Loading...
HomeMy WebLinkAboutHighway - Liquid Asphalt & Recy Sto$5.00 per set, per item ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER ITEM NO. 7 Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (516) 765-6145 Telephone (516) 765-1800 OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD BID ON "RC-250 LIQUID ASPHALT OIL F. RECYCLED STONE" - ROAD TREATMENT BID OPENING DATE: MAY 27. 1999. THURSDAY. 10:00 A.M. Company Name Contact Person Address Telephone 8 Fax Numbers Corazzini Asphalt Inc Richard Corazzini Box 1281, Cox Lane Cutchogue, NY 11935 516/734-5600 516/734-5625 Fax 5/24 2. John T. Montecalvo, Inc. Ron Montecalvo 48 Railroad Ave. Center Moriches, N.Y. 11934 516/325-1492 516/325-1580 5/25 3. Bi-County Paving Dan Care¥ 701-9 Koehler Avenue Ronkonkoma, NY 11779 516/737-4600 516/737-8391 Fax AGREEMENT made this 11th day of June 19 99, between CORAZZlNI 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 53095 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: 'fOIL F, RECYCLED STONE" Furnish & Place within Town of 5outhold Liquid Asphalt 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. The above specified contract shall be a period of one (1) year from the 11tl3 day of June 1999 through the 11thday of June 2000. IN WITNESS WHEREOF, the parties hereto have set their hands and seals the day and year first above written. TOWN OF SOUTHOLD STATE OF NEW YORK COUNTY OF SUFFOLK ~ _ On the~Tt~V~' day of L,~/~z~ , ~ , before me personally came ' pose 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 instrument is such Board of Directors by like order. 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 lic -~iOTN:ff F'daU~ alee d Nm~ Yed[ N0. 478/1~, Su~lk ~nt/_ _ Term £×pims ~ 8~ ~E:;~-J STATE OF NEW YORK COUNTY OF SUFFOLK On the23rd day of July , 1999 · 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 like order. EUZABETH ANN NEVILLE Notary Public, State of New York No. 52-8125850, Suffolk County Term Expires October 31, ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS M-A~AGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (516) 765-6145 Telephone (516) 765-1800 OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION WAS ADOPTED AT A REGULAR MEETING OF THE SOUTHOLD TOWN BOARD HELD ON JUNE 8, 1999: RESOLVED that the Town Board of the Town of Southold hereby accepts the bid of Corazzinl Asphalt, Inc. for furnishing and placement of Bituminous Surface Treatment RC-250 Liquid Asphalt ("Oil £ Recycled Stone") within the Town of Southold, as follows: Bituminous Surface Treatment - Liquid Asphalt Grade RC-250 & recycled Stone $.75 per sq. yd. Schlm Mix Asphalt Concrete - Type 5 $50.00 per ton Fog cost: RC-250 Liquid Asphalt $1.00 per gal. Elizabeth A. Neville Southold Town Clerk June 8. 1999 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) 765-6145 Telephone (516) 765-1800 OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD BID ON ITEM NO. 7 HIGHWAY - RC-250 LIQUID ASPHALT OIL ~, RECYCLED STONE BID OPENING: 10:00 A.M., THURSDAY, MAY 27, 1999 One (1) Bid was received: 1. Corazzini Asphalt, Inc., Box 1281, Cutchogue, NY 11935 Furnish & Place within Southold Town Bituminous Surface Treatment Schim Mix Asphalt Fog Coat $.75 per square yard $50.00 per ton $1.00 per gallon ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFOKMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (516) 765-6145 Telephone (516) 765-1800 OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD BID ON ITEM NO. 7 HIGHWAY - RC-2S0 LIQUID ASPHALT OIL S RECYCLED STONE BID OPENING: 10:00 A.M., THURSDAY, MAY 27, 1999 One (1) Bid was received: 1. Corazzlnl Asphalt, Inc., Box 1281, Cutchogue, NY 11935 Furnish F. Place within Southold Town Bituminous Surface Treatment Schim Mix Asphalt Fog Coat $.75 per square yard $50.00 per ton $1.00 per gallon RAYMOND L. JACOBS Superintendent Highway Department Town of Southold Peconic Lane P.O.Box 178 Peconic, New York 11958 Tel. (516) 765-3140 (516) 734-5211 Fax. (516) 765-1750 1999 ;. INV~TION TO BID Z FOR THE PURCHASE & APPLICATION OF ~PHALT ROM} MATERIAL~ BITUM~0US SURFACE ~ 111~-250 LIQIID A~PltALT "0IL & I~CL~ .ST01~" TOWN or SOUTHOLD SUFFOLK CO~, NEW YORK NOTE: THE TOWN OF SOUTHOLD WILL SUPPLY 2,000 CUBIC YARDS (More or Less) - OF RECYCLED 1/4" BLUE STONE MATERIAL. INVITATION TO BID NOTICE IS HEREBY GIVEN that sealed bids are sought and requested from qualified asphalt contractors to perform within the Town of Southold as may be required for a pedod of one (1) year, the following: FURNISH & PLACE "BITUMINOUS SURFACE TREATMENT" ROAD MATERIALS CONSISTING OF OIL (RC250) LIQUID ASPHALT AND RECYCLED STONE (as Supplied by Southold Town) WITHIN THE TOWN OF SOUTHOLD, Suffolk County, New York. The Town Board of the Town of Southold will receive bids for furnishing all of the labor, materials and equipment as specified for the placement of bituminous surface treatment road materials within the Town of Southold as may be required for a period of one year from the commencement of the contract. All work shall be in accordance with the Specifications herein as well as the Standard New York State Dept. of Transportation Specifications for Bituminous Materials. Bids will be received at the office of the Southold Town Clerk, Southold Town Hall, 53095 Main Road, Southold, New York 11971, until: 10:00 AM on the , 2.Tth day of , May 1999. All Specifications are provided herein. A fee of ten ($ s..00) dollars, cash or check, made payable to the Town of Southold will be required for one (1) copy of the Contract Documents. There are no refunds. This invitation to bid is not an offer and shall in no way bind the Town of Southold to award a contract for performance of the project. Should the Town of Southold decide to award a contract, it shall be awarded to the lowest responsible bidder. The Town of Southold reserves the right to waive any informalities, and to reject any or all bids, and to retain bids 'for 45 days from the date of receipt. The CONTRACTOR MAY NOT withdraw his bid during this pedod. Bid security in the form of a certified check or bid bond in the amount of five hundred ($500) dollars will be required of each bidder. Checks to be made payable to the order of the Town of Southold. Dated: BY ORDER OF THE SOUTHOLD TOWN BOARD By: Elizabeth .A. Neville Southold Town Clerk INSTRUCTIONS TO BIDDERS A. PROPOSALS Proposals must be made in strict accordance with the "Proposal Form" provided. The Proposal form shall not be detached from the bid package. Failure to comply with this requirement will con~tute grounds for rejection of the bid subject to the digression of the Highway Superintendent. Any and all exceptions to the specifications shall be listed on a separate sheet beadng the designation: 'Exceptions to the Specifications", .and attached to the Bid Form. Each proposal must be signed in writing with the full name and address of bidder. The bidders shall write in ink, both in words & numerals, the pdce for which he proposed: to furnish all materials, plant, equipment, tools, shodng or bracing, or other facilities, & to perform all labor and services necessary for the proper completion of the work in strict accordance with the plans and specifications, and subject at all times to the approval of the Highway Superintendent. Proposals, together ~ the entire bid package, shall be delivered enclosed in an opaque sealed envelope and shall be addressed as indicated on Invitation to Bid. The envelope shall be mar~ed "Proposal" beadng the title of work and the Bidders Name. Bidders may bid on one or any combination of items listed on the proposal sheet. No proposal shall be considered which has not been received by the Southold Town Clerk pdor to the hour and date stated. B, PROPOSAL GUARANTY A proposal will not be accepted or considered unless accompanied by a guaranty in the form of a bid bond or certified check in the amount of five hundred ($ 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 I~emselves 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 notif~ the Highway Superintendent who may issue a written instruction to all bidders. D. PUBLIC OPENING OF PROPOSALS Proposals will be opened and road publicly at the time and place indicated in the Invitation for Bids. Bidders, authorized agents, and other interosted parties aro invited to be prosent E. AWARD OF CONTRACT Award of contract will be made as soon as practical. The Superintendent of Highways reserves the fight to make awards by items, or as a whole, or not at all, whichever the Superintendent deems to be in the best interost of the Town. A contract may be awarded to a responsible bidder other than the lowest money bidder, if it is in the best interost 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 fight to waive any technical error, to accept any bid, or to reject any or all bids. The contract form will be a "Standard form of Agreement between Owner and Contractor."(Unit Price per Square Yard of Oil & Stone Applied) The Town will either award the project or reject all proposals roceived wrahin 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 ropresentative's written request presented not later than the hour set for the opening theroof, 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 unroad. G. REJECTION OF PROPOSALS The Town reserves the fight 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 cedJl;ed check or bidder's bond bay be rejected, any proPosal having interlineation, erasure or corrections may be rejected. The Town also reserves the dght 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 coM,~;, 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 cf any of the work being sublet, the Contractor shall require all subcontractors similarly to provide Workmen's Compensation Insurance for all of the latter's employees unless such employees are covered by the pro{ection afforded by the Contractor. Public Liability and Property Damage Insurance: The Contractor shall take out and maintain during the life of this Contract such Public Liability and Property Damage Insurance as shall protect him and any subcontractor performing work covered by this Contract from claims for damages for personal injury including accidental death as well as from claims for property damage which may arise from operations under this Contract, whether such operations be by himself or by any subcontractor, to by anyone directly or indirectly employed by either of them, and theamounts 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 Pro.oerty Damage Insurance: The above pollcies for Public Uabllity and Property Damage Insurance must be so written to include Contractor's Protective Liability and Properly Damage insurance to protect the Co[,[~-actor against claims arising from the opera~ons of a subcontractor. The policies shall also name the Town of Southold es an additional insured. Owner's Protective Public Liability and Property Damage Insurance: The Contractor shall fumish 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 injudes to, or death of, one person and subject to that limit for each person, a total limit of One Million Dollars ($1,000,000.00) for all damages arising out of bodily injuries to, or death of, two or more persons in any one accident; and regular Protective · Property Damage Insurance providing for a limit of not less than One Million Dollars ($1,000,000.00) for damages arising out of injury to, or destruction of, property in any one accident and subject to that limit per accident, a total (or aggregate limit of Two Million Dollars ($ 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 b.e 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 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 aco~rdance wi~ 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 distTict or any agency or official thereof for work or se~ces 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. Ao By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief:. (1) The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or any competitor. (2) Unless otheP,vise required by law, the pdces whic~ 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, direotiy or indireotiy, to any other bidder or t~ any competitor. (3) No attempt has been made or will be made by the bidder to induce any other person, partnership, or corporetion 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 cedffica§on, and under the statements contained in this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being al~plicable to the bidder, as well as the person signing in its behalf. That attached hereto (if a corporate bidder) is a cort~ed copy of resolution authorizing the execution of this certificate by the signature of this bid or preposai on behalf of the corporate bidder. RESOLUTION' Resolved that ~"z~x..¢~ /o~=J¢O,/~,~7" ..~,q'~ (Name of ~) authorized to sign and submit the bid or proposal of this corporation for the following Pmjeot: Placement and Application - Bituminous Surface Treatment Oil & Recycled Stone - Town of Southold, New York 11971 and to include in such bid or Pm -k',,'~---! the certif~cat~ as to non-collusion required by eac~on 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 r~able under the penalties of perjury. The foregoing is true and correct copy of the resolution adopted by corporation st a meeting of the Board of Directors, held on the (SEAL OF THE CORPORATION) I.m~ af New York. 1~ Ch. 751, S4c. 1O~cl, is Imencled effec~m Se~ember 1, PROPOSAL FORM DATE: ,~5'/~b/~/q NAME OF BIDDER: TO: SOUTHOLD TOWN BOARD TOWN HALL - 53095 MAIN ROAD SOUTHOLD, NEWYORK 11971 MEMBERS OF THE BOARD: NOTE: All items listed herein must be bid. Failure to bid any item will be grounds for disqualification. The undersigned as bidder, declares that the only persons, company, or parties interested in this proposal as principals are named below; that this proposal is made without any connection, directly or indirectly with any other bidder for the same work; that it is in all respects fair and without collusion or fraud, and that no person acting for or employed by the aforementioned owner is or will be interested directly or indirectly, in the performance of the contract or the supplies relating fo it. or in any portion of the profit thereof;, that he has carefully examined all project requirements, including bidding requirements, contract, general and special conditions, specifications, and addenda, if any (Note: acknowledgment of addenda and their dates must be included as indicated on bottom page); that he has satisfied himself by personal examination of the proposed work, and by such other means as he may have chosen, as to the conditions and requirements of the work; and he proposed and agrees that if his proposal be accepted he will contract to furnish all materials not provided by the Town (See Specifications) and to perform all the work required to construct perform and complete the specified work; and that he will start the work as directed by the Town, he will accept, in full payment thereof as listed below:. BID ON BITUMINOUS SURFACE TREATMENT IN ACCORDANCE WITH THE PROJECT REQUIREMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED "UNIT PRICE" OF: FURNISH AND PLACE WrFHIN SOUTHOLD TOWN Bituminous Surface Treatme.~t - Liquid A,~phait Grade RC-250 & recycled Stone (written in words) PedSq. Yd. / (written in numl~rs) Per gq. Yd. ! Schim Mix Asphalt,Concrete -T~oe 5 (500 +/- Ton) (written in words) .l~er Ton (written in numbers) Per Ton Fog Coat: RC~250 kiq~d Asp~.~t (~/- Gallons) (written in words) P& ~m,on ~ / "~ (wfltten in numbers) Per Gallon (1) And he further agrees that if this proposal shall be accepted by the Tow~ and that if he shall refuse, fail or neglect to enter into a Contract pursuant to such proposal and to the requirements of the Town, shall have been deposited in the mail addressed to him at the address given in the proposal, that he shall be considered to have abandoned the contract. We the undersigned, further agree that this proposal shall be reviewed,by the Town to correct any deficiencies in the proposed scope of work and, if no corrections are necessary, fjgr~er agree that this proposal is a formal bid and shall remain in effect for a pedod of forty-five (45~days, ~ 'l~own w~ll accept or reject this proposal or by mutual agreement may extend this tJ~.~?~;l~_./ ~//~/~ Telephone Numben ~y- -4-/~0o Date: ,nfO'TroY I- (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 1999. The contractor shall supply all liquid asphalt and the Town of Southold will supply ai~proximately 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 spec'~cally 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 1999 cale.,~dar year. MATERIALS: Asphalt Road Matedal shall be Grade RC-250 and shall meet the following Spec'~cations: 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. 35 To 500 F Min. 60 To 600 F Min. 80 Residue from Distillation to 680 F % Volume by Difference, Min. 65 Tests on Residue Absolute Viscosity 140 F 600 - 2400 Ductility, 5 crn/min. @ 77 F, cm. min.. 100 % Sol. In CCL~, Min. 99 Required Temperature Mixing 100 - 175 Grade RC-250 0.2 250-500 Spraying 80 - 250 Blue Stone shall be supplied I~y the Town of Southold and applied by the contractor free of all foreign debris. Weather Limitations: The matedal shall be spread only when: 2. 3. 4. The road surface and atmospheric temperatures are at least 45 degrees F and dsing. The weather is not foggy or raining. There is no forecast of temperatures below 32 degrees F within 48 hours from the time of placement of the Asphalt Material. Construction limits shall be between May 1 & November 1. Equipment. Delivery & Application: All asphalt & stone materials must be applied within the Town of Southold. The successful bidder will be required to deliver and apply such asphalt & stone materials to the job site in quantities as directed by the Superintendent of Highways. All bituminous 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 seE-propelled pneumatic roller. NON-COLLUSIVE BID CERTIFICATE The undersigned bidder certifies that this bid has been arrived at by the bidder in'~ependently 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, belief, by any of its employees or agents, or agent of the bidder or its surety on nor, to its best knowledge and to any person not an employee any bond furnished herewith prior to the official opening of the bid. (Signed)~ (Corporate Title) (if any) 1999 Bid on OIL g RECYCLED STONE ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS M~NAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (516) 765-6145 Telephone (516) 765-1800 OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD BID ON ITEM NO. 7 HIGHWAY - RC-250 LIQUID ASPHALT OIL ~. RECYCLED STONE BID OPENING: 10:00 A.M., THURSDAY, MAY 27,, 1999 One (1) Bid was received: 1. Corazzini Asphalt, Inc., Box 1281, Cutchogue, NY 11935 Furnish F, Place within Southold Town Bituminous Surface Treatment Schim Mix Asphalt Fog Coat $.75 per square yard $50.00 per ton $1.00 per gallon RAYMOND L. JACOBS Superintendent Highway Department Town of Southold Peconic Lane P.O.Box 178 Peconic, New York 11958 Tel. (516) 765-3140 (516) 734-5211 Fax. (516) 765-1750 1999 ]NV]TAT[ON TO BID FOR THE PURCHASE & APPLICATION OF ASPHALT ROAD MATERIALS BITUMINOUS SUItFAC1]I TRSATMENT RC-250 LIQUID ASPHALT "0IL & RECYCLED .STONE" TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK NOTE: THE TOWN OF SOUTHOLD WILL SUPPLY 2,000 CUBIC YARDS (More or Less) - OF RECYCLED 1/4" BLUE STONE MATERIAL. INVITATION TO BID NOTICE IS HEREBY GIVEN that sealed bids are sought and requested from qualified asphalt contractors to perform within the Town of Southold as may be required for a period of one (1) year, the following: FURNISH & PLACE "BITUMINOUS SURFACE TREATMENT" ROAD MATERIALS CONSISTING OF OIL (RC250) LIQUID ASPHALT AND RECYCLED STONE (as Supplied by Southold Town) WITHIN THE TOWN OF SOUTHOLD, Suffolk County, New York.. The Town Board of the Town of Southold will receive bids for furnishing all of the labor, materials and equipment as specified for the placement of bituminous surface treatment road materials within the Town of Southold as may be required for a period of one year from the commencement of the contract. All work shall be in accordance with the Specifications herein as well as the Standard New York State Dept. of Transportation Specifications for Bituminous Materials. Bids will be received at the office of the Southold Town Clerk, Southold Town Hall, 53095 Main Road, Southold, New York 11971, until: 10:00 AM on the , .27th day of , May 199 9, All Specifications are provided herein. A fee of ten ($ s..00) dollars, cash or check, made payable to the Town of Southold will be required for one (1) copy of the Contract Documents. There are no refunds. This invitation to bid is not an offer and shall in no way bind the Town of Southold to award a contract for performance of the project. Should the Town of Southold decide to award a contract, it shall be awarded to the lowest responsible bidder. The Town of Southold reserves the right to waive any informalities, and to reject any or all bids, and to retain bids 'for 45 days from the date of receipt. The CONTRACTOR MAY NOT withdraw his bid during this period. Bid security in the form of a certified check or bid bond in the amount of five hundred ($500) dollars will be required of each bidder. Checks to be made payable to the order of the Town of Southold. Dated: u~¥ 11, lqqq BY ORDER OF THE SOUTHOLD TOWN BOARD By: Elizabeth-A. Neville Southold Town Clerk INSTRUCTIONS TO BIDDERS A. PROPOSALS Proposals must be made in strict accordance with the "Proposal Form" provided. The Proposal form shall not be detached from the bid package. Failure to comply with this requirement will constitute grounds for rejection of the bid subject to the digression of the Highway Superintendent. Any and all exceptions to the specifications shall be listed on a separate sheet beating the designation: 'Exceptions to the Specifications", .and attached to the Bid Form. Each proposal must be signed in writing with the full name and address of bidder. The bidders shall write in ink, both in words & numerals, the pdce for which he proposed: to furnish all materials, plant, equipment, tools, shodng or bracing, or other facilities, & to perform ail labor and services necessary for the proper completion of the work in stdct accordance with the plans and specifications, and subject at all times to the approval of the Highway Superintendent. Proposals, together with the entire bid package, shall be delivered enclosed in an opaque sealed envelope and shall be addressed as indicated on Invitation to Bid. The envelope shall be marked "Proposal" beadng the title of work and the Bidders Name. Bidders may bid on one or any combination of items listed on the proposal sheet. No proposal shall be considered which has not been received by the Southold Town Clerk prior to the hour and date stated. B. PROPOSAL GUARANTY A proposal will not be accepted or considered unless accompanied by a guaranty in the form of a bid bond or certified check in the amount of five hundred ($ 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 cedJfied checks accompanying such proposals as, in his judgement, would not likely be involved in making the award. All other proposal quantifies 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 inor 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 fight to make awards by items, or as a whole, or not at all, whichever the Superintendent deems to be in the best interest of the Town. A contract may be awarded to a responsible bidder other than the lowest money bidder, if it is in the best interest of the Town. No bid may be withdrawn after scheduled closing time for receipt of bids for a pedod of 45 days pending execution of a contract by successful bidder. The competency and responsibility of the bidder and his sub-contractors will be considered in making, the award. The Town reserves the dght to waive any technical error, to accept any bid, or to reject any or all bids. The contract form will be a "Standard form of Agreement between Owner and Contractor."(Unit Pdce per Square Yard of Oil & Stone Applied) The Town will either award the project or reject all proposals received within forty-five (45) days after formal opening of proposals. Acceptance of a proposal will be a written notice signed by the Town Clerk & no other act shall constitute the acceptance of a proposal. F. WITHDRAWALS OF PROPOSALS Any bidder upon his or her authorized representative's 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 retumed 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. 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 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 dudng the life of this Contract, Workmen's Compensation Insurance for all his employees employed at the site of the project, and in case of any of the work . being sublet, the Contractor shall require all subcontractors similarly to provide Workmen's Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. Public Liability and Property Damage Insurance: The Cont,'actor 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 arise from operations under this Contract, whether such operations be by himseff 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 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. Liabilit~and PrOl;~erty Damage Insurance: The above policies for Public Uab~ity and Properbj Damage Insurance must be so written to include Contractor's Protective Uability and Property Damage insurance to protect the Contractor against claims arising from the operations of a subco~[~uctor. The policies shall also name the Town of Southold es an additional insured. Owner's Protective Public Liability and Property Damage Insurance: The Contractor shall furnish to the Owner, with respect to the operations he or any of his subcontractors perform a regular Protective Public Liability Insurance Policy for, and in behalf of the Owner, providing for a limit of not less than One Million Dollars ($1,000,000.00) for all damages arising out of bodily injuries to, or death of, one person and subject to that limit for each person, a total limit of One Million Dollars ($1,000,000.00) for all damages arising out of bodily injuries to, or death of, two or more persons in any one accident; and regular Protective Property Damage Insurance providing for a limit of not less than One Million Dollars ($1,000,000.00) for damages arising out of injury to, or destruction of, property in any one accident and subject to that limit per accident, a total (or aggregate limit of Two Million Dollars ($ 2,000,000.00) for all damages arising out of injury to, or destruction of, property during the policy period. This insurance must fully cover the legal liability of the Owner. The coverage provided under his policy must not b.e 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 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 ~ Section 103-d General Municipal Law, effec~ve September 1, 1966, every bid or proposal hereafter made to a political subdivision of tile 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 cerlffication. 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 parbj thereto certifies as to its own organization, under penalt7 of perjury, that to the best of knowledge and belief:. (1) The prices in this bid have bean arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such pdcas with any other bidder or any competitor. (2) Unless othetwdse 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 disc53sed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor. (3) No attempt has been made or will be made by the bidder to induce any other person, partnership, or corporation to submit or not to submit a bid for the purpose of restri~ng competition. The person signing this bid or proposal cerlJfias that he has fully informed himself regarding the accuracy of the =~a[ements contained in this cort~cation, and under the statements contained in this certification, and under the penalties of perjury, affirms the tru~ 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 ~ a/~F~'Z-Z~x~ /~d40~ ~_T authorized to sign and submit the bid or pmpo.~l of this corporation for the following Project: Placement and Application - Bituminous Surface Treatment Oil & Recycled Stone - Town of Southold, New York 11,971 be and to include in such bid or proposal the cartil;ca[e as to nor~-collusion required by section one-hundred-thmc d (103-d) of the General Municipal Law as the act and deed of such corporation, and for any inaccuracies or mis- statements in such certificate this corporate bidder shall be liable.under the penalties of perjury. The foregoing is true and correct copy of the resolution adopted by corporation at a meelJng of the Board of Directors, held on the (SEAL OF THE CORPORATION) ~h. ~1, 8er. lO~.d, a. ~me~lded PROPOSAL FORM DATE: ~/~blqq NAME OF BIDDER: TO: SOUTHOLD TOWN BOARD TOWN HALL - 53095 MAIN ROAD SOUTHOLD, NEWYORK 11971 MEMBERS OF THE BOARD: NOTE: All items listed herein must be bid. Failure to bid any item will be grounds for disqualification. The undersigned as bidder, declares that the only persons, company, or parties interested in this proposal as principals are named below;, that this proposal is made without any connection, direCtly or indirectly with any other bidder for the same work; that it is in all respects fair and without collusion or fraud, and that no person acting for or employed by the aforemen~oned owner is or will pe interested directly or indirectly, in the performance of the contract, or the supplies relating fo it, or in any portion of the profit thereof;, that he has · carefully examined all project requirements, including bidding requirements, conti'ack 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 sat~-'fied 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 constnJck perform and complete the specified work; and that he will start the work as directed by the Town, he will accept, in full payment thereof as listed below. BID ON BITUMINOUS SURFACE TREATMENT IN ACCORDANCE WITH THE PROJECT REQUIREMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED "UNIT PRICE" OF: FURNISH AND PLACE WITHIN $OUTHOLD TOWN Bituminous Surface Treatme.~nt - Liquid A~phalt (~rede RC-250 & recycled Stone (written~n words) PeffSq. Yd. Schim Mix Asphalt,Concrete -T~/pe 5 (500 +/- Ton) (written in~S~. ~r~ TOn~/~'~ {wri~en in humped) Per Ton Fog Coat: R~,50 ki~.id ,~n~t (,SO~/- Oallons) (~'it~n in numb~r~) Per ~ll~n (1) And he further agrees that if this proposal shall be accepted by the Town and that if he shall refuse, fail or neglect to enter into a Contract pursuant to such proposal and to the requirements of the Town, shall have been deposited in the mail addressed to him at the address given in the proposal, that he shall be considered to have abandoned the contract. We the undersigned, further agree that this proposal shall be reviewed~by the Town to correct any deficiencies in the proposed scope of work and, if no correc~ons am necessary, f~rl~er agree that this proposal is a formal bid and shall remain in effect for a period of forty-five (45)..days, tl'/e Town will accept or reject this proposal or by mutual agreement may extend this fi~ ~/~ Signature of Bidder. / ~ ~ / / Telephone Number. ~'gy- 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 1999. The contractor shall supply all liquid asphalt and the Town of Southold will supply a~proximately 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 1999 calendar year. MATERIALS: Asphalt Road Matedal 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. 35 To 500 F Min. 60 To 600 F Min. 80 Residue from Distillation to 680 F % Volume by Difference, Min. 65 Tests on Residue Absolute Viscosity 140 F 600 - 2400 Ductility, 5 crn/min. @ 77 F, cm. min.. 100 % Sol. In CC~, Min. 99 Required Temperature Mixing 100 - 175 Spraying 80 - 250 Grade RC-250 0.2 250-500 Blue Stone shall be supplied I~y the Town of Southold and applied by the contractor free of all foreign debris. Weather Limitations: The matedal shall be spread only when: 2. 3. 4. The road surface and atmospheric temperatures are at least 45 degrees F and rising. The weather is not foggy or raining. There is no forecast of temperatures below 32 degrees F within 48 hours from the time of placement of the Asphalt Material. Construction limits shall be between May 1 & November 1. Eouipment. Delivery & Application: Ail asphalt & stone materials must be applied within the Town of Southold. The successful bidder will be required to deliver and apply such asphalt & stone materials to the job site in quantities as directed by the Superintendent of Highways. All bituminous material distribution vehicles shall have full circulation spray bars & be equipped with a wheel calibrated instrument that will indicate pump output in gallons per minute to verify accuracy of application. Aggregate spreader shall be capable of spreading matedal up to ten (10') feet in width on a single pass and shall be capable of providing variable widths. '~he spreader shall be self propelled and have dual operator stations. Pneumatic tired rollers shall be required for compacting the surface treatment. Schim Mix Asphalt Concrete {Type 5) shall be applied at the discretion of the Highway Superintendent. Applications at all pot holes, broken & uneven pavement surfaces and other required areas shall be as directed by the Town. All existing pavement surfaces where Schim Mix Asphalt Concrete work is required shall be fog sealed with RC 250 at 0.10 gallon per Square Yard prior to placement of pavement. All manholes, catch basins, curbs and other structures shall be protected against the application of bituminous material. After the area to be treated has been prepared to the satisfaction of the Highway Superintendent. an application of bituminous material (RC-250 Liquid Asphalt) shall be applied at the rate of three tenths (0.3) gallons per square yard and immediately covered with Recycled Stone at the approximate rate of 25 Ib's. Per square yard. The stone course shall be completely rolled twice with a self-propelled pneumatic roller. NON-COLLUSIVE BID CERTIFICATE The undersigned bidder certifies that this bid has been arrived at by the bidder in'dependently and has been submitted without collusion with any other vendor of materials, supplies or equipment of the type described in the invitation for bids, -and the contents of this bid have not been communicated by the bidder, nor, to its best knowledge and belief, by any of its employees or agents, to any person not an employee or agent of the bidder or its surety on any bond furnished herewith prior to the official opening of the bid. (if any) /z:2/F. ~_~ i D ~-~r)T' 1999 Bid on OIL $ RECYCLED STONE $5.00 per set, per item LEGAL NOTICE NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 03 of the General Municipal Law, that sealed bids are sought and requested -~or furnishing and placing within the Town of Southold, the following road treatments: 1. 2. 3. 5. 6. 7. 8. Oil and Sand Oil and Stone Liquid Asphalt. Sand Mix (Type 5 Shim) Type 6 Top Emulsions and Stone RC-250 Liquid Asphalt Oil S Recycled Stone. Type II Micro-surfacing Specifications may be obtained at the Offi(~e of the Town Clerk, Town of ~outhold, Town Hall, 53095 Main Road, Southold, New York 11971, upon )ayment of a fee of $5.00 per set per item, non-refundable fee. 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 the {31d, will be received by the Town Clerk of the Town of Southold at the i~outhold Town Hall, 53095 Main Road, Southold, New York, until 10:00 ~.M., Thursday, May 27, 1999, at they will be opened and read which time ,~loud in public. ;, The Town Board of the Town of Southold reserves the right to reject any i nd all bids and waive any and all informalities in any bid should it be ~eemed in the best interest of the Town of Southold to do so All bids must be signed and sealed in envelopes plainly marked with the ype of road treatment being bid and submitted to the Office of the Town on, IC erk. i The bid price shall not include any tax, federal, state, or local, from Nhich the Town of Southold is exempt. Dated: May 12, 1999. ELIZABETH A. NEVILLE SOUTHOLD TOWN CLERK PLEASE PUBLISH ON MAY 20, 1999, AND FORWARD ONE PUBLICATION TO ELIZABETH NEVILLE, TOWN CLERK, BOX 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 (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 12th day of May 1999 she affixed a notice of which the annexed printed notice is a true copy, in a proper and substantial manner, in a most public place in the Town of Southold, Suffolk County, New York, to wit: Town Clerk's Bulletin Board~ Southold Town Hall, 53095 Main Road, Southold, New York. "Notice to Bidders for 1999 on road surface treatments". Bid opening date 10:00 A.M., May 27, 1999. Southold Town Clerk Sworn to before me this l~th day of May , 1999:. NotarY/Public ' RAYMOND L. JACOBS Superin~ndent I-I~ghway 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 1999 INVITATION TO BID Z FOR THE PUItCHASE & APPLICATION OF ASPHALT ROAD MATEP~S BITUMINOUS SUP~ACE TRPATMENT RC-250 LIQUID ASPHALT "OIL & RE~CLED .STONE" TOWN or 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 pedod 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: lO:00 AM on the , 2?th day of , May 1999. All Specifications are provided herein. A fee of ten ($ s.00) dollars, cash or check, made payable to the Town of Southold will be required for one (1) copy of the Contract Documents. There are no refunds. This invitation to bid is not an offer and shall in no way bind the Town of Southold to award a contract for performance of the project. Should the Town of Southold decide to award a contract, it shall be awarded to the lowest responsible bidder. The Town of Southold reserves the right to waive any informalities, and to reject any or all bids, and to retain bids 'for 45 days from the date of receipt. The CONTRACTOR MAY NOT withdraw his bid during this period. Bid security in the form of a certified check or bid bond in the amount of five hundred ($500) dollars will be required of each bidder. Checks to be made payable to the order of the Town of Southold. BY ORDER OF THE SOUTHOLD TOWN BOARD By: Elizabeth A. Neville Southold Town Clerk INSTRUCTIONS TO BIDDERS A. PROPOSALS Proposals must be made in strict accordance with the "Proposal Form" provided. The Proposal form shall not be detached from the bid package. Failure to comply with this requirement will constitute grounds for rejection of the bid subject to the digression of the Highway Superintendent. Any and all exceptions to the specifications shall be listed on a separate sheet bearing the designation: "Exceptions to the Specifications", .and attached to the Bid Form. Each proposal must be signed in writing with the full name and address of bidder. The bidders shall write in ink, both in words & numerals, the pdce for which he propos, ed: to furnish all materials, plant, equipment, tools, shodng or bracing, or other facilities, & to perform all labor and services necessary for the proper completion of the work in strict accordance with the plans and specifications, and subject at all times to the approval of the Highway Superintendent. Proposals, together with the entire bid package, shall be delivered enclosed in an opaque sealed envelope and shall be addressed as indicated on Invitation to Bid. The envelope shall be marked "Proposal" beating the title of work and the Bidders Name. Bidders may bid on one or any combination of items listed on the proposal sheet. No proposal shall be considered which has not been received by the Southold Town Clerk pdor to the hour and date stated. B. PROPOSAL GUARANTY A proposal will not be accepted or considered unless accompanied by a guaranty in the. form of a bid bond or certified check in the amount of five hundred ($ 500) dollars payable to the Town of Southoid. As soon as the proposal pdces have been compared, the Owner shall return the bidder's bond or the certified checks accompanying such proposals as, in his judgement, would not likely be involved in making the award. All other proposal quantities will be held until the contract and contract bond have been executed after which they will be released or ' returned to the respective bidders whose proposals they accompanied. C. OMISSIONS AND DISCREPANCIES Bidders should carefully examine the specifications and fully inform themselves of all conditions and matters which can in any way affect the work or the cost thereof. Should a bidder find discrepancies in or omissions from the specifications, or other documents or should he be in doubt as to their meaning, he should at once notify the Highway Superintendent who may issue a written instruction to all bidders. D. PUBLIC OPENING OF PROPOSALS Proposals will be opened and read publicly at the time and place indicated in the Invitation for Bids. Bidders, authorized agents, and other interested parties are invited to be present. E. AWARD OF CONTRACT Award of contract will be made as soon as practical. The Superintendent of Highways reserves the dght to make awards by items, or as a whole, or not at all, whichever the Superintendent deems to be in the best interest of the Town. A contract may be awarded to a responsible bidder other than the lowest money bidder, if it is in the best interest of the Town. No bid may be withdrawn after scheduled closing time for receipt of bids for a pedod of 45 days pending execution of a contract by successful bidder. The competency and responsibility of the bidder and his sub-contractors will be considered in making the award. The Town reserves the right to waive any technical error, to accept any bid, or to reject any or all bids. The contract form will be a "Standard form of Agreement between Owner and Contractor.'(Unit Price per Square Yard of Oil & Stone Applied) The Town will either award the project or reject all proposals received within forty-five (45) days after formal opening of proposals. Acceptance of a proposal will be a w[i[[en 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. VV'ithout 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 dght 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 cam/out the obligations of the contract and to complete the work contemplated therein. Conditional bids will not be accepted. H. PLANT & EQUIPMENT The bidder shall state in his bid that be has available or under his control, plant and equipment of the character and in the amount required to complete the proposed work within the specific time. I. TIME FOR EXECUTION OF CONTRACT Any bidder whose proposal shall be accepted will be required to appear before the Town in person; or if a firm or corporation, a duly authorized representative shall so appear, and execute six (6) copies of the Contract and furnish satisfactory Performance and Payment Bond within ten (10) days after notice that the Contract has been awarded to him. Failure to execute Contract shall constitute a breach of the agreement effected by the acceptance of the Proposal. The damages to the Town for such breach will include loss from interference with his construction program and other items, the accurate amount of which it will be difficult or impossible to compute. The amount of the certified check or biddbr's bond accompanying the Proposal of such bidder shall be retained by the Town, not as a penalty, but as liquidated damages for such breach, in the event any bidder whose proposal shall be accepted shall fail or refuse to execute the Contract as herein before provided, the Town may, at there option, determine that such bidder has abandoned the Contract, and thereupon, his proposal and acceptance thereof shall be null and void, and the Town shall be entitled to liquidated damages as above provided. J. PREVAILING WAGE RATES The New York State Department of Labor's Prevailing Wage Rate Schedules are part of this Contract. The Contractor is responsible for being familiar with the latest available schedules. INSURANCE REQUIREMENTS: The Contractor shall not commence any work until he has obtained, and had approved by the Town of Southold, all of the insurance that is required under this contract which has been enumerated h. erein: COMPENSATION INSURANCE: Public Liability and Property Damage Indurance Contractor's Protective Liability and Property Damage Insurance Owner's Protective Public Liability and Property Damage Insurance The Contractor shall not permit any subcontractor to commence any operation of the site until satisfactory proof of carriage of the above required insurance has been posted with and approved by the Owner. Compensation Insurance: The Cpontractor shall take out and maintain during the life of this Contract, Workmen's Compensation Insurance for all his employees employed at the site of the project, and in case of any of the work being sublet, the Contractor shall require all subcontractors similarly to provide Workmen's Compensation Insurance for all of the latter's employees unless such employees are covered by the pro{ection afforded by the Contractor. Public Liability and Property Damage Insurance: The Contractor shall take out and maintain during the life of this Contract such Pu*blic Liability and Prope~ 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 wdtten 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 adsing out of injury to, or destruction of, property dudng 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 Centractor 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, effectNe 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 own organization, under penalt7 of perjury, that to the best of knowledge and belief.. (1) The prices in this bid have been arrived at independenby without collusion, consultation, communication, or agreement, for the purpose cf restricting competition, as to any matter relating to such pdces with any other bidder or any compe~tor. (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 himseff 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 behaff. 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 (Naltle of ~n) authorized to sign and submit the bid or proposal of this corporation for the following Project: Placement and Application - Bituminous Surface Treatment Oil & Recycled Stone - Town of Southold, New York 11971 be and to include in such bid or proposal the cert~,~'te 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 cer~ficate this corporate bidder shall be liable under the penalties of perjury. The foregoing is true and correct copy of the resolution adopted by corporation at a meeting of the Board of Directors, held on the dayof ,19 (SEAL OF THE CORPORATION) ~ of NIW York. 1~ Ch. 751. ~ 1 {~,.d, a~ amencled 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 ara named below; that this proposal is made w~out any connection, diraCtJy or indiractiy with any other bidder for the same work; that it is in all raspects fair and without collusion or fraud, and tha~ no person acing for or employed by the aforamentioned owner is or will be interasted diractiy or indiractly, in the performance of the contract, or the supplies relating to it, or in any por'don of the profit thereof;, that he has · carafully examined all project requiraments, including bidding requiraments, 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 safisfieq himself by personal examination of the proposed work, and by such other means as he may have chosen, as to t~e conditions and raquiraments 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 theraof 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 Traatment - Liquid Asphalt Grade RC-250 & racycted Stone (wdtten in words) Per Sq. Yd. (written in numbers) Per Sq. Yd. Schim Mix Asphalt Concrete -Type 5 (500 +/- Ton) (written in words) Per Ton (written in numbers) Per Ton Fog Coat: RC-250 Liquid Asphalt (50 +/- Gallons) (written in words) Per Gallon (written in numbers) Per Gallon (4) And he further agrees that if this proposal shall be accepted by the Town and that if he shail refuse, fail or neglect to enter into a Contract pursuant to such proposal and to the requirements of the Town, shall have been deposited in the mail addressed to him at the address given in the proposal, that he shall be considered to have abandoned the contract. We the undersigned, further agree that this proposal shall be reviewed by the Town to correct any deficiencies in the proposed scope of work and, if no corrections are necessary, further agree that this proposal is a formal bid and shall remain in effect for a pedod of forty-five (45) days, the Town will accept or reject this proposal or by mutual agreement may extend this time period. Signature of Bidder. Business Name & Address: Telephone Number. Date: (2) SPECIFICATIONS: BITUMINOUS SURFACE TREATMENT "OIL & RECYCLED STONE" Town of Southold A: DESCRIPTION: Bids are requested for the purchase and application of Bituminous Surface Treatment that consists of LIQUID ASPHALT (Grade RC-250) & RECYCLED 1/4" Blue STONE for the use in repair & maintenance of the Town Highways for the calendar year 1999. The contractor shall supply all liquid asphalt and the Town of Southold will supply ai~proximately 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 1999 calendar year. MATERIALS: Asphalt Road Matedal 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 CCL~, Min. Required Temperature Mixing Spraying Grade RC-250 0.2 - 250-500 35 60 8O 65 600-2400 100 99 100-175 80-250 Blue Stone shall be supplied I~y the Town of Southold and applied by the contractor free of all foreign debds. Weather Limitations: The material shall be spread only when: 2. 3. 4. The road surface and atmospheric temperatures are at least 45 degrees F and rising. The weather is not foggy or raining. There is no forecast of temperatures below 32 degrees F within 48 hours from the time of placement of the Asphalt Material. Construction limits shall be between May 1 & November 1. Eauioment. 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 Recycted 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'~lependently and has been submitted without collusion with any other vendor of materiais, 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) 1999 Bid on OIL $ RECYCLED STONE $5.00 per set. per item LEGAL NOTICE NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 03 of the General Municipal Law, that sealed bids are sought and requested -~or furnishing and placing within the Town of Southold, the following road treatments: 1. 2. 3. #. S. 6. 7. 8. Oil and Sand Oil and Stone Liquid Asphalt Sand Mix (Type 5 Shim) Type 6 Top Emulsions and Stone RC-250 Liquid Asphalt Oil S Recycled Stone. Type II Micro-surfacing Specifications may be obtained at the OffiCe of the Town Clerk, Town of 3outhold, Town Hall, 53095 Main Road, Southold, New York 11971, upon 3ayment of a fee of $5.00 per set per item, non-refundable fee. The sealed bids, together with a Non-Collusive Bid Certificate, and bank ~raft, certified check, or bid bond in the amount of 2% of the amount of the ~id, will be received by the Town Clerk of the Town of Southold at the ~outhold Town Hall, 53095 Main Road, Southold, New York, until 10:00 ~.M., Thursday, May 27, 1999, at which time they will be opened and read ~loud in public. The Town Board of the Town of Southold reserves the right to reject any ~nd all bids and waive any and all informalities in any bid should it be deemed in the best interest of the Town of Southold to do so All bids must be signed and sealed in envelopes plainly marked with the ~ype of road treatment being bid on, and submitted to the Office of the Town 3.1erk. The bid price shall not include any tax, federal, state, or local, from which the Town of Southold is exempt. )ated: May 12, 1999. ELIZABETH A. NEVILLE SOUTHOLD TOWN CLERK PLEASE PUBLISH ON MAY 20, 1999, AND FORWARD ONE PUBLICATION TO ELIZABETH NEVILLE, TOWN CLERK, BOX 1179, SOUTHOLD, NY 11971 Copies to the following: The Traveler Watchman Town Board Members Town Attorney Superintendent of Highways Jacobs Dodge Reports Brown's Letters Burrellel$ Information Services Construction Data Construction Town Clerk's Bulletin Board (1) AFFIDAVIT OF TOWN HALL, PO STATE OF NEW YORK) SS: COUNTY OF SUFFOLK) ELIZABETH A. NEVILLE, To~n Clerk of the Town of Southold, New York being duly sworn, says that on the 12th day of May 1999 she affixed a notice of which the annexed printed notice is a true copy, in. a proper and substantial manner, in a most public place in the Town of Southold, Suffolk County, New York, to wit: Town Clerk"s Bulletin Board~ Southold Town Hall, 53095 Main Road, Southold, New York. "Notice to Bidders for 1999 on road surface treatments". Bid opening date 10:00 A.M., May 27, 1999. Southold Town Clerk Sworn to before me this lTth day of May , 1999... NotarY/Public · No 4:~225630 Suffolk C~~r ~ Term ~ire~ December 31, I~. ELIZABETH A. NEVILLE TOWN CLERK REGISTHAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFOthMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (516) 765-6145 Telephone (516) 765-1800 OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD BID ON ITEM NO. 7 HIGHWAY - RC-250 LIQUID ASPHALT OIL & RECYCLED STONE BID OPENING: 10:00 A.M., THURSDAY, MAY 27, 1999 One (1) Bid was received: 1. Corazzlni Asphalt, Inc., Box 1281, Cutchogue, NY 11935 Furnish ~, Place within Southold Town Bituminous Surface Treatment Schim Mix Asphalt Fog Coat $.75 per square yard $50.00 per ton $1.00 per gallon RAYMOND L. JACOBS Superintendent Highway Department Town of Southold Peconic Lane P.O.Box 178 Peconic, New York 11958 Tel. (516) 765-3140 (516) 734-5211 Fmc (516) 765-1750 1999 INVITATION TO BID FOR THE PURCHASE & APPLICATION OF ASPHALT ROAD MATE~S BffUMINOUS SUI~ICE ~ RC-250 LIOUH) ~PHALT "0IL & RECYCLED .STONE" TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK NOTE: THE TOWN OF SOUTHOLD WILL SUPPLY 2,000 CUBIC YARDS (More or Less) - OF RECYCLED 1/4" BLUE STONE MATERIAL. INVITATION TO BID NOTICE IS HEREBY GIVEN that sealed bids are sought and requested from qualified asphalt contractors to perform within the Town of Southold as may be required for a period of one (1) year, the following: FURNISH & PLACE "BITUMINOUS SURFACE TREATMENT" ROAD MATERIALS CONSISTING OF OIL (RC250) LIQUID ASPHALT AND RECYCLED STONE (as Supplied by Southold Town) WITHIN THE TOWN OF SOUTHOLD, Suffolk County, New York. , The Town Board of the Town of Southold will receive bids for furnishing all of the labor, materials and equipment as specified for the placement of bituminous surface treatment road materials within the Town of Southold as may be required for a period of one year from the commencement of the contract. All work shall be in accordance with the Specifications herein as well as the Standard New York State Dept. of Transportation Specifications for Bituminous Materials. Bids will be received at the office of the Southold Town Clerk, Southold Town Hall, 53095 Main Road, Southold, New York 11971, until: 10:00 AM on the , .27th day of , May 1999. All Specifications are provided herein. A fee of ten ($ 5.00) dollars, cash or check, made payable to the Town of Southoid will be required for one (1) copy of the Contract Documents. There are no refunds. This invitation to bid is not an offer and shall in no way bind the Town of Southold to award a contract for performance of the project. Should the Town of Southold decide to award a contract, it shall be awarded to the lowest responsible bidder. The Town of Southold reserves the right to waive any informalities, and to reject any or all bids, and to retain bids 'for 45 days from the date of receipt. The CONTRACTOR MAY NOT withdraw his bid during this pedod. Bid security in the form of a certified check or bid bond in the amount of five hundred ($500) dollars will be required of each bidder. Checks to be made payable to the order of the Town of Southold. Dated: ~¥ 11, l~ClCj BY ORDER OF THE SOUTHOLD TOWN BOARD By: Elizabeth A. Neville SouthoId Town Clerk INSTRUCTIONS TO BIDDERS A. PROPOSALS Proposals must be made in strict accordance with the "Proposal Form" provided. The Proposal form shall not be detached from the bid package. Failure to comply with this requirement will constitute grounds for rejection of the bid subject to the digression of the Highway Superintendent. Any and all exceptions to the specifications shall be listed on a separate sheet beadng the designation: "Exceptions to the Specifications"..and attached to the Bid Form. Each proposal must be signed in writing with the full name and address of bidder. The bidders shall write in ink, both in words & numerals, the pdce for which he proposed: to furnish all materials, plant, equipment, tools, shodng or bracing, or other facilities, & to perform all labor and services necessary for the proper completion of the work in stdct accordance with the plans and specifications, and subject at all times to the approval of the Highway Superintendent. Proposals, together with the entire bid package, shall be delivered enclosed in an opaque sealed envelope and shall be addressed as indicated on Invitation to Bid. The envelope shall be marked "Proposal" bearing the title of work and the Bidders Name. Bidders may bid on one or any combination of items listed on the proposal sheet. No proposal shall be considered which has not been received by the Southold Town Clerk prior to the hour and date stated. B. PROPOSAL GUARANTY A proposal will not be accepted or considered unless accompanied by a guaranty in the form of a bid bond or certified check in the amount of five hundred ($ 500) dollars payable to the Town of Southoid. As soon as the proposal pdces have been compared, the Owner shall return the bidder's bond or the certified checks accompanying such proposals as, in his judgement, would not likely be involved in making the award. All other proposal quantities will be held until the contract and contract bond have been executed after which they will be released or · returned to the respective bidders whose proposals they accompanied. C. OMISSIONS AND DISCREPANCIES Bidders should carefully examine the specifications and fully inform themselves of all conditions and matters which can in any way affect the work or the cost thereof. Should a bidder find discrepancies in or omissions from the specifications, or other documents or should he be in doubt as to their meaning, he should at once notify the Highway Superintendent who may issue a written instruction to all bidders. D. PUBLIC OPENING OF PROPOSALS Proposals will be opened and read publicly at the time and place indicated in the Invitation for Bids. Bidders, authorized agents, and other interested parties are invited to be present. E. AWARD OF CONTRACT Award of contract will be made as soon as practical. The Superintendent of Highways reserves the right to make awards by items, or as a whole, or not at all, whichever the Superintendent deems to be in the best interest of the Town. A contract may be awarded to a responsible bidder other than the lowest money bidder, if it is in the best interest of the Town. No bid may be withdrawn after scheduled closing time for receipt of bids for a pedod of 45 days pending execution of a contract by successful bidder. The competency and responsibility of the bidder and his sub-contractors will be considered in making, the award. The Town reserves the fight to waive any technical error, to accept any bid, or to reject any or all bids. The contract form will be a "Standard form of Agreement between Owner and Contractor."(Unit Price per Square Yard of Oil & Stone Applied) The Town will either award the project or reject all proposals received within forty-five (45) days after formal opening of proposals. Acceptance of a proposal will be a written notice signed by the Town Clerk & no other act shall constitute the acceptance of a proposal. F. WITHDRAWALS OF PROPOSALS Any bidder upon his or her authorized representative's written request presented not later than the hour set for the opening thereof, will be given permission to 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 fight to waive any technical error and to reject any and/or all proposals. VV'~out 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 cf 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 dudng the life of this Contract, Workmen's Compensation Insurance for ali 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 simitady to provide Workmen's Compensation Insurance for all of the latter's employees unless such employees are covered by the pro(ection afforded by the Contractor. Public Liability and Property Damage Insurance: The Contractor shall take out and maintain during the life of this Contract such PUblic Liability and Property Damage Insurance as shall protect him and any subcontractor performing work covered by this Contract from claims for damages for personal injury including accidental death as well as from claims for property damage which may arise from operations under this Contract, whether such operations be by himself or by any subcontractor, to by anyone directly or indirectly employed by either of them, and the. amounts of such insurance shall be as follows: Public Liability Insurance in an amount of not less than One Million Dollars ($1,000,000.00) for bodily injuries, including wrongful death to each person and subject to the same limit for each person in an amount not less that One Million Dollars. ($1,000,000.00) on account of each accident. Property Damage Insurance in an amount not less than One Million Dollars ($1,000,000.00) for damages on account of each accident and in an amount of not less than One Million Dollars ($1,000,000.00) for damages on account of all accidents. Liability and ProDerty 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 iniuries 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 ($1,000,000.00) for damages arising out of injury to, or destru~on of, property in any one accident and subject to that limit per accident, a total (or aggregate limit of Two Million Dollars ($ 2,000,000.00) for all damages arising out of injury to, or destruction of, property during the policy period. This insurance must fully cover the legal liability of the Owner. The coverage provided under his policy must not be affected if the Owner performs work in connection with the project either for or in cooperation with the Contractor or as an aid thereto whether the same be a part of the Contract or separate therefrom, by means of its own employees or agents or if the Owner directs or supervises the work to be performed by the Contractor. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the Owner with certificates of each insurer insuring the Contractor of any subcontractor under this Contract except with respect to part D. As listed above. In respect to this paragraph, the Contractor shall furnish the Owner with the odginal 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 ~ Section 103-d General Municipal Law, effective September 1, 1966, ever~ 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 certlfication~ Ac 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 t~ its own organization, under penalty of perjury, that to the best of knowledge and belief;. (1) The pdcas in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter retating to such pdcas 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 indirectiT, to any other bidder or to any competitor. (3) No attempt has been made or will be mace by the bidder to induce any other person, partnership, or corporation to submit or net 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 cert~sation, and under the statements contained in this certification, and under the penalties of perjury, affirms the ~ 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 cf this certificate by the signature of this bid or proposal on behalf of the corporate bidder. RESOLUTION' Resolved that (Name of Corporation) authored to sign and submit the bid or proposal of this corporation for the following Project Placement and Application - Bituminous Surface Treatment Oil & Recycled Stone - Town of Southold, New York 11971 and to include in such bid or proposal the certificate as to non-collusion required by section one-hundred-three-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 b'ue and correct copy of the resolution adopted by corporation at a meeting of the Board of Directors, held on the (SEAL OF THE CORPORATION) L.avm of New York, lg~ Ch. 751, S4r. 1O3-d, ~s In~nded ~Mcttv~ Sel~.mb~' 1. I~ 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 indirectJy with any other bidder for the same work; that it is in all respects fair and without collusion or fl'aud, and that no person acting for or employed by the aforementioned owner is or will be interested directly or indirectly, in the performance of the contract, or the supplies relating to it, or in any po~on of the profit thereof;, that he has carefully examined all project requirements, including bidding requirements, contrect, 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 Tow~, 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 ANO PLACE wr~HIa SOU'~OLD TOWN Bituminous Surface Treatme.,pt - Liquid A~phalt (~rade RC-250 & recycled Stone (written in words) Per'Sq. Yd. (written in numbers) Per Sq./Yd~.7 Schim Mix Asphalt. Concre~ -T~e 5 (500 +/- Ton) . (wdtten in words),~ d'l~er_T°nc~ (written in numbers) Per Ton Fog Coat: RC~5~ ~iq~id Aspnalt (50.~./- Gallons) (written in wo~s) (1) b th '~' f h shail And he further agrees that if this proposal shall be accepted y e Town and that i · refuse, fail or neglect to enter into a Contract pursuant to such proposal and to the requirements of the Town, shall have been deposited in the mail addressed to him at the address given in the proposal, that he shall be considered to have abandoned the contract. We the undersigned, further agree that this proposal shall be reviewed~by the Town to correct any deficiencies in the proposed scope of work and, if no corrections are necessa~J, f~r~er agree that t~is proposal is a formal bid and shall remain in effect for a period of forty-five (45)~days, tt'/e '~owl ~1 accept or reject this proposal or by mutual agreement may extend this ti~ Signature of Bidder. / Business Name & Address: rs, y, 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-280) & RECYCLED 1/4" Blue STONE for the use in repair & maintenance of the Town Highways for the calendar year 1999. 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 1999 calendar year. MATERIALS: Asphalt Road Matedal 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, Cenfistokes Distillation: % Total Distillate to 680 F, by Vol. To 437 F Min. To 500 F Min. To 600 F Min. Residue from Distillation to 680 F % Volume by Difference, Min. Tests on Residue Absolute Viscosity 140 F Ductility, 5 cm/min. @ 77 F, cm. min.. % Sol. In CCL~, Min. Required Temperature Mixing Spraying Grade RC-250 0.2 - 250-500 35 60 80 65 600-2400 100 99 100-175 80-250 Blue Stone shall be supplied ~y the Town of Southold and applied by the contractor free of all foreign 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 dsing. The weather is not foggy or raining. There is no forecast of temperatures below 32 degrees F within 48 hours from the time of placement of the Asphalt Material. Construction limits shall be between May 1 & November 1. Equipment. Delivery & Application: All asphalt & stone materials must be applied within the Town of Southold. The successful bidder will be required to deliver and apply such asphalt & stone materials to the job site in quantities as directed by the Superintendent of Highways. All bituminous material distribution vehicles shall have full circulation spray bars & be equipped with a wheel calibrated instrument that will indicate pump output in gallons per minute to verify accuracy of application. Aggregate spreader shall be capable of spreading matedal up to ten (10') feet in width on a single pass and shall be capable of providing variable widths. The spreader shall be self propelled and have dual operator stations. Pneumatic tired rollers shall be required for compacting the surface treatment. Schim Mix Asphalt Concrete (Type 5) shall be applied at the discretion of the Highway Superintendent. Applications at all pot holes, broken & uneven pavement surfaces and other required areas shall be as directed by the Town. All existing pavement surfaces where Schim Mix Asphalt Concrete work is required shall be fog sealed with RC 250 at 0.10 gallon per Square Yard prior to placement of pavement. All manholes, catch basins, curbs and other structures shall be protected against the application of bituminous material. After the area to be treated has been prepared to the satisfaction of the Highway Superintendent, an application of bituminous material (RC-250 Liquid Asphalt) shall be applied at the rate of three tenths (0.3) gallons per square yard and immediately covered with Recycled Stone at the approximate 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 Peen 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. (if any) 1:2/~..glD~r~- 1999 Bid on OIL & RECYCLED STONE RAYlVlOND L. JACOBS Superimendem Highway Department Town of Southold Peconic Lane P.O.Box 178 Peconic, New York 11958 Tel. (516) 765-3140 (516) 734-5211 Fay~ (516) 765-1750 1999 INW ON TO Bm Z FOR THE PURCHASE & APPLICATION OF A~PHALT ROAD MATER. S B]TUM~0US SURFACE TREATMENT B,C-250 LIQUID AfiPHALT "Oil, & RECYCLED .STONE" TOWN OF SOUTHOLD SUFFOLK COUNTY, NEW YORK NOTE: THE TOWN OF SOUTHOLD WILL SUPPLY 2,000 CUBIC YARDS (More or Less) - OF RECYCLED 1/4" BLUE STONE MATERIAL. INVITATION TO BID NOTICE IS HEREBY GIVEN that sealed bids are sought and requested from qualified asphalt contractors to perform within the Town of Southold as may be required for a period 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: 10:00 AM on the , 27th day of , May 199 9. All Specifications are provided herein. A fee often ($ s.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 ($500) dollars will be required of each bidder. Checks to be made payable to the order of the Town of Southold. Dated: M~¥ 11, lq99 BY ORDER OF THE SOUTHOLD TOWN BOARD By: Elizabeth ^. Neville Southold Town Clerk INSTRUCTIONS TO BIDDERS A. PROPOSALS Proposals must be made in strict accordance with the "Proposal Form" provided. The Proposal form shall not be detached from the bid package. Failure to comply with this requirement will constitute grounds for rejection of the bid subject to the digression of the Highway Superintendent. Any and all exceptions to the specifications shall be listed on a separate sheet bearing the designation: "Exceptions to the Specifications", .and attached to the Bid Form. Each proposal must be signed in writing with the full name and address of bidder. The bidders shall write in ink, both in words & numerals, the pdce for which he proposed: to furnish all materials, plant, equipment, tools, shoring or bracing, or other facilities, & to perform all labor and services necessary for the proper completion of the work in strict accordance with the plans and specifications, and subject at all times to the approval of the Highway Superintendent. Proposals, together with the entire bid package, shall be delivered enclosed in an opaque sealed envelope and shall be addressed as indicated on Invitation to Bid. The envelope shall be marked "Proposal" beadng the title of work and the Bidders Name. Bidders may bid on one or any combination of items listed on the proposal sheet. No proposal shall be considered which has not been received by the Southold Town Clerk prior to the hour and date stated. B. PROPOSAL GUARANTY A proposal will not be accepted or considered unless accompanied by a guaranty in the form of a bid bond or cerl~fied check in the amount of five hundred ($ 500) dollars payable to the Town of Southold. As soon as the proposal prices have been compared, the Owner shall return the bidder's bond or the certified checks accompanying such proposals as, in his judgement, would not likely be involved in making the award. All other proposal quantifies 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 dght to waive any technical error, to accept any bid, or to reject any or all bids. The contract form will be a "Standard form of Agreement between Owner and Contrector."(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 author[zed 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 fight to waive any technical error and to reject any and/or all proposals. Without limiting the generality of the foregoing, any proposal which in incomplete, obscure, or irregular may be rejected; any proposal accompanied by an insufficient or irregular certified check or bidder's bond bay be rejected, any proposal having interlineation, erasure or corrections may be rejected. The Town also reserves the dght 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. 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 d~cult or impossible to compute. The amount of the certified check or bidder's bond accompanying the Proposal of such bidder shall be retained by the Town, not as a penalty, but as liquidated damages for such breach. In the event any bidder whose proposal shall be · ' accepted shall fail or refuse to execute the Contract as herein before provided, the Town may, at there option, determine that such bidder has abandoned the Contract, and thereupon, his proposal and acceptance thereof shall be null and void, and the Town shall be entitled to liquidated damages as above provided. J. PREVAILING WAGE RATES The New York State Department of Labor's Prevailing Wage Rate Schedules are part of this Contract. The Contractor is responsible for being familiar with the latest available schedules. INSURANCE REQUIREMENTS: The Contractor shall not commence any work until he has obtained, and had approved by the Town of Southold, all of the insurance that is required under this contract which has been enumerated h. erein: COMPENSATION INSURANCE: Public Liability and Property Damage Indurance Contractor's Protective Liability and Property Damage Insurance Owner's Protective Public Liability and Property Damage Insurance The Contractor shall not permit any subcontractor to commence any operation of the site until satisfactory proof of carriage of the above required insurance has been posted with and approved by the Owner. Compensation Insurance: The Cpontractor shall take out and maintain during the life of this Contract, Workmen's Compensation Insurance for all his employees employed at the site of the project, and in case of any of the work being sublet, the Contractor shall require all subcontractors similarly to provide Workmen's Compensation Insurance for all of the latter's employees unless such employees are covered by the pro{ection afforded by the Contractor. Public Liability and Property Damage Insurance: The Contractor shall take out and maintain during the life of this Contract such Pdblic 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 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+hold 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 ($1,000,000.00) for damages arising out of injury to, or destruction of, property in any one accident and subject to that limit per accident, a total (or aggregate limit of Two Million Dollars ($ 2,000,000.00) for all damages adsing out of injury to, or destruction of, property dudng the policy period. This insurance must fully cover the legal liability of the Owner. The coverage provided under his policy must not be affected if the Owner performs work in connection with the project either for or in cooperation with the Contractor or as an aid thereto whether the same be a part of the Contract or separate therefrom, by means of its own employees or agents or if the Owner directs or supervises the work to be performed by the Contractor. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall 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 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. Ac By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief:. (1) The pdces in this bid have bean arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or any competitor. (2) Unless otherwise required by law, the pdces which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder pdor to opening, directly or indirectly, to any other bidder or to any competitor. (3) No attempt has been made or will be made by the bidder to induce any other person, partnership, or corporation to submit or not to submit a bid for the purpose of resthcting 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 behaff of the corporate bidder. RESOLUTION' Resolved that (Name of Corl3omtion) authorized to sign and submit the bid or proposal of this corporation for the following Project: Placement and Application - Bituminous Surface Treatment Oil & Recycled Stone - Town of Southold, New York 11971 be and to include in such bid or proposal the certificate as to non-collusion required by section one-hundred-three-d (103-d) of the General Municipal Law es the act and deed of such corporation, and for any inaccuracies or mis- statements in such certificate this corporate bidder shall be liable under the penalties of perjury. The foregoing is true and correct copy of the resolution adopted by corporation at a meeting of the Board of Directors, held on the day of ,19 (SEAL OF THE CORPORATION) Laws of New York. 1SS5 Ch. 75t, ~ 103-cl, as amenclefl effecth~ SeDtember 1, 1~6S PROPOSAL FORM DATE: NAME OF BIDDER: TO: SOUTHOLD TOWN BOARD TOWN HALL - 53095 MAIN ROAD SOUTHOLD, NEVV YORK 11971 MEMBERS OF THE BOARD: NOTE: All items listed herein must be bid. Failure to bid any item will be grounds for disqualification. The undersigned as bidder, declares that the only persons, company, or parties interested in this proposal as principals are named below; that this proposal is made without any connection, direCtly or indirectly with any other bidder for the same work; that it is in all respects fair and without collusion or fraud, and that no person ac'ting for or employed by the aforementioned owner is or will be interested directly or indirectly, in the performance of the contract, or the supplies relating to it, or in any portion of the profit thereof;, that he has carefully examined all project requirements, including bidding requirements, contract, general and special conditions, specifications, and addenda, if any (Note: acknowledgment of addenda and their dates must be included as indicated on bottom page); that he has satisfied himself by personal examination of the proposed work, and by such other means as he may have chosen, as to the conditions and requirements of the work; and he proposed and agrees that if his proposal be accepted he will contract to furnish all matedats not provided by the Town (See Specifications) and to perform all the work required to construct, perform and comptete 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 WFi'HIN SOUI'HOLD TOWN Bituminous Surface Treatment - Liquid Asphalt Grade RC-250 & re. cycled Stone (wdtten in words) Per Sq. Yd. (written in numbers) Per Sq. Yd. Schim Mix Asphalt Concrete -Type 5 (500 +/- Ton) (written in words) Per Ton (wdtten in numbers) Per Ton Fog Coat: RC-250 Liquid Asphalt (50 +/- Gallons) (written in words) Per Gallon (written in numbers) Per Gallon (~) And he further agrees that if this proposal shall be accepted by the Town and that if he shall refuse, fail or neglect to enter into a Contract pursuant to such proposal and to the requirements of the Town, shall have been deposited in the mail addressed to him at the address given in the proposal, that he shall be considered to have abandoned the contract We the undersigned, further agree that this proposal shall be reviewed by the Town to correct any deficiencies in the proposed scope of work and, if no corrections are necessary, further agree that this proposat is a formal bid and shall remain in effect for a pedod of forty-five (45) days, the Town will accept or reject this proposal or by mutual agreement may extend this time pedod. Signature of Bidder; Business Name & Address: Telephone Number; Date: (2) SPECIFICATIONS: BITUMINOUS SURFACE TREATMENT "OIL & RECYCLED STONE" Town of Southold A: DESCRIPTION: Bids are requested for the purchase and application of Bituminous Surface Treatment that consists of LIQUID ASPHALT (Grade RC-250) & RECYCLED 1/4" Blue STONE for the use in repair & maintenance of the Town Highways for the calendar year 1999. The contractor shall supply all liquid asphalt and the Town of Southold will supply a~proximately 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 1999 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 Viscos~y @ 140 F, Centistokes Distillation: % Total Distillate to 680 F, by Vol. To 437 F Min. To 500 F Min. To 600 F Min. Residue from Distillation to 680 F % Volume by Difference, Min. Tests on Residue Absolute Viscosity 140 F Ductility, 5 cm/min. @ 77 F, cm. min.. % Sol. In CCL~, Min. Required Temperature Mixing Spraying Grade RC-250 0.2 - 250-500 35 60 80 65 600-2400 100 99 100-175 80-250 Blue Stone shall be supplied 5y the Town of Southold and applied by the contractor free of all foreign debds. Weather Limitations: The material shall be spread only when: 2. 3. 4. The road surface and atmospheric temperatures are at least 45 degrees F. and dsing. The weather is not foggy or raining. There is no forecast of temperatures below 32 degrees F within 48 hours from the time of placement of the Asphalt Material. Construction limits shall be between May 1 & November 1. Eauipment. Delivery & Application: All asphalt & stone materials must be applied within the Town of Southold. The successful bidder will be required to deliver and apply such asphalt & stone materials to the job site in quantities as directed by the Superintendent of Highways. All bituminous material distribution vehicles shall have full circulation spray bars & be equipped with a wheel calibrated instrument that will indicate pump output in gallons per minute to verify accuracy of application. Aggregate spreader shall be capable of spreading matedal up to ten (10') feet in width on a single pass and shall be capable of providing 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 pdor to placement of pavement. All manholes, catch basins, curbs and other structures shall be protected against the application of bituminous material. After the area to be treated has been prepared to the satisfaction of the Highway Superintendent, an application of bituminous matedal (RC-250 Liquid Asphalt) shall be applied at the rate of three tenths (0.3) gallons per square yard and immediately covered with Recycled Stone at the approximate rate of 25 Ib's. Per square yard. The stone course shall be completely rolled twice with a self-propelled pneumatic roller. NON-COLLUSIVE BID CERTIFICATE The undersigned bidder certifies that this bid has been arrived at by the bidder in'dependently and has been submitted without collusion with any other vendor of materials, supplies or equipment of the type described in the invitation for bids, 'and the contents of this bid have not been communicated by the bidder, nor, to its best knowledge and belief, by any of its employees or agents, to any person not an employee or agent of the bidder or its surety on any bond furnished herewith prior to the official opening of the bid. (Signed) ( Corporate Title) (if any) 1999 Bid on OIL S RECYCLED STONE LEGAL NOTICE NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 03 of the Ceneral Municipal Law, that sealed bids are sought and requested 'or furnishing and placing within the Town of Southold, the following road xreatments: 1. 2. 3. 5. 6. 7. 8. Oil and Sand Oil and Stone Liquid Asphalt. Sand Mix (Type 5 Shim) Type 6 Top Emulsions and Stone RC-250 Liquid Asphalt O11 & Recycled Stone. Type II Micro-surfacing Specifications may be obtained at the Office of the Town Clerk, Town of ~outhold, Town Hall, 53095 Main Road, Southold, New York 11971, upon )ayment of a fee of $5.00 per set per item, non-refundable fee. The sealed bids, together with a Non-Collqsive Bid Certificate, and bank ~raft, certified check, or bid bond in the amount of 2% of the amount of the )id, will be received by the Town Clerk of the Town of Southold at the 3outhold Town Hall, 53095 Main Road, Southold, New York, until 10:00 ~.M., Thursday, May 27, 1999, at which time they will be opened and read aloud in public. The Town Board of the Town of Southold reserves the right to reject any and all bids and waive any and all informalities in any bid should it be deemed in the best interest of the Town of Southold to do so All bids must be signed and sealed in envelopes plainly marked with the type of road treatment being bid on, and submitted to the Office of the Town Clerk. The bid price shall not include any tax, federal, state, or local, from which the Town of Southold is exempt. :)ated: May 12, 1999. ELIZABETH A. NEVILLE SOUTHOLD TOWN CLERK PLEASE PUBLISH ON MAY 20, 1999, AND FORWARD ONE PUBLICATION TO ELIZABETH NEVILLE, TOWN CLERK, BOX 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 (1) AFFIDAVIT OF TOWN HALL, PO STATE OF NE~ YORK) SS: COUNTY OF SUFFOLK) ELIZABETH A. NEVILLE, Town Clerk of the Town of Southold, New York being duly sworn, says that on the 12th day of May 1999 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 Boardr Southold Town Hall, 53095 Main Road, Southold, New York. "Notice to Bidders for 1999 on read surface treatments". Bid opening date 10:00 A.M., May 27, 1999. Southold Town Clerk Sworn to before me this ~2th day of May , 1999. Notar~ Public ' LI;~A J. COOP No. ~322~3. Suffotk C~u ' T~rm E>~ire~ ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER .j~,%x'v~ Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (516) 765-6145 Telephone (516) 765-1800 OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION WAS ADOPTED AT A REGULAR MEETING OF THE SOUTHOLD TOWN BOARD HELD ON MAY 11, 1999: 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 ~. 5and Mix (Type 5 Shim) 5. Type 6 Top 6. Emulsions and Stone 7. RC-250 Liquid Asphalt Oil ~, Recycled Stone 8. Type II Micro-surfacing Elizabeth A. Neville Southold Town Clerk May 11. 1999