HomeMy WebLinkAboutRoad Treatment - Liquid Asphalt
.
.
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
May 23, 2006
CERTIFIED MAIL
RETURN RECEIPT REOUESTED
Richard Corazzini, Sr
Corazzini Asphalt, Inc
PO Box 1281
Cutchogue, NY 11935
Dear Mr. Corazzini:
Congratulations. The Southold Town Board, at its regular meeting of May 9, 2006,
accepted the bid ofCorazzini Asphalt for the furnishing and placing of "Liquid Asphalt", Road
Treatment #3. A certified copy of the resolution is enclosed. Also enclosed is your bid check for
last year. Your current bid check will be returned to you at the end of the contract.
r",
Ve?: truly yours, " I \
~Ul Gh,-~'f\'\ ~.~
J
Lynda M. Bohn
Deputy Town Clerk
Enc.
Town of Southold - Letter- BO! Meeting of May 9, 2006
RESOLUTION 2006-425 Item # 28
ADOPTED DOC ID: 1820
THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2006-425 WAS
ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON
MAY 9, 2006:
RESOLVED that the Town Board of the Town of South old hereby accepts the bid of
Corazzini Asphalt. Inc.. for furnishin!! and placin!! Liquid Asphalt Grades RC-250 & MC-
250 within the Town of Southold, all in accordance with the bid specifications and Town
Attorney, and as follows:
Furnish and Place Within
Town (Mainland)
$4.50 per gallon
Fishers Island
$6.50 per gallon
e&jllUfCJ.2;k' ;U..
Elizabeth A. Neville
Southold Town Clerk
RESULT: ADOPTED [UNANIMOUS]
MOVER: Albert Krupski Jr., Councilman
SECONDER:WilliamP. Edwards, Councilman
AYES: Krupski Jr., Edwards, Ross, Wickham, Evans, Russell
Generated May 11, 2006
Page 37
.
.
#7825
STATE OF NEW YORK)
) SS:
COUNTY OF SUFFOLK)
Jean Buraon 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 6th day of
April , 2006
cipal Clerk
Sworn to before me this
2006
G
day of
rLmJ
lWM~VolAcUv
CHRISTINA VOllNSKI
NOTARY PUBLIC-STATE OF NEW YORK
No. 01-V061 05050
Qualified In Suffolk County
(;omm,..lon Expires February 28. 2008
LEGAL NOTICE
NOTICE TO BIDDERS
I NonCE IS HEREBY GIVEN, in
accordance with the provisions of Sec.
I' tion'l03of1.be'Gei:l(~ral:'~unicipalLaw,.
i that Sealed bi~ are -sQught 8nd request-
I ,ed for fumishiQanc;l plaCing-Within the
, Town O(SOlithOld, the WilbWing road
treatments:
L 00 .... Sand
2. on ODd Stone
3. UquId Asp....,
4. S.... Mix (type 5 SlUm)
5.1)pe 6 Top
6. RC-:ZSO Lhjuld Aspbalt 00
& Rocyded Slone
7.1)pe n Miao-SorIadng
8.1)pe 6Aspbalt (IoWll pick op)
Specificatjons may be obtained at
, the Office of the TQWD ClCrk, Town of
Southold, Thwn Hall. 5309S Main Road,
Southold, New York 11971. Monday
throuch Friday, 8:00 a.1lL k> 4:00 p.m.
The sealed bi~ together with a Non-
Collusive Bid Certificate, and .baak.
draft. _rtHI-.d......... or bid......... hi the
BDlOIUlt of !Cl00.oo, will be received by
the Town Oerk of the Town (If Southold
at the Southoldlbwn HaU,PO Box 1179, I
I 53095 Main Road, Southold, New York,
I untillOlOO.......1h1llldliy,Apdl2O,2OO6,
I' 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 infor- i
malities in any bid should it be deemed I
in the,best interest of the Town of South- I
old to do so.
All bids must be signed and sealed in
envelopes plainly marked with the type ,
of road treatment being bid on, and sub- ,
mitted to the Office of the To. wn Oerk. I'
The bid price. shall not include any
tax, federal, state,' or local, from which I
the Town of Southold is exempt.
Dated: March 28, 2006
ELIZABETHA. NEVilLE
SOUIlfOWTOWN ClERK
. 7825-IT4/6 ____.P
One (1) bid was received:
Corazzini Asphalt,lnc.
POBox 1281
Cox Lane
Cutchogue NY I 1935
Furnish and Place Within
.
BID OPENING
#3 Liquid ASDhaIt
Town
$4.50 Gallon
.
Fishers Island
$6.50 Gallon
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. 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. Type 6 Asphalt (town pick up)
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, April 20, 2006, at which time they
will be opened and read aloud in public.
The Town Board of the Town of South old 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 South old 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: March 28, 2006
ELIZABETH A. NEVILLE
SOUTHOLD TOWN CLERK
PLEASE PUBLISH ON APRIL 6, 2006, AND FORWARD ONE (1) AFFIDAVIT OF
PUBLICATION TO ELIZABETH NEVILLE, TOWN CLERK, TOWN HALL, PO
BOX 1179, SOUTHOLD, NY 11971
Copies to the following:
Traveler Watchman
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
.
LIQUID ASPHALT
Grades RC-250 & MC-250
.
Item #3
Calendar Year 2006
ITEM NO.3
SPECIFICA TIONS
FOR THE PURCHASE & APPLICATION OF
ASPHALT ROAD MATERIALS
LIQUID ASPHALT
Grades RC-250 & MC-250
NOTE: THE TOWN OF SOUTHOLD
WILL ALSO REQUIRE +/- 30,000
SQUARE YARDS (more or less as may be
needed) OF PAVEMENT TO BE
APPLIED ON FISHERS ISLAND.
THE CONTRACTOR SHALL BE
REQURIED TO NOTIFY EACH
RESIDENT AT LEAST 24 HOURS
PRIOR TO ANY WORK ON TOWN
ROADS. RESIDENTS MUST BE RE-
NOTIFIED AFTER DELAYS DUE TO
INCLEMENT WEATHER OR JOB
OPERA nONS.
.
LIQUID ASPHALT
Grades RC-250 & MC-250
.
Item #3
Calendar Year 2006
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 price for which he proposed to
furnish all materials, plant, equipment, tools, shoring or bracing, or other facilities, & to
perform all labor and services necessary for the proper completion of the work in strict
accordance with the plans and specifications, and subj ect 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 one hundred ($ 100) 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 judgment, 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 accorOpanied.
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.
LIQUID ASPHALT ·
Grades RC-250 & MC-250
D. PUBLIC OPENING OF PROPOSALS
.
Item #3
Calendar Year 2006
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. AWARDOFCONTRACT
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, ifit is in the best interest of the Town. No bid maybe
withdrawn after scheduled closing time for receipt of bids for a period of 45 days pending
execution of a contract by successful bidder. The competency and responsibility of the bidder
and his sub-contractors will be considered in making, the award. The Town reserves the right to
waive any technical error, to accept any bid, or to reject any or all bids. The contract form will
be a Standard form of Agreement between Owner and Contractor.
The Town will either award the project or reject all proposals received within forty-five (45)
days after formal opening of proposals. Acceptance of a proposal will be a written notice signed
by the Town Clerk & no other act shall constitute the acceptance of a proposal.
F. WITHDRAWALS OF PROPOSALS
Any bidder upon his or her authorized representative's written request presented not later than
the hour set for the opening thereof, will be given permission to withdraw his proposal. At the
time of opening the proposals, when such proposals are reached, it will be returned to him
unread.
G. REJECTION OF PROPOSALS
The Town reserves the right to waive any technical error and to reject any and/or all proposals.
Without limiting the generality ofthe 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 interlineations, 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 such bidder fails to satisfy the
Town that such bidder is property 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.
LIQUID ASPHALT .
Grades RC-250 & MC-250
I TIME FOR EXECUTION OF CONTRACT
.
Item #3
Calendar Year 2006
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.
LIQUID ASPHALT .
Grades RC-250 & MC-250
.
Item #3
Calendar Year 2006
INSURANCE REOUIREMENTS
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 Insurance
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 Contractor shall take out and maintain during the life of this
Contract, Workmen's Compensation Insurance for all his employees employed at the site of the
project, and in case of any of the work being sublet, the Contractor shall require all
subcontractors similarly to provide Workmen's Compensation Insurance for all of the latter's
employees unless such employees are covered by the protection afforded by the Contractor.
Public Liability and Property Damal!:e 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 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 Liabilitv 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.
Propertv 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 Propertv Damal!:e 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 Damal!:e 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
.
LIQUID ASPHALT
Grades RC-250 & MC-250
.
Item #3
Calendar Year 2006
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 anyone accident; and regular Protective
Propertv Damage Insurance providing for a limit of not less than One Million Dollars
($1,000,000.00) for damages arising out of injury to, or destruction of, property in anyone
accident and subject to that limit per accident, a total (or aggregate limit of Two Million Dollars
($ 2,000,000.00) for all damages arising out of injury to, or destruction of, property during the
policy period. This insurance must fully cover the legal liability of the Owner. The coverage
provided under his policy must not be affected if the Owner performs work in connection with
the project either for or in cooperation with the Contractor or as an aid thereto whether the same
be a part of the Contract or separate therefrom, by means of its own employees or agents or if
the Owner directs or supervises the work to be performed by the Contractor.
PROOF OF CARRIAGE OF INSURANCE:
The Contractor shall furnish the Owner with certificates of each insurer insuring the Contractor
of any subcontractor under this Contract except with respect to part D. As listed above. In
respect to this paragraph, the Contractor shall furnish the Owner with the original insurance
policy.
Both certificates, as furnished, and the insurance policy, as required, shall bear the policy
numbers, the expiration date of the policy and the limits of liability there under. Both the
certificates and the policy shall be endorsed to provide the Owner with any notice of
cancellation or non-renewal.
.
LIQUID ASPHALT
Grades RC-250 & MC-250
1. DESCRIPTION
.
Item #3
Calendar Year 2006
Bids are requested for the purchase of75,000 gallons, more or less as may be needed, of
Asphalt Road Materials, (Grades RC-250 & MC-250) for the use in repair & maintenance of
the Town Highways for the calendar year 2005 The attention of the bidder is specifically called
to the fact that the quantity of 75,000 gallons as specified herein is an estimate only and may
not be the quantity of. asphalt material which will actually be required by the Town for the
calendar year.
2. MATERIALS
Asphalt Road Materials shall be Grade RC-250 & MC-250 and shall meet the following
Specifications:
TEST
Water, Max. (%)
Flash Point, C.O.C. F, Min.
Kenematic Viscosity @ 140 F,
Centistokes
Distillation: % Total Distillate to
680 F, by Vol.
To 437 F Min.
To 500 F Min.
To 600 F Min.
Grade RC-250
0.2
Grade MC-250
0.2
150
250 - 500
250 - 500
35
60
80
0-10
15 - 55
60 - 87
Residue from Distillation to 680 F
% Volume by Difference, Min.
65
67
Tests on Residue
Absolute Viscosity 140 F
Ductility,S cm/min.
@ 77 F, cm. min.
% Sol. In CCL4, Min.
600 - 2400
300 - 1200
100
99
100
99
Required Temperature
Mixing
Spraying
100-175
80-250
100-200
100-200
3. WEATHER LIMITATIONS
The material shall be spread only when:
1. The read surface and atmospheric temperatures are at least 45 degrees F and rising.
2. The weather is not foggy or raining.
3. There is no forecast of temperatures below 32 degrees F within 48 hours from the
time of placement of the Asphalt Material,
.
LIQUID ASPHALT
Grades RC-250 & MC-250
4. DELIVERY & APPLICATION
.
Item #3
Calendar Year 2006
All asphalt materials must be delivered to and applied within the Town of Southold. The
successful bidder will be required to deliver and apply such asphalt materials in quantities of
approximately 6,000 gallons within three (3) hours of notification by the Highway Department.
All distribution vehicles shall be equipped with a wheel calibrated instrument for accuracy of
application.
5. TRAFFIC MAINTENANCE
The contractor shall be responsible for providing maintenance and protection of vehicular and
pedestrian traffic associated with this work. Opening to traffic does not constitute acceptance of
the work. The contractor shall also be responsible for providing all signage and traffic control
during this work.
6. METHOD OF PAYMENT
The quantity to be paid for under this item shall be the number of gallons ordered by the Town
and delivered and applied by the Bidder in accordance with this specification.
END OF SPECIFICATION
.
LIQUID ASPHALT
Grades RC-250 & MC-250
.
Item #3
Calendar Year 2006
PROPOSAL FORM
DATE 1/J:1~
NAME OF BIDDER: y~aJh;' A-y) ~ ~e
TO:
SOUTHOLD TOWN BOARD
TOWN HALL
POBOX 1179
53095 MAIN ROAD
SOUTHOLD, NEW YORK 11971
NOTE: All items listed herein must
be bid. Failure to bid any
item will be grounds for
disqualification.
MEMBERS OF THE BOARD:
The undersigned as bidder, declares that the only persons, company, or parties interested in this
proposal as principals are named below; that this proposal is made without any connection,
directly or indirectly with any other bidder for the same work; that it is in all respects fair and
without collusion or fraud, and that no person acting for or employed by the aforementioned
owner is or will be interested directly or indirectly, in the performance of the contract, or the
supplies relating to it, or in any portion of the profit thereof; that he has carefully examined all
project requirements, including bidding requirements, contract, general and special conditions,
specifications, and addenda, if any (Note: acknowledgment of addenda and their dates must be
included as indicated on bottom page); that he has satisfied himself by personal examination of
the proposed work, and by such other means as he may have chosen, as to the conditions and
requirements of the work; and he proposed and agrees that if his proposal be accepted he will
contract to furnish all materials not provided by the Town (See Specifications) and to perform
all the work required to construct, perform and complete the specified work; and that he will
start the work as directed by the Town, he will accept, in full payment thereof as listed below:
BID ON ASPHALT ROAD MATERIALS, LIQUID ASPHALT- Grades RC 250 & MC 250,
IN ACCORDANCE WITH THE PROJECT REQUIREMENTS. THE ABOVE
REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED
CUMULATIVE "UNIT PRICE" OF:
SOUTHOLD TOWN:
';;'d r//h ()Yl) ~J/t k/r
(written in words) Per Gallon
q~so
(written in numbers) Per Gallon
FURNISH AND PLACE WITHIN
FISHERS ISLAND:
~k d#'~ dAtJ /)Jr M
(written in words) Per Gallon
&150
(written in numbers) Per Gallon
LIQUID ASPHALT
Grades RC-250 & MC-250
.
.
Item #3
Calendar Year 2006
And he further agrees that ifthis proposal shall be accepted by the Town and that ifhe shall
refuse, fail or neglect to enter into a Contract pursuant to such proposal and to the requirements
ofthe Town, shall have been deposited in the mail addressed to him at the address given in the
proposal, that he shall be considered to have abandoned the contract.
We the undersigned, further agree that this proposal shall be reviewed by the Town to correct
any deficiencies in the proposed scope of work and, if no corrections are necessary, further
agree that this proposal is a formal bid and shall remain in effect for a period of forty-five (45)
days, the Town will accept or reject this proposal or by utual agreement may extend this time
period.
Signature of Bidder:
Business Address:
Telephone Number:
~1/- lJL-!--S/Ptp
.t illqJb~
(
Date:
.
LIQUID ASPHALT
Grades RC-250 & MC-250
STATEMENT OF NON-COLLUSION
(To be completed by each Bidder)
.
Item #3
Calendar Year 2006
In accordance with Section 103-d General Municipal Law, effective September I, 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.
A. By submission of this bid, each bidder and each person signing on behalf of any bidder
certifies, and in the case of a joint bid, each party thereto certifies as to its own
organization, under penalty of perjury, that to the best of knowledge and belief:
(1) The prices in this bid have been arrived at independently without collusion,
consultation, communication, or agreement, for the purpose of restricting
competition, as to any matter relating to such prices with any other bidder or any
competitor.
(2) Unless otherwise required by law, the prices which have been quoted in this bid
have not been knowingly disclosed by the bidder and will not knowingly be
disclosed by the bidder prior to opening, directly or indirectly, to any other
bidder or to any competitor.
(3) No attempt has been made or will be made by the bidder to induce any other
person, partnership, or corporation to submit or not to submit a bid for the
purpose of restricting competition.
B. 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.
C. 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.
Resolved that
of the
Be authorized to sign and submit the bid
.
LIQUID ASPHALT
Grades RC-250 & MC-250
.
Item #3
Calendar Year 2006
Or proposal of this corporation for the following Project:
Item # 3
LIQUID ASPHALT Grades RC-250 & MC-250
Peconic Lane, Peconic, New York 11958
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 miss-statements in such certificate this corporate bidder shall be liable
under the penalties of peIjury.
The foregoing is true and correct copy of the resolution adopted by ~Jfh 7.10/
corpo ation at a meeting of the Board of Directors, held on the ;q,0
,20~
tl/-
ay
of
(SEAL OF THE CORPORATION)
Laws of New York, 1965
Ch. 751, Sec. 103-d, as amended &
effective on September 1, 1965.
.
."
~
o
.c
-
il
'"
....
o
c
'"
o
.....
L!J
"
o
..
r.
~o
O.
~ 0
1'0
it
c.,;
:!
en
..... '"
-.. a,
oq:......=:
:x, 00
o 0...1::.-"
cJ);::;~
qc>~.
_CO'"
~c::it..?
~o...:a
~ ~
C '-'
<.>
.
~
cr
-
a
a
a
a
a
.z
-
~.
.z
r.lI
.z
U"1
a
.z
-
M.I
a
':.:
/
.
=
U"1
cr
a
r.lI
cr
cr
a
~
LIQUID ASPHALT .
Grades RC-250 & MC-250
.
Item #3
Calendar Year 2006
ITEM NO.3
SPECIFICATIONS
FOR THE PURCHASE & APPLICATION OF
ASPHALT ROAD MATERIALS
LIQUID ASPHALT
Grades RC-250 & MC-250
NOTE: THE TOWN OF SOUTHOLD
WILL ALSO REQUIRE +/- 30,000
SQUARE YARDS (more or less as may be
needed) OF PAVEMENT TO BE
APPLIED ON FISHERS ISLAND.
THE CONTRACTOR SHALL BE
REQURIED TO NOTIFY EACH
RESIDENT AT LEAST 24 HOURS
PRIOR TO ANY WORK ON TOWN
ROADS. RESIDENTS MUST BE RE-
NOTIFIED AFTER DELAYS DUE TO
INCLEMENT WEATHER OR JOB
OPERATIONS.
LIQUID ASPHALT .
Grades RC-250 & MC-250
.
Item #3
Calendar Year 2006
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 ofthe Highway
Superintendent. Any and all exceptions to the specifications shall be listed on a separate sheet
bearing the designation: 'Exceptions to the Specifications", and attached to the Bid Form. Each
proposal must be signed in writing with the full name and address of bidder.
The bidders shall write in ink, both in words & numerals, the price for which he proposed to
furnish all materials, plant, equipment, tools, shoring or bracing, or other facilities, & to
perform all labor and services necessary for the proper completion of the work in strict
accordance with the plans and specifications, and subject at all times to the approval of the
Highway Superintendent.
Proposals, together with the entire bid package, shall be delivered enclosed in an opaque sealed
envelope and shall be addressed as indicated on Invitation to Bid. The envelope shall be marked
"Proposal" bearing the title of work and the Bidders Name. Bidders may bid on one or any
combination of items listed on the proposal sheet.
No proposal shall be considered which has not been received by the Southold Town Clerk prior
to the hour and date stated.
B. PROPOSAL GUARANTY
A proposal will not be accepted or considered unless accompanied by a guaranty in the form of
a bid bond or certified check in the amount of one hundred ($ 100) 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 judgment, 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 accorOpanied.
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.
LIQUID ASPHALT .
Grades RC-250 & MC-250
D. PUBLIC OPENING OF PROPOSALS
.
Item #3
Calendar Year 2006
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 ofthe Town. A contract may be awarded to a responsible bidder
other than the lowest money bidder, ifit is in the best interest of the Town. No bid maybe
withdrawn after scheduled closing time for receipt of bids for a period of 45 days pending
execution of a contract by successful bidder. The competency and responsibility of the bidder
and his sub-contractors will be considered in making, the award. The Town reserves the right to
waive any technical error, to accept any bid, or to reject any or all bids. The contract form will
be a Standard form of Agreement between Owner and Contractor.
The Town will either award the project or reject all proposals received within forty-five (45)
days after formal opening of proposals. Acceptance of a proposal will be a written notice signed
by the Town Clerk & no other act shall constitute the acceptance of a proposal.
F. WITHDRAWALS OF PROPOSALS
Any bidder upon his or her authorized representative's written request presented not later than
the hour set for the opening thereof, will be given permission to withdraw his proposal. At the
time of opening the proposals, when such proposals are reached, it will be returned to him
unread.
G. REJECTION OF PROPOSALS
The Town reserves the right to waive any technical error and to reject any and/or all proposals.
Without limiting the generality of the foregoing, any proposal which in incomplete, obscure, or
irregular may be rejected; any proposal accompanied by an insufficient or irregular certified
check or bidder's bond bay be rejected, any proposal having interlineations, 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 such bidder fails to satisfy the
Town that such bidder is property 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
ofthe character and in the amount required to complete the proposed work within the specific
time.
LIQUID ASPHALT .
Grades RC-250 & MC-250
I TIME FOR EXECUTION OF CONTRACT
.
Item #3
Calendar Year 2006
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 ofthe 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.
LIQUID ASPHALT .
Grades RC-250 & MC-250
.
Item #3
Calendar Year 2006
INSURANCE REOUlREMENTS
The Contractor shaU not commence any work until he has obtained, and had approved by the
Town of Southold, aU of the insurance that is required under this contract which has been
enumerated herein:
COMPENSATION INSURANCE:
Public Liability and Property Damage Insurance
Contractor's Protective Liability and Property Damage Insurance
Owner's Protective Public Liability and Property Damage Insurance
The Contractor shaU 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 Contractor shaU take out and maintain during the life of this
Contract, Workmen's Compensation Insurance for aU his employees employed at the site ofthe
project, and in case of any of the work being sublet, the Contractor shaU require aU
subcontractors similarly to provide Workmen's Compensation Insurance for aU of the latter's
employees unless such employees are covered by the protection afforded by the Contractor.
Public Liability and Property Damal!e Insurance: The Contractor shaU take out and maintain
during the life of this Contract such Public Liability and Property Damage Insurance as shaU
protect him and any subcontractor performing work covered by this Contract from claims for
damages four personal injury including accidental death as weU 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 shaU be as foUows:
Public Liabilitv Insurance in an amount of not less than One Million DoUars ($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 DoUars. ($1,000,000.00) on account of each
accident.
Propertv Damage Insurance in an amount not less than One Million DoUars ($1,000,000.00) for
damages on account of each accident and in an amount of not less than One Million DoUars
($1,000,000.00) for damages on account of aU accidents.
Liability and Property Damal!e 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 shaU also name the Town of Southold as an additional insured.
Owner's Protective Public Liability and Property Damal!e Insurance: The Contractor shaU
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
LIQUID ASPHALT .
Grades RC-250 & MC-250
.
Item #3
Calendar Year 2006
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 anyone accident; and regular Protective
Propertv Damage Insurance providing for a limit of not less than One Million Dollars
($1,000,000.00) for damages arising out of injury to, or destruction of, property in anyone
accident and subject to that limit per accident, a total (or aggregate limit of Two Million Dollars
($ 2,000,000.00) for all damages arising out of injury to, or destruction of, property during the
policy period. This insurance must fully cover the legal liability of the Owner. The coverage
provided under his policy must not be affected if the Owner performs work in connection with
the project either for or in cooperation with the Contractor or as an aid thereto whether the same
be a part of the Contract or separate therefrom, by means of its own employees or agents or if
the Owner directs or supervises the work to be performed by the Contractor.
PROOF OF CARRIAGE OF INSURANCE:
The Contractor shall furnish the Owner with certificates of each insurer insuring the Contractor
of any subcontractor under this Contract except with respect to part D. As listed above. In
respect to this paragraph, the Contractor shall furnish the Owner with the original insurance
policy.
Both certificates, as furnished, and the insurance policy, as required, shall bear the policy
numbers, the expiration date ofthe policy and the limits ofliability there under. Both the
certificates and the policy shall be endorsed to provide the Owner with any notice of
cancellation or non-renewal.
LIQUID ASPHALT .
Grades RC-250 & MC-250
.
Item #3
Calendar Year 2006
PROPOSAL FORM
DATE:
NAME OF BIDDER:
TO:
SOUTHOLD TOWN BOARD
TOWN HALL
PO BOX 1179
53095 MAIN ROAD
SOUTHOLD, NEW YORK 11971
NOTE: All items listed herein must
be bid. Failure to bid any
item will be grounds for
disqualification.
MEMBERS OF THE BOARD:
The undersigned as bidder, declares that the only persons, company, or parties interested in this
proposal as principals are named below; that this proposal is made without any connection,
directly or indirectly with any other bidder for the same work; that it is in all respects fair and
without collusion or fraud, and that no person acting for or employed by the aforementioned
owner is or will be interested directly or indirectly, in the performance of 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 ifhis 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 ASPHALT ROAD MATERIALS, LIQUID ASPHALT- Grades RC 250 & MC 250,
IN ACCORDANCE WITH THE PROJECT REQUIREMENTS. THE ABOVE
REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED
CUMULATIVE "UNIT PRICE" OF:
FURNISH AND PLACE WITHIN
SOUTHOLD TOWN: FISHERS ISLAND:
(written in words) Per Gallon (written in words) Per Gallon
(written in numbers) Per Gallon
(written in numbers) Per Gallon
LIQUID ASPHALT .
Grades RC-250 & MC-250
.
Item #3
Calendar Year 2006
And he further agrees that if this proposal shall be accepted by the Town and that ifhe 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, ifno corrections are necessary, further
agree that this proposal is a formal bid and shall remain in effect for a period offorty-five (45)
days, the Town will accept or reject this proposal or by mutual agreement may extend this time
period.
Signature of Bidder:
Business Address:
Telephone Number:
Date:
LIQUID ASPHALT .
Grades RC-250 & MC-250
1. DESCRIPTION
.
Item #3
Calendar Year 2006
Bids are requested for the purchase of75,000 gallons, more or less as may be needed, of
Asphalt Road Materials, (Grades RC-250 & MC-250) for the use in repair & maintenance of
the Town Highways for the calendar year 2005 The attention ofthe bidder is specifically called
to the fact that the quantity of 75,000 gallons as specified herein is an estimate only and may
not be the quantity of. asphalt material which will actually be required by the Town for the
calendar year.
2. MATERIALS
Asphalt Road Materials shall be Grade RC-250 & MC-250 and shall meet the following
Specifications:
TEST
Water, Max. (%)
Flash Point, C.O.c. F, Min.
Kenematic Viscosity@ 140 F,
Centistokes
Distillation: % Total Distillate to
680 F, by Vol.
To 437 F Min.
To 500 F Min.
To 600 F Min.
Grade RC-250
0.2
Grade MC-250
0.2
150
250 - 500
250 - 500
35
60
80
0-10
15 - 55
60 - 87
Residue from Distillation to 680 F
% Volume by Difference, Min.
65
67
Tests on Residue
Absolute Viscosity 140 F
Ductility, 5 cm/min.
@77F,cm.min.
% Sol. In CCL4, Min.
600 - 2400
300 - 1200
100
99
100
99
Required Temperature
Mixing
Spraying
100-175
80-250
100-200
100-200
3. WEATHER LIMITATIONS
The material shall be spread only when:
I. The read surface and atmospheric temperatures are at least 45 degrees F and rising.
2. The weather is not foggy or raining.
3. There is no forecast of temperatures below 32 degrees F within 48 hours from the
time of placement of the Asphalt Material,
LIQUID ASPHALT .
Grades RC-250 & MC-250
4. DELIVERY & APPLICATION
.
Item #3
Calendar Year 2006
All asphalt materials must be delivered to and applied within the Town of Southold. The
successful bidder will be required to deliver and apply such asphalt materials in quantities of
approximately 6,000 gallons within three (3) hours of notification by the Highway Department.
All distribution vehicles shall be equipped with a wheel calibrated instrument for accuracy of
application.
S. TRAFFIC MAINTENANCE
The contractor shall be responsible for providing maintenance and protection of vehicular and
pedestrian traffic associated with this work. Opening to traffic does not constitute acceptance of
the work. The contractor shall also be responsible for providing all signage and traffic control
during this work.
6. METHOD OF PAYMENT
The quantity to be paid for under this item shall be the number of gallons ordered by the Town
and delivered and applied by the Bidder in accordance with this specification.
END OF SPECIFICATION
LIQUID ASPHALT .
Grades RC-250 & MC-250
STATEMENT OF NON-COLLUSION
(To be completed by each Bidder)
.
Item #3
Calendar Year 2006
In accordance with Section 103-d General Municipal Law, effective September 1, 1966, every
bid or proposal hereafter made to a political subdivision of the State of any public department,
agency, or official thereof or to a fore district or any agency or official thereof for work or
services performed or to be performed or goods sold or to be sold, shall contain the following
statement subscribed to by the bidder and affirmed by such bidder as true under the penalties of
peljury; non-collusive bidding certification.
A. 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 peljury, that to the best of knowledge and belief:
(1) The prices in this bid have been arrived at independently without collusion,
consultation, communication, or agreement, for the purpose of restricting
competition, as to any matter relating to such prices with any other bidder or any
competitor.
(2) Unless otherwise required by law, the prices which have been quoted in this bid
have not been knowingly disclosed by the bidder and will not knowingly be
disclosed by the bidder prior to opening, directly or indirectly, to any other
bidder or to any competitor.
(3) No attempt has been made or will be made by the bidder to induce any other
person, partnership, or corporation to submit or not to submit a bid for the
purpose of restricting competition.
B. 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 peljury, affirms the
truth thereof, such penalties being applicable to the bidder, as well as the person signing
in its behalf.
C. 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
ofthe
(Name of signatory)
Be authorized to sign and submit the bid
(Name of Corporation)
LIQUID ASPHALT .
Grades RC-250 & MC-250
.
Item #3
Calendar Year 2006
Or proposal of this corporation for the following Project:
Item # 3
LIQUID ASPHALT Grades RC-250 & MC-250
Peconic Lane, Peconic, New York 11958
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 miss-statements in such certificate this corporate bidder shall be liable
under the penalties of peIjury.
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
, 20-----,
(SEAL OF THE CORPORATION)
Laws of New York, 1965
Ch. 751, Sec. 103-d, as amended &
effective on September 1, 1965.
Signature
,
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. 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. Type 6 Asphalt (town pick up)
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! 0:00 A.M., Thursday, April 20, 2006, 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 South old 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: March 28, 2006
ELIZABETH A. NEVILLE
SOUTHOLD TOWN CLERK
PLEASE PUBLISH ON APRIL 6, 2006, AND FORWARD ONE (1) AFFIDAVIT OF
PUBLICATION TO ELIZABETH NEVILLE, TOWN CLERK, TOWN HALL, PO
BOX 1179, SOUTHOLD, NY 11971
Copies to the following:
Traveler Watchman
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 ofthe Town of Southold, New York being
duly sworn, says that on the ~ day of...DJe , ,. L 2005, 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 2006
~~X2t~
izabeth A. ev Ie
Southold Town Clerk
before me this
day of l"i'v., r Q ,2006.
,
iJ ~..O ~
LYNDA M. BOHN
NOTARY PUBLIC, State of New York
No. 01 B06020932
Quelified in Suffolk County ~
Term Expires March B, 20 Q::.J
ELIZABETH NEVILLE
TOWN CLERK
.
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
eTown Hall, 53095 Main Road
PO Box 1179
Southold, NY 11971
Fax (631)765-6145
Telephone: (631) 765 -1800
southoldtown.northfork.net
RESOLUTION # 2006-305
Resolution ill: 1700
Meeting:
Department:
Category:
03/28/06 04:30 PM
Town Clerk
Authorize to Bid
THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2006-305 WAS ADOPTED AT
THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON MARCH 28, 2006:
RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs the Town Clerk to
advertise for various road treatment bids for the calendar vear 2006.
~Q-vt'V-.
Elizabeth A. Neville
Southold Town Clerk