HomeMy WebLinkAboutRoad Treatment Oil & SandC'^RTIFIED MAIL.., RECEIF
(. gestic Mail Only; No Insurance Covera~
~ "j'CY ~~~~ ~,~~~.~ ~ arvt ~ 12
~
~ ..
~ 'J A{ }
Poelage s
0
CeNfleO Fes a . ~
,
~U_:
,
O
,v°.
p Realm Recbpt Fee ` r ~
re
7
L
(Endorsement Required) r
O
~ Reslric[etl Delivery Fee
(Entloraemenl Required)
i
_
m Totel Postepe 8 Fees
m
O to
S
~S
.
_ __!\RQl1 ___.____ _Y~
___ !
.w....
r /
sYreef~/~Ko
or PO BOZ NO. ~
5
/ ~ NOX ~ D~
:
.
_
C/ry, SYate, ZIPt4 __
15 .
. _
I
r-RTIFIED MAIL,., RECEIPT
(~ .gestic Mail Only; No Insurance Coverage Providec
~ ~, •' I 6J a~
~
- ~
.-.
\
p CeNNeE Fee r ~C
p ~c `
p Realm Rxlepl Fee n -
A~ 22
(EnAO~eeme~RRaqulretl)
p ReetrhYetl Delhrory Fee
~
(Endoreemefrt Requlretl(
l
~
_-
r .__-
ci .
'
m roue roetege a Foee $ it S ~
m
~;,~;R;y~K,~-,.5~"~----~//A~la,~nd~-.~1-.-1s~'1,a-lt--------------------
arPOBOxNO.---_-!--.:V------_`r..[.K----l. -1------------------------------
CIry,SIeOAZIl44 \.!
~,
S
Tc R l1
Postage
$ _ _
p
p Cerllfletl Fes J~ ~ .
(_f t~'Y , ~ C`~~ \~
1
p Retum Reclapl Fes o p re
(Eneorsament Required) eS ~ ~~ p "
p
~
(Endoreame~t Requl~ _ Y
\ i
~
m `~
~e /
Total Postage 8 Fees $ ~. ~
m
p to
p QS~~~
Sneei; Apt: "iNo.;
arPo Box No.
5~ _ ................
-
e
~
~
t
---- ---
-
sire: zrP.. ._._
-
-
----- -- - -
-
t~1o~;
S ---------------------
- ~ uo
", ,
~
m
Reeuge : , ~_r
o ~~F~ a 30 ~ ' ~~`~
~ Ream Receipt Fae '
(En0er6emeM Regolred) ~ 5 ~ ~,~ 22
O Reeldcted Oellvery Fee /
~ (EMVeemeM Required) ~ r
rl Q
m Total Pwage 6 Fees $ ~ U S.
uI
° ` ° . .e..L~l-~------------------- -------------------------------
° -s~tacc a;
qry, save, a N
S
nip
S um
1
~
~
$ J ~~--~
~
Postage )~
~ CBNOeC Fee ~ ~ f~,"~~ .y i
~ 1
~~ ~ ~
Retum fledopt Fee Cn ,
rie
(Entlaraemem Regalrotl, g5 l
~ RBBMmetl DelHery Fee
~ (EntloraemeM Requiretl) (~ S P j
,.
fn Total Poolege S Fees
m
p r ra
o
-QCwzZtCli------- ----Q----- ~~----------------------
M1 bW"eer,ilpr:7Vo.: ~ I l1
`~" were, zrP., I ~
' ~gUFFO(~-~,
y0
h
PETER W. HARRIS w z
Superintendent ~,j, • a'~~'
~l'pr * ,~y
Highway Department
Town of Southold
275 Peconic Lane • P.O. Box 178 •Peconic, N.Y.
MEMORANDUM
TO: Elizabeth A. Neville
Southold Town Clerk ~~
FROM: Peter W. Harris `~'~,~+~- -`
Superintendent of Highways
DATE: May 3, 2007
Tel. (631) 765-3140
(631) 734-5211
Fax (631) 765-1750
11958-0178
RE: Resurfacing Bids (8)
I have reviewed all bids received in connection with the above and recommend that the
Southold Town Board consider the following resolution(s):
2007-[ ]
CATEGORY: Bid Acceptance
DEPARTMENT: Highway Department
Accept the Bid of Corazzini Asphalt, Inc., for Furnishing and Placing Bituminous Surface
Treatment Liquid Asphalt Grades 50% MC-250 AND 50% RC-250 ("Oil and Sand')
Item #1 -Oil & Sand
RESOLVED that the Town Board of the Town of Southold hereby accepts the
bid of Corazzini Asphalt. Inc., for furnishing and placing Bituminous Surface Treatment
Liquid Asphalt Grades 50% MC-250 and 50% RC-250 with Screened Sand ("Oil and Sand"1
within the Town of Southold, all in accordance with the bid specifications and Town Attorney, and
as follows:
Town (Mainland)
Bituminous Surface Treatment
Schim Mix Asphalt Concrete
$ 2.50 per sq. yd
$ 78.00 per ton
Fishers Island
$ 6.00 per sq. yd.
$ 165.00 per ton
Fog Coat $ 2.00 per gallon $ 3.00 per gallon
zoos-~
CATEGORY: Bid Acceptance
DEPARTMENT: Highway Department
Accept the Bid of Corazzini Asphalt, Inc., for Furnishing and Placing Bituminous Surface
Treatment RC-250 Liquid Asphalt ("Oil and Stone')
Item #2 -Oil & Stone
RESOLVED that the Town Board of the Town of Southold hereby accents the
bid of Corazzini Asphalt. Inc., for furnishing and placing Bituminous Surface Treatment
RC-250 Liquid Asphalt &1A Stone 1"Oil and Stone"1 within the Town of Southold, all in
accordance with the bid specifications and Town Attorney, and as follows:
Bituminous Surface Treatment
Town (Mainland)
$ 2.50 per sq. yd.
Fishers Island
$ 7.00 per sq. yd.
Schim Mix Asphalt Concrete
$ 72.00 per ton
$ 160.00 per ton
Fog Coat: $ 2.00 per gallon $ 3.00 per gallon
200-~ ~
CATEGORY: Bid Acceptance
DEPARTMENT: Highway Department
Accept the Bid of Corazzini Asphalt, Inc., for Furnishing and Placing Liquid Asphalt Grades
RC-250 & MC-250
Item #3 - Liauid Asphalt
RESOLVED that the Town Board of the Town of Southold hereby accepts the
bid of Corazzini Asphalt, Inc., for furnishing and placing Liquid Asphalt Grades RC-250 8
MC-250 within the Town of Southold, all in accordance with the bid specifications and Town
Attorney, and as follows:
Town (Mainland)
Fishers Island
Furnish and Place Within $5.00 per gallon $7.00 per gallon
zoos-~ ~
CATEGORY: Bid Acceptance
DEPARTMENT: Highway Department
Accept the Bid of Corazzini Asphalt, Inc., for Furnishing and Placing Hot Mix Asphalt
Concrete Pavement "Type 5 Shim" Sand Mix Asphalt
Item #4 -Sand Mix IType 5 Shim1
RESOLVED that the Town Board of the Town of Southold hereby accents the
bid of Corazzini Asphalt. Inc., for furnishing and placing Hot Mix Asphalt Concrete
Pavement "Tvpe 5 Shim" Sand Mix Asphalt within the Town of Southold, all in accordance with
the bid specifications and Town Attorney, and as follows:
Town (Mainland) Fishers Island
Hot Mix Asphalt Concrete Pavement
3X 500-1000 tons $59.00 per ton $159.00 per ton
4X Over 1000 tons $59.00 per ton $159.00 per ton
zoos-~
CATEGORY.• Bid Acceptance
DEPARTMENT: Highway Department
Accept the Bid of Corazzini Brothers, Inc., for Furnishing and Placing Hot Mix Asphalt
Concrete Pavement "Type 6 Top"
Item #5 -Tvpe 6 Top
RESOLVED that the Town Board of the Town of Southold hereby accepts the
bid of Corazzini Brothers. Inc., for furnishinst and placing Hot Mix Asphalt Concrete
Pavement "Tvpe 6 Top" within the Town of Southold, all in accordance with the bid specifications
and Town Attorney, and as follows:
Town (Mainland) Fishers Island
3X 500-1000 tons $61.90 per ton $160.00 per ton
4X Over 1000 tons $61.90 per ton $160.00 per ton
soon-~ ~
CATEGORY:
DEPARTMENT:
Bid Acceptance
Highway Department
Accept the Bid of Corazzini Asphalt, Inc., for Furnishing and Placing Bituminous Surface
Treatment RC-250 Liquid Asphalt "Oil & Recycled Stone"
#6 - RC-250 Liquid Asphalt Oil &Recvcled Stone
RESOLVED that the Town Board of the Town of Southold hereby accepts the bid of
Corazzini Asphalt, Inc., for furnishing and placing Bituminous Surface Treatment RC-250
Liquid Asphalt "Oil &Recvcled Stone" within the Town of Southold, all in accordance with the
bid specifications and Town Attorney, and as follows:
Town (Mainland)
Bituminous Surface Treatment
Schim Mix Asphalt Concrete
Fog Coat
$ 1.95 per sq. yd.
$ 78.00 per ton
$ 2.00 per gallon
soon-~ ~
CATEGORY: Bid Acceptance
DEPARTMENT: Highway Department
Accept the Bid of Thomas H. Gannon & Sons, Inc., for the Application of Polymer Modified
Emulsified Asphalt Pavement, Type 11 Micro-Surfacing
#7 -Tvpe II Micro-Surfacing
RESOLVED that the Town Board of the Town of Southold hereby accents the bid of
Thomas H. Gannon & Sons. Inc., for the auplication of Polvmer Modified Emulsified Asphalt
Pavement. Tvpe II Micro-Surfacing within the Town of Southold, all in accordance with the bid
specifications and Town Attorney, and as follows:
Type II Micro-Surfacing $ 1.82 per sq. yd.
Truing & Leveling (Type 5 -Shim) $95.00 per ton
zoos-~ ~
CATEGORY: Bid Acceptance
DEPARTMENT: Highway Department
Accept the Bid of East End Asphalt Corp., In the Amount of $55.00 Per Ton, for the
Purchase of Type 6 Top Asphalt, to be Picked Up and Used by the Southold Town Highway
Department
#8 - Furnishing of Asphalt Road Materials (Type 6 Top Hot Asphalt) Into Town Highway
Trucks
RESOLVED that the Town Board of the Town of Southold hereby accepts the bid of East
End Asphalt Corp., in the amount of $55.00 per ton, for the purchase of Tvpe 6 Top Hot Mix
Asphalt , to be picked up and used by the Southold Town Highway Department, all in
accordance with the bid specifications and Town Attorney.
PWH:jes
cc: John A. Cushman
Patricia Finnegan
Linda Cooper
Lynda Bohn
Town of Southold -Letter
~a~a.,~
r~~~
RESOLUTION 2007-441
ADOPTED
Item # 17
DOC ID: 2860
THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION N0.2007-441 WAS
ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON
MAY 8, 2007:
RESOLVED that the Town Boazd of the Town of Southold hereby accents the bid of
Corazzini Asphalt. Inc., for furnishine and alacine Bituminous Surface Treatment Liquid
Asphalt Grades 50% MC-250 and 50% RC-250 with Screened Sand ("Oil and Sand")
within the Town of Southold, all in accordance with the bid specifications and Town Attorney,
and as follows:
Town (Mainland)
Bituminous Surface Treatment
Schim Mix Asphalt Concrete
Fog Coat
$ 2.50 per sq. yd.
$ 78.00 per ton
$ 2.00 per gallon
.~
Elizabeth A. Neville
Southold Town Clerk
RESULT: ADOPTED [UNANIMOUS]
MOVER: Thomas H. Wickham, Councilman
SECONDER: Louisa P. Evans, Justice
AYES: Evans, Wickham, Ross, Edwards, Russell, Krupski Jr.
~~
Board Meet' ing of May 8, 2007
Fishers Island
$ 6.00 per sq. yd.
$ 165.00 per ton
$ 3.00 per gallon
Generated May 14, 2007 Page 31
ELI7.ABETH A. NEVILLE
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
~o~aOF SOUTyO~
• ~~0,~
~~y~OUNTi,~..~'
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 21, 2007
Corazzini Asphalt, Inc
PO Box 1281
Cutchogue, NY 11935
Deaz Sirs:
Congratulations. At the regulaz Town Board meeting held on May 8, 2007, the
Town Boazd accepted the bid of Corazzini Asphalt for "Oil & Sand" Road Treatment bid.
A certified copy of the resolution is enclosed.
The bid deposit will be returned to you at the end of the contract. Last years bid
deposit is enclosed. Thank you for your bid.
Very truly yours,
~,m~
Lynda M Bohn
Deputy Town Clerk
Ens.
! .,~~ •
ELIZABETH A. NEVILLE
TOWN CLERK
REGIS'PRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
~s
~~OF SOUj~o
1
o
~/,
'!
~
~~'YOO ff
~~ ~Y
V 0~~~
UNT
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
BID OPENING
#I Oil & Sand
One (1) bid was received:
Corazzini Asphalt,Inc.
P O Box 1281
Cox Lane
Cutchogue NY 11935
Bituminous Surface Treatment
Town
$2.50 s.y.
Schim Mix Asphalt
$78.00 ton
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (631) 765-6145
Telephone (631) 765-1800
southoldtown.northfork.net
Fishers Island
$6.00 s.y.
$165.OOton
Fog Coat $2.00 gallon $3.00 gallon
CORAZZirYi ASPHALT 1YC.
P.0 60X iZ81
i1t[!76 CUTCHOGUE, N.Y. 11935 ~~ ~`~
c~c~--
u' i006999~i' ~:0 2 i405464~: i4 00000 i 9~~'
~" °' SHE:OHIG~NA4bY1FUMEt~„'$"A,AEFlEC71VE. WATEPMAPK ON;$H&BFCI~.aac~i 710LDyATi'kN.`ANGLE=T0='41EW3WHEN CH@&ZI ING THE ENgOASEMENT. ', '=~
• 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 aze 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 aNon-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, PO Box 1179, 53095
Main Road, Southold, New York, unti110:00 A.M., Thursday, Apri119, 2007, at which
time they will be opened and read aloud in public.
The Town Boazd 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: Mazch 27, 2007
ELIZABETH A. NEVILLE
SOUTHOLD TOWN CLERK
PLEASE PUBLISH ON APRIL 5, 2007, AND FORWARD ONE (1) AFFIDAVIT OF
PUBLICATION TO ELIZABETH NEVILLE, TOWN CLERK, TOWN HALL, PO
BOX 1179, SOUTHOLD, NY 11971
Copies to the following:
Town Boazd Members
Superintendent of Highways Harris
Dodge Reports
Burrelle's Information Services
Town Clerk's Bulletin Board
Town Attorney
John Cushman, Comptroller
Brown's Letters
Construction Data
50%MC-250 & 50% RC-250 LIQUID ASPHALT
"OIL & SAND"
ITEM NO. 1
SPECIFICATIONS
Item # 1
Calendaz Year 2007
FOR THE PURCHASE & APPLICATION OF
ASPHALT ROAD MATERIALS
BITUMINOUS SURFACE TREATMENT
50% MC-250 & 50% RC-250 LIQUID ASPHALT
"OIL & SAND"
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 HOUR5
PRIOR TO ANY WORK ON TOWN
ROADS. RESIDENTS MUST BE RE-
NOTIFIED AFTER DELAYS DUE TO
INCLEMENT WEATHER OR JOB
OPERATIONS.
50% MC-250 & 50% RC-250 LIQUID ASPHALT Item # 1
"OIL & SAND" Calendar Year 2007
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 fall 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 mazked
"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 guazanty 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 compazed, 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 awazd. 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 accorpanied.
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.
50% MC-250 & 50% RC-250 LIQUID ASPHALT Item # 1
"OIL & SAND" Calendar Year 2007
D. PUBLIC OPENING OF PROPOSALS
Proposals will be opened and read publicly at the time and place indicated in the Invitation for
Bids. Bidders, authorized agents, and other interested parties aze invited to be present.
E. AWARD OF CONTRACT
Awazd of contract will be made as soon as practical. The Superintendent of Highways reserves
the fight to make awazds by items, or as a whole, or not at all, whichever the Superintendent
deems to be in the best interest of the Town. A contract may be awarded to a responsible bidder
other than the lowest money bidder, if it is in the best interest of the Town. No bid may be
withdrawn after scheduled closing time for receipt of bids for a period of 45 days pending
execution of a contract by successful bidder. The competency and responsibility of the bidder
and his sub-contractors will be considered in making, the awazd. 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 Standazd form of Agreement between Owner and Contractor.
The Town will either awazd 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
irregulaz 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.
50% MC-250 & 50% RC-250 LIQUID ASPHALT Item #1
"OIL & SAND" Calendaz Year 2007
I TIME FOR EXECUTION OF CONTRACT
Any bidder whose proposal shall be accepted will' be required to appeaz before the Town in
person; or if a firm or corporation, a duly authorized representative shall so appeaz, 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 awazded 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 aze part of this
Contract. The Contractor is responsible for being familiaz with the latest available schedules.
50% MC-250 & 50% RC-250 LIQUID ASPHALT Item # 1
"OIL & SAND" Calendar Year 2007
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 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 Proaerty Damage Insurance: The Contractor shall take out and maintain
during the life of this Contract such Public Liability and Property Damage Insurance as shall
protect him and any subcontractor performing work covered by this Contract from claims for
damages 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.
Propert~ge Insurance in an amount not less than One Million Dollazs ($1,000,000.00) for
damages on account of each accident and in an amount of not less than One Million Dollazs
($1,000,000.00) for damages on account of all accidents.
Liability and Property Damaee 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.
50% MC-250 & 50% RC-250 LIQUID ASPHALT Item # 1
"OIL & SAND" Calendaz Yeaz 2007
Owner's Protective Public Liability and Property Damase Insurance: The Contractor shall
furnish to the Owner, with respect to the operations he or any of his subcontractors perform a
regulaz Protective Public Liability Insurance Policy for, and in behalf of the Owner, providing
for a limit of not less than One Million Dollazs ($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 Dollazs ($1,000,000.00) for all damages arising out of bodily injuries to, or
death of, two or more persons in any one accident; and regulaz Protective
Property Dama¢e Insurance providing for a limit of not less than One Million Dollars
($1,000,000.00) for damages arising out of injury to, or destruction of, property in any one
accident and subject to that limit per accident, a total (or aggregate limit of Two Million Dollazs
($ 2,000,000.00) for all damages arising out of injury to, or destruction of, property during the
policy period. This insurance must folly 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 sepazate 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 pazagraph, 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 ornon-renewal.
50% MC-250 & 50% RC-250 LIQUID ASPHALT
"OIL & SAND"
PROPOSAL FORM
r~
U
Item #]
Calendar Year 2007
DATE: rl ~ ~ ~] ~ O ) -]
NAME OF BIDDER: ~~~auiyi n___,_cr,_,nun~vr
CuTr,r~o~~~=, h~ v ,:~:~y
TO:
SOUTHOLD TOWN BOARD
TOWN HALL
PO BOX 1179
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 aze 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 ftaud, 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 cazefully 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:
50% MC-250 & 50% RC-250 LIQUID ASPHALT
"OIL & SAND"
Item # 1
Calendar Year 2007
BID ON BITUMINOUS SURFACE TREATMENT IN ACCORDANCE WITH THE
PROJECT REQUIREMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE
COMPLETED FOR THE STIPULATED CUMULATIVE "UNIT PRICE' OF:
FURNISH AND PLACE THE FOLLOWING WITHIN
Bituminous Surface Treatment -Liquid Asphalt 50% RC-250 & 50% MC-250
With Screened Sand (50,000 +/- Sq. Yds.)
SOUTHOLD TOWN:
Z i SO
(written in words) Per Sq. Yd.
FISHERS ISLAND:
cp-DO
(written in words) Per Sq. Yd.
/lLvU Dp~NS CW~l~/ S~JNi ~-
(written in numbers) Per Sq. Yd.
(written in numbers) Per Sq. Yd.
*t*****+~~*~**s**s****~**~**~«*+*s*sr**:-•**+•**rr****-*t***^~*r+****s****+**~
Schim Mix Asphalt Concrete -Type 5 (500 +/- Ton)
SOUTHOLD TOWN: FISHERS ISLAND:
~f.
~ 7f~o~~ ll.~.fo~
(written in words) Per2Ton (writt/en'in word/s) Per/Ton /j
(written to um s) Per Ton (written in numbers) Per To
r******st**sr**~v~srs**+•r*~***~****t*r*~*****~~**r*x*+s**~tr*+*+.~.~***-****
Fog Coat: Liquid Asphalt - 50% RC-250 & 50%MC-250 (50 +/- Gallons)
SOUTHOLD TOWN:
'~ Z,oD
(written innn..words) Per Gallon
~GUV //~~NS ~~I~D
(written in numbers) Per Gallon
FISHERS ISLAND:
~ ~ _,~
(written in words) Per Gallon
(written mnumbers) Per Gallon
And he further agrees that if this proposal shall be accepted by the Town and that if he shall
refuse, fail or neglect to enter into a Contract pursuant to such proposal and to the requirements
of the Town, shall have been deposited in the mail addressed to him at the address given in the
proposal, that he shall be considered to have abandoned the contract.
We the undersigned, further agree that this proposal shall be reviewed by the Town to correct
any deficiencies in the proposed scope of work and, if no corrections are necessary, further
50% MC-250 & 50% RC-250 LIQUID ASPHALT
"OIL & SAND"
U
Item # 1
Calendar Year 2007
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 op by mutual agreement may extend this time
period. ~,]
Signature of Bidder: ~( ~,~`~ _ , ~'rr~ .
Business Address: C~RAZZIPdI AS^HALT J'
P.J. iiJX I~ol
CUiCHGf,U~,N Y 1:935
Telephone Number: ~ ~j I ~1.~ ~- ,~Q O b
Date: ~ri ~ ~ 7
50% MC-250 & 50% RC-250 LIQUID ASPHALT Item #1
"OIL & SAND" Calendar Year 2007
I. DESCRIPTION
Bids aze requested for the purchase and application of Bituminous Surface Treatment that
consists of LIQUID ASPHALT (50%Grade RC-260 & 50% Grade -MC-250) & SCREENED
SAND for the use in repair & maintenance of the Town Highways for the calendaz year. The
contractor shall also be required to provide & place quantities of Schim Mix Asphalt (Type 5)
as needed and directed by the Superintendent of Highways. The attention of the bidder is
specifically called to the fact that the quantities specified herein are considered an estimate only
and may not be the quantity of material that will actually be required by the Town for the
calendar yeaz.
2. MATERIALS
Asphalt Road Material shall be Grade RC-250 and shall meet the following Specifications:
TEST Grade RC-250 Grade MC-250
Water, Max. (%) 0.2 0.2
Flash Point, C.O.C. F, Min. - 150
Kenematic Viscosity @ 140 F,
Centistokes 250 - 500 250 - 500
Distillation: % Total Distillate to
680 F., by Vol.
To 437 F Min. 35 0 - 10
To 500 F Min. 60 15 - 55
To 600 F Min. 80 60 - 87
Residue from Distillation to 680 F
Volume by Difference, Min. 65 67
Tests on Residue
Absolute Viscosity 140 F 600 - 2400 300 - 1200
Ductility, 5 cm/min.
@ 77 F, cm. min. 100 100
Sol. In CCLa, Min. 99 99
Required Temperature
Mixing 100 - 175 100 - 200
Spraying 80 - 250 100 - 200
SCREENED SAND shall be clean of all foreign matter and debris.
3. WEATHER LIMITATIONS
The material shall be spread only when:
The road surface and atmospheric temperatures aze at least 45 degrees F and
rising.
50% MC-250 & 50% RC-250 LIQUID ASPHALT Item # 1
"OIL & SAND" Calendar Year 2007
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.
4. Construction limits shall be between May 1 & November 1.
4. EQUIPMENT, DELIVERY & APPLICATION
All asphalt & sand materials must be delivered to and applied within the. Town of Southold.
The successful bidder will be required to deliver and apply such asphalt & sand materials in
quantities as directed by the Superintendent of Highways.
Ail bituminous material distribution vehicles shall have full circulation spray bare & be
equipped with a wheel calibrated instrument that will indicate pump output in gallons per
minute to verify accuracy of application.
Sand 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 pet holes, broken & uneven pavement surfaces and other
required azeas 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
Squaze Yazd prior to placement of pavement.
All manholes, catch basins, curbs and other structures shall be protected against the application
of bituminous material.
After the azea to be treated has been prepared to the satisfaction of the Highway Superintendent,
an application of bituminous material (50% RC- 250 & 50% MC-250 Liquid Asphalt) shall be
applied at the rate of three tenths (0.3) gallons per Squaze yard and immediately covered with
clean Screened Sand at the approximate rate of 40 lbs. per Squaze yazd.
The sand course shall be completely rolled twice with aself-propelled pneumatic roller.
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.
END OF SPECIFICATION:
50% MC-250 & 50% RC-250 LIQUID ASPHALT Item # 1
"OIL & SAND" Calendar Year 2007
STATEMENT OF NON-COLLUSION
(To be completed by each Bidder)
In accordance with Section 103-d General Municipal Law, effective September 1, 1966, every
bid or proposal hereafter made to a political subdivision of the State of any public department,
agency, or official thereof or to a fore district or any agency or official thereof for work or
services performed or to be performed or goods sold or to be sold, shall contain the following
statement subscribed to by the bidder and affirmed by such bidder as true under the penalties of
perjury; non-collusive bidding certification.
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
regazding 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.
RESOLUTION
Resolved that ~~ Ch0.rC~ CC's C GZ-2a rl ~ ~~ of the
(Name of si\\g--natory)
CO `~ a"L~ ~ ~ ~~ p`l(S~ 1 Cl L Be authorized to sign and submit the bid
(Name of Corpor tion)
50% MC-250 & 50% RC-250 LIQUID ASPHALT
"OIL & SAND"
Or proposal of this corporation for the following Project:
Item # 1
Calendar Year 2007
Item # 1
BITUMINOUS SURFACE TREATMENT
50% MC-250 & 50% RC-250 LIQUID ASPHALT
"OIL & SAND"
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 perjury.
The foregoing is true and correct copy of the resolution adopted by Co1'u' ZZI ~i /~~1(,t~,'F InC
corporation at a meeting of the Boazd of Directors, held on the
of ~Pr,~ ,2001 .
(SEAL OF THE CORPORATION)
Laws of New York, 1965
Ch. 751, Sec. 103-d, as amended &
effective on September 1, 1965.
day
#8316
STATE OF NEW YORK)
SS:
COUNTY OF SUFFOLK)
Dina Mac Donald 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 week(s), successively, commencing on the 5th day of April, 2007.
r
Principal Clerk
Sworn to before me this
2007
LEGAL 1V071CE
N011CE 70 EmDERS
NOTICE 1S HEREEY CdYEN, m
amordaeQ.with the provision .of Sec-
tion 103 of the General Municipal Law,
that sealed bids aze sought and request-
ed far furnishing and placing within [he
Town of Southold, the following road
treatments:
Loa ana Sena
2 00 and Stone
3. Ligaid Asphah
0. Sand Mix (type 5 Stirm) -
S. Type6Top
6. RC-250 Liquid Asphalt Oil & Re-
cyded Stone
7. Type.II Micro-Sorfaring
S. Type 6 Asphalt (town pick ap)
Specifications may be obtained a[
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 aeakd bids, together with aNon-
CoOmive Bid CerEficate. and ~
twill be received by
the Town Clerk of the Town of Southold
at the Sou[holdTowo Hall, lr0 Box 1179,
53095 Main Road, Southold, New York,
until 10:00 A.M., Thursday, April 19,
2007, a[ 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-
malities in any bid should it be deemed
iathe best interest of [he Towm of South-
old [o do so.
AO bids must be signed and sealed in
envelopes plainly mazked with the type
of road treatment being bid on, and sub-
mitted [o 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 27, 2007
ELIZABETH A.NEVILLE
SOUTHOLD TOWN CLERK
day of
CHRISTINA VOLINSKI
NOTARY Pl!RUC-S? TE OF NEW YORK
nip, tl~tJbV0:i 0150
geal~r-iC'r~ :;uflolk CounTy
Com•+,~>a;c~;, 'r xpltes February 28, 2008
• 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 aze 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 aNon-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, PO Box 1179, 53095
Main Road, Southold, New York, until 10:00 A.M., Thursday, Apri119, 2007, 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 mazked 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: Mazch 27, 2007
ELIZABETH A. NEVILLE
SOUTHOLD TOWN CLERK
PLEASE PUBLISH ON APRIL 5, 2007, AND FORWARD ONE (1) AFFIDAVIT OF
PUBLICATION TO ELIZABETH NEVILLE, TOWN CLERK, TOWN HALL, PO
BOX 1179, SOUTHOLD, NY 11971
Copies to the following:
Town Board Members
Superintendent of Highways Harris
Dodge Reports
Burrelle's Information Services
Town Clerk's Bulletin Boazd
Town Attorney
John Cushman, Comptroller
Brown's Letters
Construction Data
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 ~ day of ~~_, 2007, 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.
Bid Item #1 4/19/07 10:00 AM
L- ~,an~iof .~~i~/~~Q
Elizabeth A. Ne the
Southold Town Clerk
Sworn before m this
y day of , 2007.
tazy Public
LYNDA M. BOHN
NOTARY PUBLIC, State of New York
No.01B06020932
Qualified in Suftolk County
Term 6cpires March 8, 20 yy
50% MC-250 & 50% RC-~ LIQUID ASPHALT
"OIL & SAND"
ITEM NO. 1
• Item # 1
Calendar Year 2007
SPECIFICATIONS
FOR THE PURCHASE & APPLICATION OF
ASPHALT ROAD MATERIALS
BITUMINOUS SURFACE TREATMENT
50% MC-250 & 50% RC-250 LIQUID ASPHALT
"OIL & SAND"
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.
50% MC-250 & 50% RC-~LIQUID ASPHALT • Item #1
"OIL & SAND" Calendar Year 2007
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 sepazate sheet
beazing 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 mazked
"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 guazanty in the form of
a bid bond or certified check in the amount of one hundred ($ 100) dollazs payable to the Town
of Southold.
As soon as the proposal prices have been compazed, 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 accorpanied.
C. OMISSIONS AND DISCREPANCIES
Bidders should cazefully 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.
50% MC-250 & 50% RC-~LIQUID ASPHALT ~ Item #1
"OIL & SAND" Calendar Year 2007
D. PUBLIC OPENING OF PROPOSALS
Proposals will be opened and read publicly at the time and place indicated in the Invitation for
Bids. Bidders, authorized agents, and other interested parties aze 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 a$er 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 awazd. 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 Standazd form of Agreement between Owner and Contractor.
The Town will either award the project or reject all proposals received within forty-five (45)
days afrer 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 aze 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 in•egulaz 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 chazacter and in the amount required to complete the proposed work within the specific
time.
50% MC-250 & 50% RC-LIQUID ASPHALT ~ Item #1
"OIL & SAND" Calendar Year 2007
I TIME FOR EXECUTION OF CONTRACT
Any bidder whose proposal shall be accepted will' be required to appeaz 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 awazded 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 aze part of this
Contract. The Contractor is responsible for being familiar with the latest available schedules.
50% MC-250 & 50% RC-LIQUID ASPHALT • Item # 1
"OIL & SAND" Calendar Year 2007
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 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 Proaerty Damage Insurance: The Contractor shall take out and maintain
during the life of this Contract such Public Liability and Property Damage Insurance as shall
protect him and any subcontractor performing work covered by this Contract from claims for
damages 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 Dollazs ($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 Dollazs. ($1,000,000.00) on account of each
accident.
Propert~ge Insurance in an amount not less than One Million Dollazs ($1,000,000.00) for
damages on account of each accident and in an amount of not less than One Million Dollazs
($1,000,000.00) for damages on account of all accidents.
Liability and Proaerty 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.
50% MC-250 & 50% RC-~LIQUID ASPHALT • Item #1
"OIL & SAND" Calendaz Year 2007
Owner's Protective Public Liability and Property Dama¢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
for a limit of not less than One Million Dollazs ($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 Dollazs ($1,000,000.00) for all damages azising out of bodily injuries to, or
death of, two or more persons in any one accident; and regulaz Protective
Propert~ge Insurance providing for a limit of not less than One Million Dollazs
($1,000,000.00) for damages azising out of injury to, or destruction of, property in any one
accident and subject to that limit per accident, a total (or aggregate limit of Two Million Dollars
($ 2,000,000.00) for all damages arising out of injury to, or destruction of, property during the
policy period. This insurance must fully cover the legal liability of the Owner. The coverage
provided under his policy must not 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 sepazate 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 pazagraph, the Contractor shall furnish the Owner with the original insurance
policy.
Both certificates, as furnished, and the insurance policy, as required, shall beaz 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.
50% MC-250 & 50% RC-~LIQUID ASPHALT
"OIL & SAND"
PROPOSAL FORM
DATE:
NAME OF BIDDER:
• Item # 1
Calendar Year 2007
TO:
SOUTHOLD TOWN BOARD
TOWN HALL
PO BOX 1179
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 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:
50% MC-250 & 50% RC-LIQUID ASPHALT • Item #1
"OIL & SAND" Calendar Year 2007
BID ON BITUMINOUS SURFACE TREATMENT IN ACCORDANCE WITH THE
PROJECT REQUIREMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE
COMPLETED FOR THE STIPULATED CUMULATIVE "UNIT PRICE' OF:
FURNISH AND PLACE THE FOLLOWING WITHIN
Bituminous Surface Treatment -Liquid Asphalt 50% RC-250 & 50% MC-250
With Screened Sand (50,000 +/- Sq. Yds.)
SOUTHOLD TOWN:
(written in words) Per Sq. Yd.
FISHERS ISLAND:
(written in words) Per Sq. Yd.
(written in numbers) Per Sq. Yd. (written in numbers) Per Sq. Yd.
t-**-****x~-********t*~*****-**-**t****~rt*rrrrr*~rr*~r**r*~r****r**~**+***+*
Schim Mix Asphalt Concrete -Type 5 (500 +/- Ton)
SOUTHOLD TOWN: FISHERS ISLAND:
(written in words) Per Ton (written in words) Per Ton
(written in numbers) Per Ton (written in numbers) Per Ton
*t*****s~s*t**t~*tt*****rrr*r~*rr*r**rr*+r*a+**r******+*+*+****:~*****s++*xt**
Fog Coat: Liquid Asphalt - 50% RC-250 & 50%MC-250 (50 +/- Gallons)
SOUTHOLD TOWN: FISHERS ISLAND:
(written in words) Per Gallon (written in words) Per Gallon
(written in numbers) Per Gallon (written in numbers) Per Gallon
And he further agrees that if this proposal shall be accepted by the Town and that if he shall
refuse, fail or neglect to enter into a Contract pursuant to such proposal and to the requirements
of the Town, shall have been deposited in the mail addressed to him at the address given in the
proposal, that he shall be considered to have abandoned the contract.
We the undersigned, further agree that this proposal shall be reviewed by the Town to correct
any deficiencies in the proposed scope of work and, if no corrections aze necessazy, further
50% MC-250 & 50% RC-~LIQUID ASPHALT • Item #1
"OIL & SAND" Calendar Year 2007
agree that this proposal is a formal bid and shall remain in effect for a period of forty-five (45)
days, the Town will accept or reject this proposal or by mutual agreement may extend this time
period.
Signature of Bidder:
Business Address:
Telephone Number:
Date:
50% MC-250 & 50% RC-~LIQUID ASPHALT • Item # 1
"OIL & SAND" Calendar Year 2007
1. DESCRIPTION
Bids aze requested for the purchase and application of Bituminous Surface Treatment that
consists of LIQUID ASPHALT (50%Grade RC-260 & 50% Grade -MC-250) & SCREENED
SAND for the use in repair & maintenance of the Town Highways for the calendar year. The
contractor shall also be required to provide & place quantities of Schim Mix Asphalt (Type 5)
as needed and directed by the Superintendent of Highways. The attention of the bidder is
specifically called to the fact that the quantities specified herein are considered an estimate only
and may not be the quantity of material that will actually be required by the Town for the
calendar year.
2. MATERIALS
Asphalt Road Material shall be Grade RC-250 and shall meet the following Specifications:
TEST Grade RC-250 Grade MC-250
Water, Max.(%) 0.2 0.2
Flash Point, C.O.C. F, Min. - 150
Kenematic Viscosity @ 140 F,
Centistokes 250 - 500 250 - 500
Distillation: % Total Distillate to
680 F., by Vol.
To 437 F Min. 35 0 - 10
To 500 F Min. 60 15 - 55
To 600 F Min. 80 60 - 87
Residue from Distillation to 680 F
Volume by Difference, Min. 65 67
Tests on Residue
Absolute Viscosity 140 F 600 - 2400 300 - 1200
Ductility, 5 cm/min.
@ 77 F, cm. min. 100 100
Sol. In CCLa, Min. 99 99
Required Temperature
Mixing 100 - 175 100 - 200
Spraying 80 - 250 100 - 200
SCREENED SAND shall be clean of all foreign matter and debris.
3. WEATHER LIMITATIONS
The material shall be spread only when:
The road surface and atmospheric temperatures aze at least 45 degrees F and
rising.
50% MC-250 & 50% RC-~ LIQUID ASPHALT • Item # 1
"OIL & SAND" Calendar Year 2007
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.
4. Construction limits shall be between May 1 & November 1.
4. EQUIPMENT, DELIVERY & APPLICATION
All asphalt & sand materials must be delivered to and applied within the. Town of Southold.
The successful bidder will be required to deliver and apply such asphalt & sand materials in
quantities as directed by the Superintendent of Highways.
Ail bituminous material distribution vehicles shall have full circulation spray baze & be
equipped with a wheel calibrated instrument that will indicate pump output in gallons per
minute to verify accuracy of application.
Sand 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 pet holes, broken & uneven pavement surfaces and other
required azeas 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
Squaze Yazd prior to placement of pavement.
All manholes, catch basins, curbs and other structures shall be protected against the application
of bituminous material.
After the azea to be treated has been prepazed to the satisfaction of the Highway Superintendent,
an application of bituminous material (50% RC- 250 & 50% MC-250 Liquid Asphalt) shall be
applied at the rate of three tenths (0.3) gallons per square yazd and immediately covered with
clean Screened Sand at the approximate rate of 401bs. per Squaze yard.
The sand course shall be completely rolled twice with aself-propelled pneumatic roller.
5. TRAFFIC MAINTENANCE
The contractor shall be responsible for providing maintenance and protection of vehiculaz 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.
END OF SPECIFICATION:
50% MC-250 & 50% RC-~ LIQUID ASPHALT • Item # 1
"OIL & SAND" Calendar Yeaz 2007
STATEMENT OF NON-COLLUSION
(To be completed by each Bidder)
In accordance with Section 103-d General Municipal Law, effective September 1, 1966, every
bid or proposal hereafter made to a political subdivision of the State of any public department,
agency, or official thereof or to a fore district or any agency or official thereof for work or
services performed or to be performed or goods sold or to be sold, shall contain the following
statement subscribed to by the bidder and affirmed by such bidder as true under the penalties of
perjury; non-collusive bidding certification.
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
regazding 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.
RESOLUTION
Resolved that
(Name of signatory)
of the
Be authorized to sign and submit the bid
(Name of Corporation)
50% MC-250 & 50% RC-~ LIQUID ASPHALT •
"OIL & SAND"
Or proposal of this corporation for the following Project:
Item #1
Calendar Year 2007
Item # 1
BITUMINOUS SURFACE TREATMENT
50% MC-250 & 50% RC-250 LIQUID ASPHALT
"OIL & SAND"
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 perjury.
The foregoing is true and correct copy of the resolution adopted by
corporation at a meeting of the Boazd of Directors, held on the
of
20
(SEAL OF THE CORPORATION)
Laws of New York, 1965
Ch. 751, Sec. 103-d, as amended &
effective on September 1, 1965.
day
Signature
Town of Southold - Lette~
~~~
Bo~eetii~g of March 27, 2007
RESOLUTION 2007-326
Item # 30
DOC ID: 2751
ADOPTED
THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION N0.2007-326 WAS
ADOPTED AT THE REGULAR MEETING OF THE 50UTHOLD TOWN BOARD ON
MARCH 27, 2007:
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 2007.
~['~~
Elizabeth A. Neville
Southold Towu Clerk
RESULT: ADOPTED [UNANIMOUS]
MOVER: Daniel C. Ross, Councilman
SECONDER: Louisa P. Evans, Justice
AYES: Evans, Wickham, Ross, Edwards, Russell, Krupski Jr.
Generated March 30, 2007 Page 47