,O..~ day of ,A//o_.~ ,199s , before me personally came JEAN W. COCHRAN, to me known, who being by me duly swom, 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. Notary Public, State of I~sw Yo~I( No. 52-8125850, Suffolk Co~t0~y Term E~',pirea October 31, I~ (2) 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 RESOLUTION WAS ADOPTED BY THE SOUTHOLD TOWN BOARD AT A REGULAR MEETING HELD ON MAY 26, 1998: RESOLVED that the Town Board of the Town of Southold hereby accepts the bid. of Corazzini Asphalt, Inc. for the furnishlng and placement of Bituminous Surface Treatment - RC-250 Liquid Asphalt ("Oil & Recycled Stone") within the Town of Southold, as follows: Mainland Bituminous Surface Treatment - Liquid Asphalt Crade RC-250 & Recycled Stone $.75 per sq. yd. Schim Mix Asphalt Concrete - Type 5 $50.00 per ton Fog Coat:RC-250 Liquid Asphalt $1.00 per gal. Elizabeth A. Neville Southold Town Clerk May 27, 1998 RAYMOND L. JACOBS $-perinmndent Highway Department Town of Southold 1998- Item No. 7 Pcconic Lane P..O.Box 178 Peconic, New York 11958 Tel. (516) 765-3140 (516) 734-5211 Fax. (516) 765-1750 ~TION TO B~ FOR THE PURCHASE & APPLICATION OF ASPHALT ROAD MATER,IAL~ BITUMINOUS ~URFACE T~ RC-250 LIQUID ASPIIALT "0IL & RECYCLED .STONE" TOWN OF SOUTHOLD SUFFOLK COU'NTY, NEW YORK NOTE: THE TOWN OF SOUTHOLD WILL SUPPLY 2,000 CUBIC YARDS (More or Less) - OF RECYCLED 1/4" BLUE STONE MATERIAL. INVITATION TO BID NOTICE IS HEREBY GIVEN that sealed bids are sought and requested from qualified asphalt contractors to perform within the Town of Southold as may be required for a period of one (1) year, the following: FURNISH & PLACE "BITUMINOUS SURFACE TREATMENT" ROAD MATERIALS CONSISTING OF OIL (RC250) LIQUID ASPHALT AND RECYCLED STONE (as Supplied by Southold Town) WITHIN THE TOWN OF SOUTHOLD, Suffolk County, New York.. The Town Board of the Town of Southold will receive bids for furnishing all of the labor, materials and equipment as specified for the placement of bituminous surface treatment road materials within the Town of Southold as may be required for a pedod of one year from the commencement of the contract. All work shall be in accordance with the Specifications herein as well as the Standard New York State Dept. of Transportation Specifications for Bituminous Materials. Bids will be received at the office of the Southold Town Clerk, Southold Town Hall, 53095 Main Road, Southold, New York 11971, until: lq:00 AM on the , lllth day of , May 199a. All Specifications are provided herein. A fee of ten ($10.00) dollars, cash or check, made payable to the Town of Southold will be required for one (1) copy of the Contract Documents. There are no refunds. This invitation to bid is not an offer and shall in no way bind the Town of Southold to award a contract for performance of the project. Should the Town of Southold decide to award a contract, it shall be awarded to the lowest rasponsible bidder. The Town of Sou~old 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 certif'~d check or bid bond in the amount of five hundred ($500) dollars will be required of each bidder. Checks to be made payable to the order of the Town of Southold. Dated: BY ORDER OF THE SOUTHOLD TOWN BOARD By: Judith T. Terry Southold Town Clerk INSTRUCTIONS TO BIDDERS A. PROPOSALS Proposals must be made in strict accordance with the "Proposal Form" provided. The Proposal form shall not be detached from the bid package. Failure to comply with this requirement will constitute grounds for rejection of the bid subject to the digression of the Highway Superintendent. Any and all exceptions to the specifications shall be listed on a separate sheet bearing the designation: 'Exceptions to the Specifications", .and attached to the Bid Form. Each proposal must be signed in writing with the full name and address of bidder. The bidders shall write in ink, both in words & numerals, the pdce for which he proposed: to furnish all matadals, plant, equipment, tools, shodng or bracing, or other facilities, & to perform all labor and services necessary for the proper completion of the work in strict accordance with the plans and specifications, and subject at all times to the approval of the Highway Superintendent. Proposals, together with the entire bid package, shall be delivered enclosed in an opaque sealed envelope and shall be addressed as indicated on Invitation to Bid. The envelope shall be marked "Proposal" bearing the title of work and the Bidders Name. Bidders may bid on one or any combination of items listed on the proposal sheet. No proposal shall be considered which has not been received by the Southold Town Clerk pdor to the hour and date stated. B. PROPOSAL GUARANTY A proposal will not be accepted or considered unless accompanied by a guaranty in the form of a bid bond or certified check in the amount of five hundred ($ 500) dollars payable to the Town of Southoid. As soon as the proposal pdces have been compared, the Owner shall retum the bidder's bond or the certified checks accompanying such proposals as, in his judgement, would not likely be involved in making the award. All other proposal quantities will be held until the contract and contract bond have been executed after which they will be released or returned to the respective bidders whose proposals they accompanied. C. OMISSIONS AND DISCREPANCIES Bidders should carefully examine the specifications and fully inform themselves of all conditions and matters which can in any way affect the work or the cost thereof. Should a bidder find discrepancies in or omissions from the specifications, or other documents or should he be in doubt as to their meaning, he should at once notify the Highway Superintendent who may issue a written instruction to all bidders. D. PUBLIC OPENING OF PROPOSALS Proposals will be opened and read publicly at the time and place indicated in the Invitation for Bids. Bidders, authorized agents, and other interested parties are invited to be present. E. AWARD OF CONTRACT Award of contract will be made as soon as practical. The Superintendent of Highways reserves the dght to make awards by items, or as a whole, or not at all, whichever the Superintendent deems to be in the best interest of the Town. A contract may be awarded to a responsible bidder other than the lowest money bidder, if it is in the best interest of the Town. No bid may be withdrawn after scheduled closing time for receipt of bids for a period of 45 days pending execution of a contract by successful bidder. The competency and responsibility of the bidder and his sub-contractors will be considered in making the award. The Town reserves the fight to waive any technical error, to accept any bid, or to reject any or all bids. The contract form will be a "Standard form of Agreement between Owner and Contractor.'(Unit Pdce per Square Yard of Oil & Stone Applied) The Town will either award the project or reject all proposals received within forty-five (45) days after formal opening of proposals. Acceptance of a proposal will be a written notice signed by the Town Clerk & no other act shall constitute the acceptance of a proposal. F. WITHDRAWALS OF PROPOSALS Any bidder upon his or her authorized representative's written request presented not later than the hour set for the opening thereof, will be given permission to withdraw his proposal. At the time of opening the proposals, when such proposals are reached, it will be returned to him unread. ~ G. REJECTION OF PROPOSALS The Town reserves the dght to waive any technical error and to reject any and/or all proposals. Without limiting the generality of the foregoing, any proposal which in incomplete, obscure, or irregular may be rejected; any proposal accompanied by an insufficient or irregular ce~dl;ed check or bidder's bond bay be rejected, any proposal having interlineation, erasure or corrections may be rejected. The Town also reserves the fight to reject any bid if the evidence submitted in the qualification statement or an investigation of of such bidder fails to satisfy the Town that such bidder is properly qualified to carry out the obligations of the co.;:~,ct 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 toss 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 Depa~b.ent of Labor's Prevailing Wage Rate Schedules are part of this Contract. The Contractor is responsible for being familiar with the latest available schedules. INSURANCE REQUIREMENTS: The Contractor shall not commence any work until he has obtained, and had approved by the Town of Southold, all of the insurance that is required under this contract which has been enumerated h. erein: COMPENSATION iNSURANCE: Public Liability and Property Damage Indurance Contractor's Protective Liability and Properb/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 Cpontmctor 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 lather's employees unless such employees are covered by the pro{ection afforded by the Contractor. Public Liability and Prol~erty 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 su&h 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 o.n account of each accident and in an amount of not less than One Million Dollars ($1,000,000.00) for damages on account of all accidents. Liability and Property Damage Insurance: The above policies for Public Liability and Property Damage Insurance must be so written to include Contractor's Protective Liability and Property Damage insurance to protect the Contractor against claims arising from the operations of a subcontractor. The policies shall also name the Town of Sou~old as an additional insured. Owner's Protective Public Liability and Property Damage Insurance: The Contractor shall furnish to the Owner, with respect to the operations he or any of his subcontractors perform a regular Protective Public Liability Insurance Policy for, and in behalf of the Owner, providing for a limit of not less than One Million Dollars ($1,000,000.00) for all damages arising out of bodily injuries to, or death of, one person and subject to that limit for each person, a total limit of One Million Dollars ($1,000,000.00) for all damages arising out of bodily injuries to, or death of, two or more persons in any one accident; and regular Protective Property Damage Insurance providing for a limit of not less than One Million Dollars ($1,000,000.00) for damages adsing out of injury to, or destruction of, property in any one accident and subject to that limit per accident, a total (or aggregate limit of Two Million Dollars ($ 2,000,000.00) for all damages arising out of injury to, or destruction of, property during the policy pedod. This insurance must fully cover the legal liability of the Owner. The coverage provided under his policy must not be affected if the Owner performs work in connection with the project either for or in cooperation with the Contractor or as an aid thereto whether the same be a part of the Contract or separate therefrom, by means of its own employees or agents or if the Owner directs or supervises the work to be performed by the Contractor. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the Owner with certificates of each insurer insuring the Contractor of any subcontractor under this Contract except with respect to part D. As listed above. In respect to this paragraph, the Contractor shall furnish the Owner with the original insurance policy. Both certificates, as furnished, and the insurance polic~, as required, shall bear the policy numbers, the expiration date of the policy and the limits of liability thereunder. Both the certificates and the policy shall be endorsed to provide the Owner with any notice of cancellation or non-renewal. STATEMENT OF NON-COLLUSION (To be completed by each Bidder) In accordance with Section 103-d General Municipal Law, effective September 1, 1966, every bid or proposal hereafter made to a political subdivision of the State of any public department, agency, or official thereof or to a fore district or any agency or official thereof for work or services performed or to be performed or goods sold or to be sold, shall contain the following statement subscribed to by the bidder and affirmed by such bidder as true under the penalties of perjury;, non-collusive bidding certification. By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto certifies as to its ow~ organization, under penalty of perjury, that to the best of knowledge and beliefi (t) The prices in this bid have been arrived at indebendentiy without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices ~ any other bidder or any competitor. (2) UnLess othem~ise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disdoead by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor. (3) No attempt has been made or will be made by the bidder to induce any other person, parmership, or corporation to submit or not to submit a bid for the purpose of res~cting competition. The person signing this bid or proposal certifies that he has fully informed himself regarding the accuracy of the statements contained in this cer~cetion, and under the statements contained in this certification, and under the penalties of perjury, affirms the b'uth tt~reof, such penalties being applicable to the bidder, as well as the person signing in its behalf. That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signature of this bid or pmpoeal on behalf of the corporate bidder. authorized fo sign and submit the bid or pmpoeal of this corporation for the following Project: Placement and Application - Bituminous Surface Treatment Oil & Recycled Stone - Town of Soufl~old, New York 11971 be (SEAL OF THE CORPORATION) Laws of New Yofl~ 1~6S Ch. 7Sl, ~ lO~-d~ a~ a~nend~ effectlv~ ~ 1, 1~5 and to include in such bid or proposal the certificate as to non-collusion required by section one-hundred-three-d (103-d) of the General Municipal Law as the act and deed of such corporation, and for any inaccuracies or mis- statements in such car'dficate this corporate bidd.~' shall be liable under the benaltias of perjury. · The foregoing is true and con'ect copy of the resolution adopted by ~') corporation at a meeting of the i q,L... Board of Diractors, held on the / dayof ~ ,lg JUDITH B. WURTZ - '~IOTARY PUBLIO, State d New York- TNo. 4787124, ,S~ffo~k Co~ll~ PROPOSAL FORM DATE: NAME OF BIDDER: TO: SOUTHOLD TOWN BOARD TOWN HALL - 53095 MAIN ROAD SOUTHOLD, NEWYORK 11971 MEMBERS OF THE BOARD: NOTE: All items listed herein must be bid. Failure to bid any item will be grounds for disqualification. The undersigned as bidder, declares that the only persons, company, or parties interested in this proposal as principals are named below;, that this proposal is made without any connection, directly or indirectly with any other bidder for the same work; that it is in all respects fair and without collusion or fraud, and that no parson acting for or employed by the aforementioned ovmer is or will be interested directly or indirectly, in the performance of the contract, or the supplies relating to iL or in any portion of the profit thereof;, that he has carefully examined ail project requirements, including bidding requirements, contract, general and special conditions, specifications, and addenda, if any (Note: acknowledgment of addenda and their dates must be included as indicated on bottom page); that he has satisfied himself by personal examination of the proposed work, and by such other means as he may have chosen, as to the conditions and requirements of the work; and he proposed and agrees that if his proposal be accepted he will contract to furnish all materials not provided by the Town (See Specifications) and to perform all the work required to construct, perform and complete the specified work; and that he will start the work as directed by the Town, he will accept, in full payment thereof as listed below:. BID ON BITUMINOUS SURFACE TREATMENT IN ACCORDANCE WITH THE PROJECT REQUIREMENTS. THE ABOVE REFERENCED ACT1VmES WILL BE COMPLETED FOR THE STIPULATED "UNIT PRICE" OF: FURNISH AND PLACE WITHIN $OUTHOLD TOWN Bituminous Surface Treatment - Liquid Asphalt Grade. RC-250 & recycled Stone (written ,n.~rds)Per~.~/ (written in numbers) Per Sq./Yd. , ,S~ ,m~,ix~h~altC~/,~/creT~pec`writt;n 'n ~v~)P~/;;n/''~ ~> (500 +/-Ton) (written ir~ numbers) Par Ton Fog Coat: RC-2S0 Liquid Asphalt (50 +/- Gallons) (written in won:is) Per Gallon (written in numbers) ~er Gallon (~) And he fu~er agrees that if this proposal shall be accepted by the Town and that if he shail refuse, fa I or neglect to enter into a Contract pursuant to such proposal and to the requirements of the Town, shall have been deposited in the mail addressed to him at the address given in the proposal, that he shall be considered to have abandoned the contract. We the undersigned, further agree that this proposal shall be reviewed by the Town to correct any deficiencies i~dthaenPdr~h~a~ r~ee SmaC~nP~n°ef w°ffect~f~rnda' ifpenr.°oC~°rrec~°nSof forty.~ n~45~ys,rYt~efUT~heowrnagwir~a thaccetptth~sr Pm?~st~i iss Signature of Bidder. ~ ~ ~ (2) SPECIFICATIONS: BITUMINOUS SURFACE TREATMENT "OIL & RECYCLED STONE" Town of Southold A: DESCRIPTION: Bids are requested for the purchase and application of Bituminous Surface Treatment that consists of LIQUID ASPHALT (Grade RC-250) & RECYCLED 1/4" Blue STONE for the use in repair & maintenance of the Town Highways for the calendar year 1997. The contractor shall supply all liquid asphalt and the Town of Southold will supply a~3proximately 2,000 cubic yards (more or less) of recycled stone. The contractor shall be required to pick up stone material from the Town Highway Yard on Peconic Lane. All materials shall be placed and/or applied by the contractor as directed by the Superintendent of Highways. The contractor shall also be required to provide & place quantities of Schim Mix Asphalt (Type 5) as needed and directed by the Superintendent of Highways. The attention of the bidder is specifically called to the fact that the quantities specified herein are considered an estimate only and may not be the quantity of material that will actually be required by the Town for the 199~ calendar year. MATERIALS: Asphalt Road Material shall be Grade RC-250 and shall meet the following Specifications: Water, Max. (%) Flash Point, C.O.C. F, Min. Kinematic Viscosity @ 140 F, Centistokes Distillation: % Total Distillate to 680 F, by Vol. To 437 F Min. To 500 F Min. To 600 F Min. Residue from Distillation to 680 F % Volume by Difference, Min. Tests on Residue Absolute Viscosity 140 F Ductility, 5 cra/min. @ 77 F, cm. min.. % Sol. In CCL~, Min. Required Temperature Mixing Spraying Grade RC-250 0.2 250-500 35 6O 8O 65 600-2400 100 99 100-175 80-250 Blue Stone shall be supplied I~y the Town of Southold and applied by the contractor free of all foreign debris. Weather Limitations: The matedal shall be spraad only when: 2. 3. 4. The road surface and atmospheric temperatures are at least 45 degrees F. and dsing. The weather is not foggy or raining. There is no forecast of temperatures below 32 degrees F within 48 hours from the time of placement of the Asphalt Material. Construction limits shall be between May 1 & November 1. Eauipment. Delivery & Application: All asphalt & stone materials must be applied within the Town of Southold. The successful bidder will be required to deliver and apply such asphalt & stone materials to the job site in quantities as directed by the Superintendent of Highways. All bituminous material distribution vehicles shall have full circulation spray bara & be equipped with a wheel calibrated instrument that will indicate pump output in gallons per minute to verify accuracy of application. Aggregate spreader shall be capable of spreading matedal up to ten (10') feet in width on a single pass and shall be capable of providing variable widths. The spreader shall be self propelled and have dual operator stations. Pneumatic tired rollera shall be required for compacting the surface treatment. Schim Mix Asphalt Concrete (Type 5) shall be applied at the discretion of the Highway Superintendent. Applications at all pot holes, broken & uneven pavement surfaces and other required areas shall be as directed by the Town. All existing pavement surfaces where Schim Mix Asphalt Concrete work is required shall be fog sealed with RC 250 at 0.10 gallon per Square Yard prior to placement of pavement. All manholes, catch basins, curbs and other structures shall be protected against the application of bituminous material. After the area to be treated has been prepared to the satisfaction of the Highway Superintendent, an application of bituminous material (RC-250 Liquid Asphalt) shall be applied at the rate of three tenths (0.3) gallons per square yard and immediately covered with Recycled Stone at the approximate rate of 25 Ib's. Per square yard. The stone courae shall be completely rolled twice with a self-propelled pneumatic roller. NON-COLLUSIVE BID CERTIFICATE :The undersigned bidder certifies that this bid has been arrived at by the bidder in'~tependently 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 openin9 of the bid. (Signe~~ Bid on OIL ~, RECYCLED STONE Home Office: Long C.-~ove, IL 60049 POWER OF ATTORNEY Know Ail M~n By These Presents: That the Lumbermens Mutual Casualty Company, the Amedcen Motorists Insurance Company, and the Amertcen Manufacturers Mutual Insurance Company, corporations oegenlzed and existing under the laws of the State of Ilinols, having their principal office in Long Grove, Illinois, (hereinafter collectively referred to as the "Company") do hereby appoint Donald H. Klug; J. P. Bud<s; Carol A. Horan; Dawn M. Godfrey and Aklima B. Noorhassan of New York, New York (EACH) ............................................................ ' their true and lawful ngent(s) and attomey(s)-th-fact, to make, execute, seal, and deliver during the period beginning with the date of issuance of this power and ending oft the date specified below, unless sooner revoked for and on its behelf as surety, and as their act and deed: Any and all bonds and undertakings '"'"'"'""'" ..... '""'"""" ...... '"'"'"'"""'" ...... EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver any ~ or undertaking which guarantees the payment or CO#eCflort of any ixon~'esory note, check, Ga~ or leffer of oredit. This autberity does not parmit the same obligation tobe spilt Into t~vo or more bonds ino~erto Ixtng eschsuch bond wtthinthedo#arllmit of authedty as es~ forth herein. This apflothtment may be revoked at any time by tbe Compm~y. Theex~cutionofsuch~xmdsandundo(m~dngsInpurauaoneofthesepr~mts~n~Ibe~sbthdingup~the said Company as fully and empty to ell inters end ixJrlx)uas, as If the same had been duly executed end ackno,Medged by Ibelr regularly elected officem at their Pttnclbel office in Long Grove, Illinois. THIS APPOINTMENT SHALL CEASE AND TERMINATE WITHOUT NOllCE AS OF December 31, 2001 This Power of Attorney i$ executed by authority of res(~utlons edofltnd by the Executive Committees of the Boards of DIrectom of the Company on Fatxua~Y23, 1988 at Chicego, Illinois, true and accurate (~3fllex of which are hereinafter set forth and am heraby certified to by the undersigned Secretar/as being in full force and effect: 'VOTED, Thatthe Chairman of the Board, the Presldont, or any Vice Pmeldont, or their appointees designated in writing and flledwtth other wfiUngs, obligatoqHn the nstore thereof, end ony such officers of tbe Company may apdolnt agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under' and by authority of the foLkT~ng resotutioe adopted by the Executive "VOTED, That ~e signstum of the Ctn~rman of tbe Board, tbe Pmeldeof, any Vise Pres;dent, or their eppointees de~gnated th wilting and filed 1988 end onysuch power ss exect,'ted, sseled and cer6fled with rsspent to any bond or undertaking to which It is attached, shell onndnue to be valid and binding upon the Company." In Testimony Whereof, the Company has _,_~_,_ _'=_ ed this Insb'ument to be signed and their co~e seals to be affixed by their authorized officers, this Febme~/9, 1998. Attested and Certified: Lumbermens Mutual Casualty Company Ameftcen Mo~ndsis Insurance Company Ammicen Manufactumm Mutual Insurance Company J. S. Kemper, III, Exa<:.Vise President STATE OF ILLINOIS SS COUNTY OF LAKE I, Irene Klewer, s Notary Public, do hereby sa~ that J. S. Kemper, III and Robert P. Hames personally known to me to be the same persons whose names are respectively as Exec. Vice President and Secmtal~ of the Lumbermena Mutual Casualty Company, the Amedcan Motndsts Insurance Company, end the American Manufaotumm Mutual insurance Company, Coq3oratJons organized and existing under the laws of the State of Illinois, subsc~bed to the foregoing instrument, appeared before me this day In bemon and severally acknowledged that they being thereunto duly autho~zed signed, sealed with the corporate seals and delivered the said instrument as the free and volunta~ ant of said coq3omtions and es their own frae and vo~untmy sots for the usaa and purposes therein set focth. My commission expires 1-28-02 Irene Klewer, Notary Public CERTIFICATION I, J.K. Conway, Corporate Sec~ of the Lumbem~ns Mutual Casualty Company, the American Motndsts Insurance Coml3any, and the Nnedcan Manufacturers Mutual Insurance Company, do h~'eby certify that the attached Power of Attorney dated February 9, 1998 on behalf of the peason(s) es listed above ls a lme end co,¥&.;;, c~fly and that the same hes been in full force andeffect sthce the date themof and is io full force and effec~ on the date of this certificate; and I do fuflhe~- sattify that the said J. S. Kempa~, III and Robert P. Hames, who executed the the duly elected Executive Vice President and Sec~ of the Lumbermece MubJel Casualty Company, the ,Nlledcan Motorists Insurance Company, and the Amedcan Manufacturers Mu~uat Insurance Company. IN TESTIMONY WHEREOF, I have hereunto ~ul3~crlbed my name and at,xed the co~e seal of the Lumbermena Mutual Casualty Company, 2n~. day of Jtme .19 98. This Power of Atfomey limits the ac~s of th~m named therein to the bonds and undedaklngs apaclflc~dly named therein and they have no authority to bind the Company except In the manner and to the exteflt berein stated. FK 0362 6-g6 powa- of Attorney - Term Rinted in U.S.A LEGAL NOTICE NOTICE TO BIDDERS ~IOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 of the General Municipal Law, that sealed bids are sought and requested for furnishing and pleclng wlthln the Town of Southold, the following road treatments: 1. 2. 3. 5. 6. 7. Oil and Sand. O11 and Stone. Liquid Asphalt. Sand Mix (type 5 Shim). Type 6 Top. Emulsions and Stone. RC-250 Liquid Asphalt Oil & Recycled Stone. The Specifications may be obtained at the Office of the Southold Town Clerk, Town Hall, 53095 Main 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, certified check, or bid bond in the amount of 2% of the amount of each 3id, will be received by the Town Clerk of the Town of Southold at the Southold Town Hla~l, 53095 Main Road, Southold, New York, until 10:00 A.M., Thursday, May ~2, 1998, at which time they will be opened and read aloud in 3ubllc. 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 bld should it be deemed in the best interest of the Town of 5°uthold to do so. All bids must be slgned and sealed in individual envelopes plainly marked with the type of road treatment being bid, and submitted to the Office of the Town Clerk. The bid price shall not include any tax, federal, the Town of Southold is exempt. dated: April 28, 1998. ELIZABETH A. NEVILLE SOUTHOLD TOWN CLERK )LEASE PUBLISH ON MAY 7, 1998, AND FORWARD ONE ~UBLICATION TO ELIZABETH NEVILLE, TOWN CLERK, 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 Burrelle's Information Services Construction Data Construction Town Clerk's Bulletin Board state, or local, from which (1) AFFIDAVIT OF 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 qth 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: To~n Clerk's Bulletin Board~ Southold Town Hall, 53095 Main Road, Southold, New York. "Legal Notice to Bidders for Road Treatments". abeth fA. Neville Southold Town Clerk Sworn to before me this /tth day of May , 1998. Public ' CERTIFICAT 516-298-4747 Bdsotti & Silkworth, Inc. 8400 Main Road P. 0. Box 1448 Matfituck, NY 11952-0925 Corazzini Asphalt, Inc. Cutchogue Materials, Inc. 100 Lupen Dr. P. O. Box 555 Cutchogue NY 11935 ': ',,,. :.. II COMPANIES AFFORDING COVERAGE A The Hartford C A X Am, Ar. fro X ma~ AUTOS 12UUNCW6093 11/22/98 11/22/99 12UECNCR5640 11/22/98 11122/99 LIMITS 2OOOOOO 2OOOOOO 1OOOOO0 1O000OO 300O00 1OOOO 1OOOOOO A 12WECY1092 6/22/98 6/22/99 CERTIFICATE HOLDER IS NAMED AS ADDITIONAL INSURED. RAYMOND L JACOBS Superintendent Highway Department Town of Southold 1998- item No. 7 Peconic Lane P.O.Box 178 Peconic, New York 11958 Tel. (516) 765-3140 (516) 734-5211 Fax. (516) 765-1750 INVITATION TO BID FOR THE PURCHASE & APPLICATION OF ASPHALT RO~ MATERIALS BITUMINOUS SUB,FACE TREAT~NT RC-250 LIQUID ASPHALT "0IL & RECYCLED STONE" TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK NOTE: THE TOWN OF SOUTHOLD WILL SUPPLY 2,000 CUBIC YARDS (More or Less) - OF RECYCLED 1/4" BLUE STONE MATERIAL. INVITATION TO BID NOTICE IS HEREBY GIVEN that sealed bids are sought and requested from qualified asphalt contractors to perform within the Town of Southold as may be required for a period of one (1) year, the following: FURNISH & PLACE "BITUMINOUS SURFACE TREATMENT" ROAD MATERIALS CONSISTING OF OIL (RC250) LIQUID ASPHALT AND RECYCLED STONE (as Supplied by Southold Town) WITHIN THE TOWN OF SOUTHOLD, Suffolk County, New York.. The Town Board of the Town of Southold will receive bids for furnishing all of the labor, materials and equipment as specified for the placement of bituminous surface treatment road materials within the Town of Southold as may be required for a period of one year from the commencement of the contract. All work shall be in accordance with the Specifications herein as well as the Standard New York State Dept. of Transportation Specifications for Bituminous Materials. Bids will be received at the office of the Southotd Town Clerk, Southold Town Hall, 53095 Main Road, Southold, New York 11971, until: lo:00 AM on the , 14th day of , May 1998. All Specifications are provided herein. A fee of ten ($10.00) dollars, cash or check, made payable to the Town of Southold will be required for one (1) copy of the Contract Documents. There are no refunds. This invitation to bid is not an offer and shall in no way bind the Town of Southold to award a contract for performance of the project. Should the Town of Southold decide to award a contract, it shall be awarded to the lowest responsible bidder. The Town of Southold reserves the dght to waive any informalities, and to reject any or all bids, and to retain bids 'for 45 days from the date of receipt. The CONTRACTOR MAY NOT withdraw his bid during this period. Bid security in the form of a certified check or bid bond in the amount of five hundred ($500) dollars will be required of each bidder. Checks to be made payable to the order of the Town of Southold. Dated: BY ORDER OF THE SOUTHOLD TOWN BOARD By: Judith T. Terry Southold Town Clerk INSTRUCTIONS TO BIDDERS A. PROPOSALS Proposals must be made in stdct accordance with the "Proposal Form" provided. The Proposal form shall not be detached from the bid package. Failure to comply with this requirement will constitute grounds for rejection of the bid subject to the digression of the Highway Superintendent. Any and all exceptions to the specifications shall be listed on a separate sheet beadng the designation: "Exceptions to the Specifications", .and attached to the Bid Form. Each proposal must be signed in writing with the full name and address of bidder. The bidders shall write in ink, both in words & numerals, the pdce for which he proposed: to furnish all materials, plant, equipment, tools, shodng or bracing, or other facilities, & to perform all labor and services necessary for the proper completion of the work in strict accordance with the plans and specifications, and subject at all times to the approval of the Highway Superintendent. Proposals, together with the entire bid package, shall be delivered enclosed in an opaque sealed envelope and shall be addressed as indicated on Invitation to Bid. The envelope shall be marked "Proposal" bearing the title of work and the Bidders Name. Bidders may bid on one or any combination of items listed on the proposal sheet. No proposal shall be considered which has not been received by the Southold Town Clerk prior to the hour and date stated. B. PROPOSAL GUARANTY A proposal will not be accepted or considered unless accompanied by a guaranty in the form of a bid bond or certified check in the amount of five hundred ($ 500) dollars payable to the Town of Southold. As soon as the proposal 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 wdtten instruction to all bidders. D. PUBLIC OPENING OF PROPOSALS Proposals will be opened and read publicly at the time and place indicated in the Invitation for Bids. Bidders, authorized agents, and other interested parties are invited to be present. E. AWARD OF CONTRACT Award of contract will be made as soon as practical. The Superintendent of Highways reserves the dght to make awards by items, or as a whole, or not at all, whichever the Superintendent deems to be in the best interest of the Town. A contract may be awarded to a responsible bidder other than the lowest money bidder, if it is in the best interest of the Town. No bid may be withdrawn after scheduled closing time for receipt of bids for a pedod of 45 days pending execution of a contract by successful bidder. The competency and responsibility of the bidder and his sub-contractors will be considered in making the award. The Town reserves the 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 Pdce per Square Yard of Oil & Stone Applied) The Town will either award the project or reject all proposals received within forty-five (45) days after formal opening of proposals. Acceptance of a proposal will be a written notice signed by the Town Clerk & no other act shall constitute the acceptance of a proposal. F. WITHDRAWALS OF PROPOSALS Any bidder upon his or her authorized representative's written request presented not later than the hour set for the opening thereof, will be given permission to withdraw his proposal. At the time of opening the proposals, when such proposals are reached, it will be returned to him unread. ~ G. REJECTION OF PROPOSALS The Town reserves the right to waive any technical error and to reject any and/or all proposals. VV'rthout limiting the generality of the foregoing, any proposal which in incomplete, obscure, or irregular may be rejected; any proposal accompanied by an insufficient or irregular certified check or bidder's bond bay be rejected, any proposal having interlineation, erasure or corrections may be rejected. The Town also reserves the right to reject any bid if the evidence submitted in the qualification statement or an investigation of of.such bidder fails to satisfy the Town that such bidder is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein. Conditional bids will not be accepted. H. PLANT & EQUIPMENT The bidder shall state in his bid that be has available or under his control, plant and equipment of the character and in the amount required to complete the proposed work within the specific time. I. TIME FOR EXECUTION OF CONTRACT Any bidder whose proposal shall be accepted will be required to appear before the Town in person; or if a firm or corporation, a duly authorized representative shall so appear, and execute six (6) copies of the Contract and furnish satisfactory Performance and Payment Bond within ten (10) days after notice that the Contract has been awarded to him. Failure to execute Contract shall constitute a breach of the agreement effected by the acceptance of the Proposal. The damages to the Town for such breach will include loss from interference with his construction program and other items, the accurate amount of which it will be difficult or impossible to compute. The amount of the certified check or bidder's bond accompanying the Proposal of such bidder shall be retained by the Town, not as a penalty, but as liquidated damages for such breach. In the event any bidder whose proposal shall be. ' accepted shall fail or refuse to execute the Contract as herein before provided, the Town may, at there option, determine that such bidder has abandoned the Contract, and thereupon, his proposal and acceptance thereof shall be null and void, and the Town shall be entitled to liquidated damages as above provided. J. PREVAILING WAGE RATES The New York State Department of Labor's Prevailing Wage Rate Schedules are part of this Contract. The Contractor is responsible for being familiar with the latest available schedules. INSURANCE REQUIREMENTS: The Contractor shall not commence any work until he has obtained, and had approved by the Town of Southold, all of the insurance that is required under this contract which has been enumerated h. erein: COMPENSATION INSURANCE: Public Liability and Property Damage Indurance Contractor's Protective Liability and Property Damage Insurance Owner's Protective Public Liability and Property Damage Insurance The Contractor shall not permit any subcontractor to commence any operation of the site until satisfactory proof of carriage of the above required insurance has been posted with and approved by the Owner. Compensation Insurance: The Cpontractor shall take out and maintain during the life of this Contract, Workmen's Compensation Insurance for all his employees employed at the site of the project, and in case of any of the work being sublet, the Contractor shall require all subcontractors similarly to provide Workmen's Compensation Insurance for all of the latter's employees unless such employees are covered by the pro{ection afforded by the Contractor. Public Liability and Property Damage Insurance: The Contractor shall take out and maintain dudng the life of this Contract such Public Liability and Property Damage Insurance as shall protect him and any subcontractor performing work covered by this Contract from claims for damages for personal injury including accidental death as well as from claims for property damage which may adse from operations under this Contract, whether such operations be by himself or by any subcontractor, to by anyone directly or indirectly employed by either of them, and the amounts of such insurance shall be as follows: Public Liability Insurance in an amount of not less than One Million Dollars ($1,000,000.00) for bodily injuries, including wrongful death to each person and subject to the same limit for each person in an amount not less that One Million Dollars. ($1,000,000.00) on account of each accident Property Damage Insurance in an amount not less than One Million Dollars ($1,000,000.00) for damages on account of each accident and in an amount of not less than One Million Dollars ($1,000,000.00) for damages on account of all accidents. Liability and Property Damage Insurance: The above policies for Public Liability and Property Damage Insurance must be so written to include Contractor's Protective Liability and Property Damage insurance to protect the Contractor against claims arising from the operations of a subcontractor. The policies shall also name the Town of Southold as an additional insured. Owner's Protective Public Liability and Property Damage Insurance: The Contractor shall furnish to the Owner, with respect to the operations he or any of his subcontractors perform a regular Protective Public Liability Insurance Policy for, and in behalf of the Owner, providing for a limit of not less than One Million Dollars ($1,000,000.00) for all damages arising out of bodily injuries to, or death of, one person and subject to that limit for each person, a total limit of One Million Dollars ($1,000,000.00) for all damages arising out of bodily injuries to, or death of, two or more persons in any one accident; and regular Protective · Property Damage Insurance providing for a limit of not less than One Million Dollars ($1,000,000.00) for damages arising out of injury to, or destruction of, property in any one accident and subject to that limit per accident, a total (or aggregate limit of Two Million Dollars ($ 2,000,000.00) for all damages arising out of injury to, or destruction of, property during the policy period. This insurance must fully cover the legal liability ofthe Owner. The coverage provided under his policy must not be affected if the Owner performs work in connection with the project either for or in cooperation with the Contractor or as an aid thereto whether the same be a part of the Contract or separate therefrom, by means of its own employees or agents or if the Owner directs or supervises the work to be performed by the Contractor. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the Owner with certificates of each insurer insudng the Contractor of any subcontractor under this Contract except with respect to part D. As listed above. In respect to this paragraph, the Contractor shall furnish the Owner with the original insurance policy. Both certificates, as furnished, and the insurance polic~, as required, shall bear the policy numbers, the expiration date of the policy and the limits of liability thereunder. Both the certificates and the policy shall be endorsed to provide the Owner with any notice of cancellation or non-renewal. STATEMENT OF NON-COLLUSION (To be completed by each Bidder) In accordance with Section 103-d General Municipal Law, effective September 1, 1966, every bid or proposal hereafter made to a political subdivision of the State of any public department, agency, or official thereof or to a fore disthct or any agency or official thereof for work or services performed or to be performed or goods sold or to be sold, shall contain the following statement subscribed to by the bidder and affirmed by such bidder as true under the penalties of perjury; non-collusive bidding certification. By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each part7 thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief:. (1) The pdces in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such pdces with any other bidder or any competitor. (2) Unless otherwise required by law, the pdces which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder pdor to opening, directly or indirectly, to any other bidder or to any competitor. (3) No attempt has been made or will be made by the bidder to induce any other person, partnership, or corporation to submit or not to submit a bid for the purpose of restricting competition. The person signing this bid or proposal certifies that he has fully informed himself regarding the accuracy of the statements contained in this certification, and under the statements contained in this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being applicable to the bidder, as well as the person signing in its behalf. That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signature of this bid or proposal on behalf of the corporate bidder. RESOLUTION' Resolved that (Name of Con, oration) authorized to sign and submit the bid or proposal of this corporation for the following Project: Placement and Application - Bituminous Surface Treatment Oil & Recycled Stone - Town of Southold, New York 11971 be and to include in such bid or pmpoeal the certificate as to non. collusion required by section one-hundred-three-d (103-d) of the General Municipal Law as the act and deed of such corporation, and for any inaccuracies or mis- statements in such certificate this corporate bidder shall be liable under the penalties of perjury. The foregoing is true and con'ect copy of the resolution adopted by corporation at a meeting of the Board of Directors, held on the dayof ,19 (SEAL OF THE CORPORATION) Laws ef New Y~ '1965 Ch. ?Sl, See. 196-d, a~ ameaded effective September 1, 1965 PROPOSAL FORM DATE: NAME OF BIDDER: TO: SOUTHOLD TOWN BOARD TOWN HALL - 53095 MAIN ROAD SOUTHOLD, NEWYORK 11971 MEMBERS OF THE BOARD: NOTE: All items listed herein must be bid. Failure to bid any item will be grounds for disqualification. The undersigned as bidder, declares that the only persons, company, or parties interested in this proposal as principals are named below; that this proposal is made without any connection, directly or indirectly with any other bidder for the same work; that it is in all respects fair and without collusion or fraud, and that no person a~ng for or employed by the aforementioned owner is or will be interested directly or indirectly, in the performance of the contra~ or the supplies relating to it, or in any portion of the profit thereof;, that he has carefully examined ail project requirements, including bidding requirements, contract, general and special conditions, specifications, and addenda, if any (Note: acknowledgment of addenda and their dates must be included as indicated on bottom page); that he has satisfied himself by personal examination of the proposed work, and by such other means as he may have chosen, as to the conditions and requirements of the work; and he proposed and agrees that if his proposal be accepted he will contract to furnish all materials not provided by the Town (See Specifications) and to perform all the work required to construct, perform and complete the specified work; and that he will start the work as directed by the Town, he will accept, in full payment thereof as listed below:. BID ON BITUMINOUS SURFACE TREATMENT IN ACCORDANCE WiTH THE PROJECT REQUIREMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED "UNIT PRICE" OF: FURNISH AND PLACE WITHIN SOUTHOLD TOWN Bituminous Surface Treatment - Liquid Asphalt Grade RC-250 & recycled Stone (wdtten in words) Per Sq. Yd. (written in numbers) Per Sq. Yd. Schim Mix Asphalt Concrete -Type 5 (500 +/- Ton) (wdtten in words) Per Ton (written in numbers) Per Ton Fog Coat: RC-250 Liquid Asphalt (50 +/- Gallons) (written in words) Per Gallon (written in numbers) Per Gallon (4) And he further agrees that if this proposal shall be accepted by the Town and that if he shall refuse, fail or neglect to enter into a Contract pursuant to such proposal and to the requirements of the Town, shall have been deposited in the mail addressed to him at the address given in the proposal, that he shall be considered to have abandoned the contract We the undersigned, further agree that this proposal shall be reviewed by the Town to correct any deficiencies in the proposed scope of work and, if no corrections am necessary, further agree that this proposal is a formal bid and shall remain in effect for a period of for~-five (45) days, the Town will accept or reject this proposal or by mutual agreement may extend this time pedod. Signature of Bidder:. Business Name & Address: Telephone Number. Date: (2) SPECIFICATIONS: BITUMINOUS SURFACE TREATMENT "OIL & RECYCLED STONE" Town of Southold A: DESCRIPTION: Bids are requested for the purchase and application of Bituminous Surface Treatment that consists of LIQUID ASPHALT (Grade RC-250) & RECYCLED 1/4" Blue STONE for the use in repair & maintenance of the Town Highways for the calendar year 1997. The contractor shall supply all liquid asphalt and the Town of Southold will supply a~3proximately 2,000 cubic yards (more or less) of recycled stone. The contractor shall be required to pick up stone material from the Town Highway Yard on Peconic Lane. All materials shall be placed and/or applied by the contractor as directed by the Superintendent of Highways. The contractor shall also be required to provide & place quantities of Schim Mix Asphalt (Type 5) as needed and directed by the Superintendent of Highways. The attention of the bidder is specifically called to the fact that the quantities specified herein are considered an estimate only and may not be the quantity of matedal that will actually be required by the Town for the 199~ calendar year. MATERIALS: Asphalt Road Material shall be Grade RC-250 and shall meet the following Specifications: TEST Water, Max. (%) Flash Point, C.O.C. F, Min. Kinematic Viscosity @ 140 F, Centistokes Distillation: % Total Distillate to 680 F, by Vol. To 437 F Min. To 500 F Min. To 600 F Min. Residue from Distillation to 680 F % Volume by Difference, Min. Tests on Residue Absolute Viscosity 140 F Ductility, 5 cra/min. @ 77 F, cm. min.. % Sol. In CC~, Min. Required Temperature Mixing Spraying Grade RC-250 0.2 250-500 35 6O 8O 65 600-2400 100 99 100-175 80-250 Blue Stone shall be supplied by the Town of Southold and applied by the contractor free of all foreign debds, Weather Limitations: The matedal shall be spread only when: 2. 3. 4. The road surface and atmospheric temperatures are at least 45 degrees F and rising. The weather is not foggy or raining. There is no forecast of temperatures below 32 degrees F within 48 hours from the time of placement of the Asphalt Material. Construction limits shall be between May 1 & November 1. Equipment. Delivery & Application: All asphalt & stone materials must be applied within the Town of Southold. The successful bidder will be required to deliver and apply such asphalt & stone materials to the job site in quantities as directed by the Superintendent of Highways. All bituminous matedal distribution vehicles shall have full circulation spray bars & be equipped with a wheel calibrated instrument that will indicate pump output in gallons per minute to verify accuracy of application. Aggregate spreader shall be capable of spreading matedal up to ten (10') feet in width on a single pass and shall be capable of providing vadable widths. The spreader shall be self propelled and have dual operator stations. Pneumatic tired rollers shall be required for compacting the surface treatment. Schim Mix Asphalt Concrete (Type 5) shall be applied at the discretion of the Highway Superintendent. Applications at all pot holes, broken & uneven pavement surfaces and other required areas shall be as directed by the Town. All existing pavement surfaces where Schim Mix Asphalt Concrete work is required shall be fog sealed with RC 250 at 0.10 gallon per Square Yard prior to placement of pavement. All manholes, catch basins, curbs and other structures shall be protected against the application of bituminous material After the area to be treated has been prepared to the satisfaction of the Highway Superintendent, an application of bituminous matedal (RC-250 Liquid Asphalt) shall be applied at the rate of three tenths (0.3) gallons per square yard and immediately covered with Recycled Stone at the approximate rate of 25 Ib's. Per square yard. The stone course shall be completely rolled twice with a self-propelled pneumatic roller. NON-COLLUSIVE BID CERTIFICATE The undersigned bidder certifies that this bid has been arrived at by the bidder in'dependently and has been submitted without collusion with any other vendor of materials, supplies or equipment of the type described in the invitation for bids, 'and the contents of this bid have not been communicated by the bidder, nor, to its best knowledge and belief, by any of its employees or agents, to any person not an employee or agent of the bidder or its surety on any bond furnished herewith prior to the official opening of the bid. (Signed) (Corporate Title) (if any) Bid on OIL S RECYCLED STONE 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 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 o,. Sand Mix (Type 5 Shim) 5. Type 6 Top 6. Emulsions and Stone 7. RC-250 Liquid Asphalt Oil & Recycled Stone Elizabeth A. Neville Southold Town Clerk April 28. 1998