Loading...
HomeMy WebLinkAboutRoad TR - Liquid Asphalt RC250PETER W. HARRIS Superintendent Highway Department Town of Southold 275 Peconic Lane · P.O. Box 178 Peconic, N.Y. 11958-0178 Tel. (631) 765~3140 (631) 734-5211 Fax (631) 765-1750 2004 INVITATION TO BID Z FOR THE PURCHASE & APPLICATION OF ASPHALT ROAD MATER. S BITUMINOUS SURFACE TREAT~NT RC-250 LIQUID A~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. 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 ail 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 pdor to the hour and date stated. B. PROPOSAL GUARANTY A proposal will not be accepted or considered unless accompanied by a guaranty in the form of a bid bond or certified check in the amount of five hundred ($ 500) dollars payable to the Town of Southold. As soon as the proposal pdces have been compared, the Owner shall return the bidder's bond or the certified checks accompanying such proposals as, in his judgement, would not likely be involved in making the award. All other proposal quantities will be held until the contract and contract bond have been executed after which they will be released or · returned to the respective bidders whose proposals they accompanied. C. OMISSIONS AND DISCREPANCIES Bidders should carefully examine the specifications and fully inform.themselves of all conditions and matters which can in any way affect the work or the cost thereof. Should a bidder find discrepancies in or omissions from the specifications, or other documents or should he be in doubt as to their meaning, he should at once notify the Highway Superintendent who may issue a written instruction to all bidders. D. PUBLIC OP, ENING Of PROPOSALS Proposals will be opened and read publicly at the time and place indicated in the Invitation for Bids. Bidders, authorized agents, and other interested parties are invited to be present. E. AWARD OF CONTRACT Award of contract will be made as soon as practical. The Superintendent of Highways reserves the dght to make awards by items, or as a whole, or not at all, whichever the Superintendent deems to be in the best interest of the Town. A contract may be awarded to a responsible bidder other than the lowest money bidder, if it is in the best interest of the Town. No bid may be withdrawn after scheduled closing time for receipt of bids for a pedod of 45 days pending execution of a contract by successful bidder. The competency and responsibility of the bidder and his sub-contractors will be considered in making, the award. The Town reserves the dght to waive any technical error, to accept any bid, or to reject any or all bids. The contract form will be a "Standard form of Agreement between Owner and Contractor."(Unit 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 dght to waive any technical error and to reject any and/or all proposals. W'C,,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 nquired to appear before the Town in person; or if a firm or corporation, a duly authorized npresentative shall so appear, and execute six (6) copies of the Contract and fumish 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 par~ of this Contract. The Contractor is responsible for being familiar with the latest available schedules. INSURANCE REQUIREMENTS: The Contractor shall not commence any work until he has obtained, and had approved by the Town of Southold, all of the insurance that is required under this contract which has been enumerated h. erein: COMPENSATION INSURANCE: Public Liability and Property Damage Indurance Contractor's Protective Liability and Property Damage Insurance Owner's Protective Public Liability and Property Damage Insurance The Contractor shall not permit any subcontractor to commence any operation of the site until satisfactory proof of carriage of the above required insurance has been posted with and approved by the Owner. Compensation Insurance: The Cpontractor shall take out and maintain during the life of this Contract, Workmen's Compensation Insurance for all his employees employed at the site of the project, and in case of any of the work being sublet, the Contractor shall require all subcontractors similarly to provide Workmen's Compensation Insurance for all of the latter's employees unless such employees are covered by the pro{ection afforded by the Contractor. Public Liability and Property Damage Insurance: The Contractor shall take out and maintain during the life of this Contract such Public Liability and Properbj 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. I-lability and Property Damage Insurance: The above policies for Public Liability and Property Damage Insurance must be so written to include Contractor's Protective Liability and Property Damage insurance to protect the Contractor against claims arising from the operations of a subcontractor. The policies shall also name the Town of Southold as an additional insured. Owner's Protective Public Liability and Property Damage Insurance: The Contractor shall furnish to the Owner, with respect to the operations he or any of his subcontractors perform a regular Protective Public Liability Insurance Policy for, and in behalf of the Owner, providing for a limit of not less than One Million Dollars ($1,000,000.00) for all damages arising out of bodily injuries to, or death of, one person and subject to that limit for each person, a total limit of One Million Dollars ($1,000,000.00) for all damages adsing out of bodily 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 be affected if the Owner performs work in connection with the project either for or in cooperation with the Contractor or as an aid thereto whether the same be a part of the Contract or separate therefrom, by means of its own employees or agents or if the Owner directs or supervises the work to be performed by the Contractor. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the Owner with certificates of each insurer insuring the Contractor of any subcontractor under this Contract except with respect to part D. As listed above. In respect to this paragraph, the Contractor shall furnish the Owner with the original insurance policy. Both certificates, as furnished, and the insurance polic,~, as required, shall bear the policy numbers, the expiration date of the policy and the limits of liability thereunder. Both the certificates and the policy shall be endorsed to provide the Owner with any notice of cancellation or non-renewal. STATEMENT OF NON-COLLUSION (To be completed by each Bidder) In accordance with Section 103-d General Municipal Law, effe~ve September 1, 1966, ever7 bid or proposal hereafter made to a political subdivision of the S~ate 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 subschbed to by the bidder and affirmed by such bidder as true under the penalties of per)ur,/; non-collusive bidding certification. By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief:. (1) The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such pdces with any other bidder or any competitor. (2) Unless otherwise required by law, the pdces which have been quoted in this bid have' not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor. (3) No attempt has been made or will be ma;:le 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 cer~fies that he has fully informed himself regarding the accuracy of the statements contained in this cerUfication, 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 cerafied copy of resolution authorizing the execution of this certificate by the signature of this bid or proposal on behalf of the corporate bidder. RESOLUTION' Resolved that (Name of Co~poration) authorized to sign and submit the bid or proposal of this corporation for the following Project: Placement and Application - Bituminous Surface Treatment Oil & Recycled Stone - Town of Southold, New York 11971 be and to include in such bid or proposal the certificate as to non-collusion required by section one*hundred-three-d (103-d) of the General Municipal Law as the act and deed of such corporation, and for any inaccuracies or mis- statements in such certificate this corporate bidder shall be liable under the penalties of perjurT. The foregoing is ti'ue and correct copy of the resolution adopted by corporation at a meeting of the Board of Directors, held on the day of (SEAL OF THE CORPORATION) laws ~f New York, 1~6S Ch, 751, Sec, lO~d, as amended effec'dve ~t~m~ 1, lgSS 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 wi~out any connection, direCtly or indirectly with any other bidder for the same work; that it is in all respects fair and without collusion or fraud, and that no person acting for or employed by the aforementioned owner is or will be interested directly or indirectly, in the performance of the contract, or the supplies relating to it, or in any portion of the profit thereof;, that he has carefully examined all project requirements, including bidding requirements, contract, general and special conditions, specifications, and addenda, if any (Note: acknowledgment of addenda and their dates must be included as indicated on bottom page); that he has satisfied himseff by personal examination of the proposed work, and by such other means as he may have chosen, as to the conditions and requirements of the work; and he proposed and agrees that if his proposal be accepted he will contract to furnish all materials not provided by the Tow~ (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 futl payment thereof as listed below: BID ON BITUMINOUS SURFACE TREATMENT IN ACCORDANCE WITH THE PROJECT REQUIREMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED "UNIT PRICE" OF: FURNISH AND PLACE WITHIN SOUTHOLD TOWN Bituminous Surface Treatment - Liquid Asphalt Grade RC-250 & ~cycled Stone (wdtten in words) Per Sq. Yd. (written in numbers) Per Sq, Yd. Schim Mix Asphalt Concrete -Type 5 (500 +/- Ton) (written in words) Per Ton (written in numbers) Per Ton Fog Coat: RC-250 Liquid Asphalt (50 +/- Gallons) (written in words) Per Gallon (written in numbers) Per Gallon (4) And he further agrees that if this proposal shall be accepted by the Town and that if he shall refuse, fail or neglect to enter into a Contract pursuant to such proposal and to the requirements of the Town, shall have been deposited in the mail addressed to him at the address given in the proposal, that he shall be considered to have abandoned the contract. We the undersigned, further agree that this p. roposal shall be reviewed by the Town to correct any deficiencies in the proposed scope of work and,'if no corrections are necessary, further agree that this proposal is a formal bid and shall remain in effect for a pedod of forty-five (45) days, the Town will accept or reject this proposal or by mutual agreement may extend this time pedod. Signature of Bidder. Business Name & Address: Telephone Number. Date: (2) SPECIFICATIONS: BITUMINOUS SURFACE TREATMENT "OIL & RECYCLED STONE" Town of Southold A: DESCRIPTION; Bids are requested for the purchase and application of Bituminous Surface Treatment that consists of LIQUID ASPHALT (Grade RC-250) & RECYCLED 1/4" Blue STONE for the use in repair & maintenance of the Town Highways for the calendar year 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 Aspfialt (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 calendar year. MATERIALS: Asphalt Road Material shall be Grade RC-250 and shall meet the following Specifications: TEST Water, Max. (%) Flash Point, C.O.C. F, Min. Kinematic Viscosity @ 140 F, Centistokes Distillation: % Total Distillate to 680 F, by Vol. To 437 F Min. To 500 F Min. To 600 F Min. Residue from Distillation to 680 F % Volume by Difference, Min. Tests on Residue Absolute Viscosity 140 F Ductility, 5 crn/min. @ 77 F, cm. min.. % Sol. In CCh, Min. Required Temperature Mixing Spraying Grade RC-250 0.2 250-500 35 60 80 65 6O0-2400 100 99 100 - 175 80 - 250 Blue Stone shall be supplied by the Town of Southold and applied by the contractor free of all foreign debris. Weather Lim.it~tions: 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 Southotd. 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 vedfy accuracy of application. Aggregate spreader shall be capable of spreading material up to ten (10') feet in width on a single pass and shall be capable of providing 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 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 independently and has been submitted without collusion with any other vendor of materials, supplies or equipment of the type described in the invitation for bids, and the contents of this bid have not been communicated by the bidder, nor, to its best knowledge and belief, by any of its employees or agents, to any person not an employee or agent of the bidder or its surety on any bond furnished herewith prior to the official opening of the bid. Signed: Print name Corporate Title (if any) Company Name Mailing Address Phone Number BID ON ROAD TREATMENT Item # 7 - Oil & Recycled Stone ELIZABETH A, NE~LE 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 (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD May 19, 2004 CERTIFIED MAIL RETURN RECEIPT REOUESTED Richard Corazzini, Jr. Corazzin/Asphalt, Inc. PO Box 1281 Cutchogue, NY 11935 Dear Sir: Congratulations. The Southold Town Board, at its regular meeting of May 18, 2004, accepted the bid of Corazzini Asphalt, Inc. for furnishing and placing of Road Treatment #6 - RC-250 Liquid Asphalt Oil & Recycled Stone. A certified copy of the resolution is enclosed. Your current bid check will be returned to you at the end of the contract. Very truly yours, Southold Town Cl*rk Eric. i :T';( I I I 7003 3110 0001 8547 8789 ,' ELIZABETH A. NI~,VILLE TOVgN CLERK REGISTB. AR 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 (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 416 OF 2004 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON MAY 18, 2004: RESOLVED that the Town Board of the Town of Southold hereby accepts the Bid of Corazzini Asohalt, Inc. for furnishing and olacing Bituminous Surface Treatment RX-250 Lkluid Asohalt "Oil & Recycled Stone" within the Town of Southold, all in accordance with the bid specifications, and as follows: Bituminous Surface Treatment - Liquid Asphalt Grade RC-250 & recycled Stone: Schim Mix Asphalt Concrete - Type 5: Fog Coat: RC-250 Liquid Asphalt: Elizabeth A. Neville Southold Town Clerk $1.04 per sq. yd. $65.00 per ton $1.00 per gallon ELIZABETH A. NEVILLE TOWN CLERK REGISTP. AR OF VITA~ STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hail, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southaidtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD BID OPENING Road Treatment Item #6 - RC-250 Lkluid Asohalt Oil & Recycled Stone Bid Opening 5/13/04 10:00 A.M. Corazzini Asphalt, Inc PO Box 1281 Cutchogue, NY 11935 Bid Attached 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 wil! be grounds for disqualification. The undersigned as bidder, declares that the only persons, .company, or parties interested in this proposal as principals are named below; that this proposal is made without any connection, directly or indirectly with any other bidder for the same work; that it is in all respects fair and without collusion or fl'aud, and that no person acting for or employed by the aforementioned owner is or will be interested directly or indirectly, in the performance of the contract, or the supplies relating to it, or in any portion of the profit thereof;, that he has , carefully examined all project requirements, including bidding requirements, contract, general and special conditions, specifications, and addenda, if any (Note: acknowledgment of addenda and their dates must be included as indicated on bottom page); that he has satisfied himself by personal examination of the proposed work, and by such other means as he may have chosen, as to the conditions and requirements of the work; and he proposed and agrees that if his proposal be accepted he will contract to furnish all materials not provided by the Town (See Specifications) and to perform all the work required to consb'uct, perform and complete the specified work; and that he will start the work as directed by the Town, he will accept, in foil 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 Treatment - Liquid Asphalt Grade RC-250 & recycled Stone (wdtten in words) P,,~[ Sq. Yd. (written in numbers) Per Sq. Yd. Schim Mix Asphalt Co~crete -Type 5 (500 +/- Ton) (wdtten in wo~) Per Ton (written in numbers) ~er Ton Fog Coat: RC-250 Liquid As. phalt (50 +/- Gallons) (written in words) Per Gallon (wdtten in numbers) Per Gallon (1) LEGAL NOTICE NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 of the General Municipal Law, that sealed bids are sought and requested for furnishing and placing within the Town of Southold, the following road treatments: 1. Oiland Sand 2. Oil and Stone 3. Liquid Asphalt 4. Sand Mix (type 5 Shim) 5. Type 6 Top 6. RC-250 Liquid Asphalt Oil & Recycled Stone 7. Type II Micro-Surfacing 8. Nova Chip Ultra-thin Surfacing Course Specifications may be obtained at the Office of the Town Clerk, Town of Southold, Town Hall, 53095 Main Road, Southold, New York 11971, Monday through Friday, 8:00 am to 4:00 pm The sealed bids, together with a Non-Collusive Bid Certificate, and bank draft, certified check, or bid bond in the amount of $100.00, will be received by the Town Clerk of the Town of Southold at the Southold Town Hall, 53095 Main Road, Southold, New York, until 10:00 A.M., Thursday, May 13, 2004, 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 pla'rely 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 Sonthold is exempt. Dated: April 20, 2004 ELIZABETH A. NEVILLE SOUTHOLD TOWN CLERK PLEASE PUBLISH ON APRIL 29, 2004, AND FORWARD ONE (1) AFFIDAVIT OF PUBLICATION TO ELIZABETH NEVILLE, TOWN CLERK, TOWN HALL, PO BOX 1179, SOUTHOLD, NY 11971 Copies to the following: Suffolk Times Town Attorney John Cushman, Comptroller Brown's Letters Construction Data Town Board Members Superintendent of Highways Harris Dodge Reports Burrelle's Information Services Town Clerk's Bulletin Board PETER W. HARRIS Superintendent Highway Department Town of Southold 275 Peconic Lane · P.O. Box 178 Peconic, N.Y. 11958-0178 Tel. (631) 765-3140 (631) 734-5211 Fax (631) 765-1750 2004 INVITATION TO BID Z FOR THE PURCHASE & APPLICATION OF ASPHALT ROAD MATER. S BITUMINOUS SURFACE TR~EAT~NT RC-250 LIO~ ASPKALT "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. INSTRUCTIONS TO BIDDERS A. PROPOSALS Proposals must be made in strict accordance with the "Proposal Form" provided. The Proposal form shall not be detached fi.om 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" beefing the title of work and the Bidders Name. Bidders may bid on one or any combination of items listed on the proposal sheet. No proposal shall be considered which has not been received by the Southold Town Clerk prior to the hour and date stated. B. PROPOSAL GUARANTY A proposal will not be accepted or considered unless accompanied by a guaranty in the form of a bid bond or certified check in the amount of five hundred ($ 500) dollars payable to the Town of Southold. As soon as the proposal pdces have been compared, the Owner shall return the bidder's bond or the certified checks accompanying such proposals as, in his judgement, would not likely be involved in making the award. All other proposal quantities will be held until the contract and contract bond have been executed after which they will be released or returned to the respective bidders whose proposals they accor0panied. C. OMISSIONS AND DISCREPANCIES Bidders should carefully examine the specifications and fully inform .themselves of all conditions and matters which can in any way affect the work or the cost thereof. Should a bidder find discrepancies in or omissions from the specifications, or other documents or should he be in doubt as to their:meaning, he should at once notify the Highway Superintendent who may issue a written instruction to all bidders. D. PUBLIC OP, ENING 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 wdtten notice signed by the Town Clerk & no other act shall constitute the acceptance of a proposal. F. WITHDRAWALS OF PROPOSALS Any bidder upon his or her authorized representative's written request presented not later than the hour set for the opening thereof, will be given permission to withdraw his proposal. At the time of opening the proposals, when such proposals are reached, it will be returned to him unread. ~ G. REJECTION OF PROPOSALS The Town reserves the right to waive any technical error and to reject any and/or all proposals. VV'~out limiting the generality of the foregoing, any proposal which in incomplete, 'dbscure, 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 fight to reject any bid if the evidence submitted in the qualification statement or an investigation of of.such bidder fails to satisfy the Town that such bidder is propedy 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. h 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 PmposaL 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 cert~ied check or bidder's bond accompanying the Proposal of such bidder shall be retained by the Town, not as a penalty, but as liquidated damages for such breach. In the event any bidder whose proposal shall, be - · accepted shall fail or refuse to execute the Contract as herein before provided, the Town may, at there option, determine that such bidder has abandoned the Contract, and thereupon, his proposal and acceptance thereof shall be null and void, and the Town shall be entitled to liquidated damages as above provided. J. PREVAILING WAGE RATES The New York State Department of Labor's Prevailing Wage Rate Schedules are part of this Contract. The Contractor is responsible for being familiar with the latest available schedules. INSURANCE REQUIREMENTS: The Contractor shall not commence any work until he has obtained, and had approved by the Town of Southold, all of the insurance that is required under this contract which has been enumerated herein: COMPENSATION INSURANCE: Public Liability and Property Damage 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 Damaqe Insurance: The Contractor shall take out and maintain dudng the life of this Contract such Public Liability and Property Damage Insurance as shall protect him and any subcontractor performing work covered by this Contract from claims for damages four personal injury including accidental death as well as from claims for property damage which may arise from operations under this Contract, whether such operations be by himself or by any subcontractor, to by anyone directly or indirectly employed by either of them, and the amounts of such insurance shall be as follows: Public Liability Insurance in an amount of not less than One Million Dollars ($1,000,000.00) for bodily injuries, including wrongful death to each person and subject to the same limit for each person in an amount not less that One Million Dollars. ($1,000,000.00) on account of each accident. Property Damage Insurance in an amount not less than One Million Dollars ($1,000,000.00) for damages on account of each accident and in an amount of not less than One Million Dollars ($1,000,000.00) for damages on account of all accidents. Liability and Proper~ Damaqe Insurance: The above policies for Public Liability and Property Damage Insurance must be so written to include Contractor's Protective Liability pnd 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 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 adsing out of bodily injuries to, or death of, one person and subject to that limit for each person, a total limit of One Million Dollars ($1,000,000.00) for all damages adsing out of bodily injudes to, or death of, two or more persons in any one accident; and regular Protective · Property Damage Insurance providing for a limit of not less than One Million Dollars ($1,000,000.00) for damages arising out of injury to, or destruction of, property in any one accident and subject to that limit per accident, a total (or aggregate limit of Two Million Dollars ($ 2,000,000.00) for all damages 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 Contractor shall furnish the Owner with certificates of each insurer insuring the Contractor of any subcontractor under this Contract except with respect to part D. As listed above. In respect to this paragraph, the Contractor shall furnish the Owner with the original insurance policy. Both certificates, as furnished, and the insurance polic~, as required, shall bear the policy numbers, the expiration date of the policy and the limits of liability thereunder. Both the certificates and the policy shall be endorsed to provide the Owner with any notice of cancellation or non-renewal. STATEMENT OF NON-COLLUSION (To be completed by each Bidder) In accordance ~ Section 103-d General Municipal Law, effective September 1, 1966, every bid or proposal hereafter made to a political subdivision of the State of any public department, agency, or official thereof or to a fore district or any agency or official thereof for work or services performed or to be performed or goods sold or to be sold, shall contain the following statement subscribed to by the bidder and affirmed by such bidder as true under the penalties of perjury; non-collusive bidding certification, By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief;. (1) The pdces in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such pdces with any other bidder or any competitor. (2) Unless otherwise required by law, the pdces which have been quoted in this bid have' not been knowingly disclosed by the bidder and will not knowingly be disciosed 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 ma~e by the bidder to induce any other person, partnership, or corporation to submit or not to submit a bid for the purpose of restricting competition. The person signing this bid or proposal certifies that he has fully informed himself regarding the accuracy of the statements contained in this certification, and under the statements contained in this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being applicable to the bidder, as well as the person signing in its behalf. That attached hereto (if a corporate bidder) is a cerafied copy of resolution authorL~ng the execution of this certificate by the signature of this bid or proposal on behalf of the corporate bidder. Resolved that (. ~f/~/'~ ~"'~/~'~ ,/' (Name of Co;~orafion) 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 The i0mgoing is t~'ue and correct copy of the resolution adopted by corporation at a meeting of the Board of Directors, held on the 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 Municlpel Law as ~le 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. (SEAL OF THE CORPORATION) Laws of New YC4~, 1966 C~ 761, ~ effective September'1, 1966 PROPOSAL FORM ' DATE: 't'~,///6~'/ NAME OF BIDDER: TO: SOUTHOLD TOWN BOARD TOWN HALL - 53095 MAIN ROAD SOUTHOLD, NEW YORK 11971 MEMBERS OF THE BOARD: NOTE: All items listed herein must be bid. Failure to bid any item will be grounds for disqualification. The undersigned as bidder, declares that the only persons, company, or parties interested in this proposal as principals ara named below; that this proposal is made without any connection, diraCfly or indirectly with any other bidder for the same work; that it is in all raspects 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 indiractly, in the performance of the contract, or the supplies ralating to it, or in any portion of the profit thereof;, that he has carefully examined all project raquiraments, 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 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 cons~'uct 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 WFrHIN SOUTHOLD TOWN Bituminous Surface Treatment - Liquid Asphalt Grade RC-250 & recycled Stone (written in worcls) P_ej Sq. Yd. (wdtten in numbers) Per Sq. Yd. Schim Mix Asphalt Cor~crate -Type 5 (500 +/- Ton) (written in wor~) Per Ton -- (written in numbers) Per Ton Fog Coat: RC-250 Liquid ,a~. phalt (50 +/- Gallons) (written in words) Per Gallon 4' (written in numbers) Per Gallon (1) And he further agrees that if this proposal shall be accepted by the Town and that if he shall refuse, fail or neglect to enter into a Cont,'act 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 conb'act We the undersigned, further agree that this p, roposal shall be reviewed by the Town to correct any deficiencies in the proposed scope of work and,'if no con'ectJons are necessary, fur'~her 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 ' ' ' Signature of Bidden Business Name & Address: /*el Telephone Number: (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 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 Asptialt (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 calendar year. MATERIALS; Asphalt Road Matedal shall be Grade RC-260 and shall meet the following Specifications: TE~.T 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, cra. 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 I~y the Town of Southold and applied by the contractor free of all foreign debris. Weather Lirrl~tions: 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. Ail 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 vedfy accuracy of application. Aggregate spreader shall be capable of spreading material up to ten (10') feet in width on a single pass and shall be capable of providing variable widths. The spreader shall be self propelled and have dual operator stations. Pneumatic tired rollers shall be required for compacting the surface treatment. Schim Mix Asphalt Concrete (Type 5) shall be applied at the discretion of the Highway Superintendent. Applications at all pot holes, broken & uneven pavement surfaces and other required areas shall be as directed by the Town. All existing pavement surfaces where Schim Mix Asphalt Concrete work is required shall be fog sealed with RC 250 at 0.10 gallon per Square Yard 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 independently and has been submitted without collusion with any other vendor of materials, supplies or equipment of the type described in the invitation for bids, and the contents of this bid have not been communicated by the bidder, nor, to its best knowledge and belief, by any of its employees or agents, to any person not an employee or agent of the bidder or its surety on any bond furnished herewith prior to the official opening of the bid. Signed: Print name Corporate Title (if any) Company Name CIT~"Z-'~ C~ ~~ Mailing Address Phone Number BID ON ROAD TREATMENT Item # 7 - Oil & Recycled Stone · ,b ~OOOOD '1~ :PI5'150'~80:' #6039 STATE OF NEW YORK) )SS: COUNTY OF SUFFOLK) Joan Ann Weber of Mattituck, in said county, being duly sworn, says that he/she is Principal clerk of THE SUFFOLK TIMES, a weekly newspaper, published at Mattituck, in the Town of Southold, County of Suffolk and State of New York, and that the Notice of which the annexed is a printed copy, has been regularly published in said Newspaper once each week for 1 weeks successively, commencing on the 29th day of April ,2004. CHRISTINA VOLINSKI NOTARY PUBLIC-STATE OF NEW YORK NO. 01-VO6105050 Qualified In Suffolk County Commission Expires February 28, 2008 Sworn to before me this 2O04 Principal Clerk day of ~ aecor~ll//ice ~ith the provisiol~s of Section 103 of the Oefieral Municiml Lfi~. ¢~ ~ bi~ are ~U~hi and requested 'f~r' ~shln~ aha p ficin~e wi 'in ¥ '11 wu 9f/~outhold. the fo · .t~;~ ,.5 I.. qil.and S~d 2. Oj!and StOne 5.~6Top: :: 6. RC-250 Liqhid Asphalt Oil & . R~cffcl.~l¢ Sine '1 [;,~. 'i~ 6.-I1~1~',1 '6" ::. ~m¢'ff Southol¢l~ do ~62L'; ' ~ .L v .~ bi~ must 1Se s,gaed ~ ~111~ b d ,pti,ce shall, g9~ ~IX fed~ s~e o~'10cal fipm'wJiich ELIZABETH A. NEVH,LE 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 (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD TO: FROM: DATE: RE: FAX TRANSMITTAL CONSTRUCTION INFO - 800 962-0544 DODGE REPORTS 293-5456 BROWN'S LETTERS 244-9576 BURRELLE'S INFO - 800 524-3329 DATA CONSTRUCTION 888 232-9941 BETTY NEVILLE, Southold Town Clerk Tele. 631 765-1800; fax 765-6145 Aoril 29, 2004 "BIDS" ADVERTISEMENT/PUBLICATION Number of Pages (including cover): 2 If total transmittal is not received, please call 631 765-1800. COMMENTS: Road Treatments 2004 Please acknowledge receipt of this information by signing below and returning a faxed copy to me at 631 765-6145, attention: Betty Neville. Thank you. Received by Date LEGAL NOTICE NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 of the General Municipal Law, that sealed bids are sought and requested for furnishing and placing within the Town of South01d, the following road treatments: 1. Oiland Sand 2. Oil and Stone 3. Liquid Asphalt 4. Sand Mix (type 5 Shim) 5. Type 6 Top 6. RC-250 Liquid Asphalt Oil & Recycled Stone 7. Type II Micro-Surfacing 8. Nova Chip Ultra-thin Surfacing Course Specifications may be obtained at the Office of the Town Clerk, Town of Southold, Town Hall, 53095 Main Road, Southold, New York 11971, Monday through Friday, 8:00 am to 4:00 pm The sealed bids, together with a Non-Collusive Bid Certificate, and bank draft, certified check, or bid bond in the amount of $100.00, will be received by the Town Clerk of the Town of Southold at the Southold Town Hail, 53095 Main Road, Southold, New York, until 10:00 A.M., Thursday, May 13, 2004, 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. Dated: April 20, 2004 ELIZABETH A. NEVILLE SOUTHOLD TOWN CLERK PLEASE PUBLISH ON APRIL 29, 2004, AND FORWARD ONE (1) AFFIDAVIT OF PUBLICATION TO ELIZABETH NEVILLE, TOWN CLERK, TOWN HALL, PO BOX 1179, SOUTHOLD, NY 11971 Copies to the following: Suffolk Times Town Attorney John Cushman, Comptroller Brown's Letters Construction Data Town Board Members Superintendent of Highways Harris Dodge Reports Burrelle's Information Services Town Clerk's Bulletin Board 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 ~2_ day of ( j~ , 2004, 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, 53095 Main Road, Southold, New York. Road Treatment Bids 2004 Southold Town Clerk Sworn before me thi, p-\ , . (hg~ day of ~ ,~ , 2004. LYNDA M. BOHN I~IOTARY PUBLIC, State of New York No. 01BO6020932 Qualified in Suffolk County Term Expires March 8, 20 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 (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 341 OF 2004 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON APRIL 20, 2004: RESOLVED that the Town Board of thc Town of Southold hereby authorizes and directs Town Clerk Elizabeth Neville to advertise for bids for the following road surface treatments for the year 2004 for the Superintendent of Highways: 1. Oil and Sand 2. Oil and Stone 3. Liquid Asphalt 4. Sand Mix (type 5 Shim) 5. Type 6 Top 6. RC-250 Liquid Asphalt Oil & Recycled Stone 7. Type II Micro-Surfacing 8. Nova Chip Ultra-thin Surfacing Course Elizabeth A. Neville Southold Town Clerk