HomeMy WebLinkAboutRoad Treatment - Oil & SandELIZABETH A. NEVILLE, RMC, CMC
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
August 30, 2010
Corazzini Asphalt, Inc.
P O Box 1281
Cox Lane
Cutchogue NY 11935
Dear Mr. Corazzini:
This office has been informed that the following project has been completed and
your bid bond/check can be released:
2009 Road Treatment # 1-6, & 8
Enclosed please find your bid bond/check no.1060333, 1060334, 1060335,
1060336, 1060310, 1060337 and 1060338 dated May 27, 2009. Thank you for your bid.
Very truly yours,
Lynda M Rudder
Deputy Town Clerk
Encs.
Postage
Certified Fee
r-R
(Endorsement R
[:3
Restricted Delive
[:3
rM
~ Total Postage & Fees
Postmark
Here
· Complete items 1, 2, and 3. Also complete
item 4 if Restricted Delivery is desired.
· Pdnt your name and address on the mveme
so that we can return the card to you.
· Attach this card to the back of the mailpiece,
or on the front if sbaca permits.
1. Article Addressed to:
2. Article Number
D. Is delive~J dlfferent from item 17
If YES, enter deliver/address below:
'O
[] No
[] F_~press Mall
1-11 Retum Receipt for Merchandise
[] C.O.D.
7009 0820 0001 7820 6064
PS Form 3811, February 2004 Domee~ R~um R~IX
PETER W. HARRIS
Superintendent
Highway Department
Town of Southold
275 Peconic Lane · P.O. Box 178 · Peconic, N.Y. 11958-0178
Tel. (631) 765-3140
(631) 734-5211
Fax (631) 765-1750
MEMORANDUM
TO:
FROM:
DATE:
RE:
Elizabeth A. Neville
Southold Town Cler~---'7~
Peter W. Harris
Superinlcndenl of Highways
June 3, 2009
Resurfhcing Bids (8)
I have reviewed all bids received in connection with the above and recommend that the
Southold Town Board consider the tbllowing resolution(s):
2009-1 l
CA TE GOR Y:
DEPARTMENT:
Bid Acceptance
}tighway Dcpartmcnt
Accepl Bid. Jor Roud 7?t, alment ~il ()il and ~5'and
RESOLVED that thc Town Board of thc 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")
within the Town of Southold, all in accordance with the bid specifications and 'lown Attorney, and
as fbllows:
Bituminous Surface Treatment
Town (Mainland)
$ 2.65 per sq. yd.
Fishers Island
$ 6.75 per sq. yd.
Schim Mix Asphalt
$ 84.00 per ton
$ 185.00 per ton
Fog Coat
$ 2,00 per gallon
$ 3,00 per gallon
2009-I l
CA TEGOR Y:
DEPARTMENT:
Bid Acceptance
Highway Department
Accept Bid for Road Treatment #2 Oil and Stone
RESOLVED that thc Town Board of the Town of Southold hereby accepts the
bid of Corazzini Asphalt~ lnc.~ for furnishing and placing Bituminous Surface Treatment
RC-250 Liquid Asphalt &lA Stone {"Oil and Stone"} within the Town of Southold, all in
accordance with the bid specifications and Town Attorney, and as tbllows:
Bituminous Surface Treatment
Town (Mainland)
$ 2.45 per sq. yd.
Fishers Island
$ 7.25 per sq. yd.
Schim Mix Asphalt Concrete
$ 71.00 per ton
$ 160.00 per ton
Fog Coat $ 2.00 per gallon $ 3.00 per gallon
2oo9q I
Bid Acceptance
Highway Departmenl
Accept Bid.[or Road Treatmenl - #3 Liquid Asphalt
RESOLVED that the Town Board of the Town of Southold hereby accepts the
bid of Corazzini Asphalt, lnc., for furnishing and placing 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
Town (Mainland
$5.00 per gallon
Fishers Island
$7.00 per gallon
2009-1 I
CA TEGOR Y:
DEPARTMENT:
Bid Acceptance
Highway Department
Accepl BidJbr Road Treatmenl - #4 Sand Mix (Type .5 Shim)
RESOLVED that the Town Board of the Town of Southold hereby accepts the
bid of Corazzini Asphalt, lnc.~ for furnishing and placing Hot Mix Asphalt Concrete
Pavement "Type 5 Shim" Sand Mix Asphalt within the Town ol'Southold, all in accordance with
the bid specifications and Town Attorney, and as follows:
Hot Mix Asphalt Concrete Pavement
3X 500-1000 tons
4X Over 1000 tons
Town. (Mainland)
$64.00 per ton
$64.00 per ton
Fishers Island
$175.00 per ton
$175.00 per ton
20o9-11
CA TE GOR ¥:
DEPARTMENT:
Bid Acceptance
Highway Department
Accept Bid,/br Road 1?eatment - #5 "/3pe 6 Top"
RESOLVED that the Town Board of thc Town of Southold hereby accepts the
bid of Corazzini Asphalt~ lnc.~ tbr furnishing and placing Hot Mix Asphalt Concrete
Pavement "Type 6 Top" within the Town of Southold, all in accordance with the bid
specifications and Town Attorney, and as tbllows:
Town (Mainland) Fishers Island
3X 500-1000 tons $64.00 per ton
4X Over 1000 tons $64.00 per ton
$175.00 per ton
$175.00 per ton
2009-[1
CA TEGOR Y:
DEPARTMENT:
Bid Acceptance
Highway Department
Accept Bid./bt Road Treatment - #6 RC-250 Liquid Asphalt Oil & Recycled Stone
RESOLVED that thc Town Board of the Town of Southold hereby accepts the bid of
Corazzini Asphait~ Inc. for furnishing and placing Bituminous Surface Treatment RC-250
Liquid Asphalt "Oil & Recycled Stone" within thc 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 (,'oat
$ 2.05 per sq. yd.
$ 86.00 per ton
$ 2.00 per gallon
2009-1 l
CA TEGOR Y:
DEPARTMENT:
Bid Acceptance
Highway Department
Accept Bid,/hr Road Trealmenl - rt 7 Type H Micro-Su(facing
RESOLVED that the Town Board of the Town of Southold hereby accepts the bid of
Thomas H. Gannon & Sons~ Inc. for the application of Polymer Modified Emulsified Asphalt
Pavement Type I1 Micro-Surfacing within the Town of Southold, all in accordance with the bid
specifications and Town Attorney, and as Ibllows:
Type 11 Micro-Surthcing
Truing & l,eveling (Type 5 Shim)
$ 1.92 per sq. yd.
$175.00 per ton
2oo9-1 I
CA TE GOR Y:
DEPARTMENT:
Bid Acceptance
Highway Department
Accept Bid for Road Treatment - ~8 Type 6 Asphalt (?bwn Pickup)
RESO1,VEI) that the '[own Board of the Town of Southold hereby accepts the bid of
Corazzini Asphalt~ Inc.~ in the amount of $59.00 per ton~ for the purchase of Type 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.
cc: John A. Cushman
Town Attorney
Linda Cooper
Lynda Rudder
ELIZABETH A. NEVILLE, RMC, CMC
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hail, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (631) 765-6145
Telephone (631) 765-1800
southoldtown.northfork.net
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
June 9, 2009
Richard Corazzini, Jr.
President
Corazzini Asphalt, Inc
PO Box 1281
Cutchogue, NY 11935
Dear Mr. Corazzini, Jr.:
Congratulations. At the regular Town Board meeting held on June 2, 2009, the
Town Board accepted the bid of Corazzini Asphalt, Inc. for the following Road
Treatment bids for the 2009 Calendar year:
Road Treatment #
Road Treatment #
Road Treatment #
Road Treatment #
Road Treatment #
Road Treatment #
Road Treatment #
1 Oil & Sand
2 Oil&Stone
3 Liquid Asphalt
4 Sand Mix (Type 5 Shim)
5 Type 6 Top
6 RC-250 Liquid Asphalt Oil & Stone
8 Type 6 Asphalt to be picked up
Certified copies of the resolutions are enclosed.
This year's bid deposits Will be returned to you at the end of the contract.
Enclosed please find last year's bid deposits. Thank you for your bid.
Ens.
Very truly yours,
Lynda M Rudder
Deputy Town Clerk
· Complete items 1, 2, and 3. Also complete
item 4 if Restricted Delivery Is desired.
· Pdnt your name and address on the reverse
so that we can return the card to you.
· Attach this card to the back of the mai[piece,
or on the front if space permits.
t. Article Addressed to:
[] Agent
B, Received by ( P~fntsd Name) C. Date of Delivery
D. Isdelive~yaddmssdifferent from item 17 [] Yes
If YES. enter delivery address be[ow: [] No
7009 0820 0001 7820 5449
, PS Form 3811, FebnJary 2004
Domestic Return Recerpt
Southold Town Board - Letter Board Meeting of June 2, 2009
RESOLUTION 2009-499
ADOPTED
Item # 5.18
DOC ID: 5049
THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2009~499 WAS
ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON
JUNE 2, 2009:
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") within the Town of Southold, all in accordance with the bid specifications and Town
Attorney, and as follows:
Bituminous Surface Treatment
Schim Mix Asphalt
Fog Coat
Town (Mainland)
$ 2.65 per sq. yd.
$ 84.00 per ton
$ 2.00 per gallon
Elizabeth A. Neville
Southold Town Clerk
Fishers Island
$ 6.75 per sq. yd.
$ 185.00 per ton
$ 3.00 per gallon
RESULT: ADOPTED [UNANIMOUS]
MOVER: Louisa P. Evans, Justice
SECONDER: Thomas H. Wickham; Councilman
AYES: Ruland, Orlando, Krupski Jr., Wickham, Evans, Ru.ssel
Generated June 8, 2009
Page 25
ELIZABETH A. NEVILLE, RMC, CMC
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
BID OPENING
May 28, 2009 at 10:00am
#1 Oil & Sand
One (1) bid was received:
Corazzini Asphalt,Inc.
P O Box 1281
Cox Lane
Cutchogue NY 11935
Bituminous Surface Treatment
Schim Mix Asphalt
Fog Coat
Town
$2.65 s.y.
$84.00 ton
$2.00 gallon
Fishers Island
$6.75 s.y.
$185.00 ton
$3.00 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:
~. 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 ! 1971, 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, PO Box 1179, 53095
Main Road, Southold, New York; until 10:00 A.M., Thursday, MAY 28, 2009, at which
time they will be opened and read aloud in public.
The Town Board of the Town of Southold reserves the right to reject any and all bids and
waive any and all informalities in any bid should it be deemed in the best interest of the
Town of Southold to do so.
All bids must be signed and sealed in envelopes plainly marked with the tYPe of road
treatment being bid on, and submitted to the Office of the Town Clerk.
The bid price shall not include any tax, federal, state, or local, from which the Town of
Southold is exempt.
Dated: May 5, 2009
ELIZABETH A. NEVILLE
SOUTHOLD TOWN CLERK
PLEASE PUBLISH ON MAY 14, 2009, AND FORWARD ONE (1) AFFIDAVIT OF
PUBLICATION TO ELIZABETH NEVILLE, TOWN CLERK, TOWN HALL, PO
BOX 1179, SOUTHOLD, NY 11971
Copies to the following:
Suffolk Times
Town Attorfiey
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
50% MC~250 & 50% RC-250 LIQUID ASPHALT
"OIL & SAND"
Item # 1
Calendar Year 2009
ITEM NO. 1
SPECIFICATIONS
FOR THE PURCHASE & APPLICATION OF
ASPHALT ROAD MATERIALS
BITUMINOUS SURFACE TREATMENT
50% MC-250 & 50% RC-250 LIQUID ASPHALT
"OIL & S AND"
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
TO NOTIFY
AT LEAST 24
ANY WORK ON
RESIDENTS MUST
AFTER DELAYS
WEATHER
REQURIED
RESIDENT
PRIOR TO
ROADS.
NOTIFIED
INCLEMENT
OPERATIONS.
SHALL BE
EACH
HOURS
TOWN
BE RE-
DUE TO
OR JOB
50% MC-250 & 50% RC-250 LIQUID ASPHALT
"OIL & SAND"
Item #1
Calendar Year 2009
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 subject at all times to the approval &the
Highway Superintendent.
Proposals, together with the entire bid package, shall be delivered enclosed in an opaque sealed
envelope and shall be addi'essed 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 accor0panied.
C. OMISSIONS AND DISCREPANCIES
Bidders should carefully examine the specifications and fully inform .themselves of all
conditions and matters which can in any way affect the work or the cost thereof. Should a
bidder fred 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
"OIL & SAND"
Item # 1
Calendar Year 2009
D; PUBLIC OPENING OF PROPOSALS
Proposals will be opened and read publicly at the time and place indicated in the Invitation for
Bids. Bidders, authorized agents, and other interested parties are invited to be present.
E. AWARD OF CONTRACT
Award of contract will be made as soon as practical. The Superintendent of Highways reserves
the fight to make awards by items, or as a whole, or not at all, whichever the Superintendent
deems to be in the best interest of the Town. A contract may be awarded to a responsible bidder
other than the lowest money bidder, if it is in the best interest of the Town. No bid may be
withdrawn after scheduled closing time for receipt of bids for a 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 ihe 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'
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" Calendar Year 2009
I TIME FOR EXECUTION OF CONTRACT
Any bidder whose proposal shall be accepted will' be required to appear before the Town in
person; or ifa 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 ~s responsible for being familiar with the latest available sdhedules.
50% MC-250 & 50% RC-250 LIQUID ASPHALT Item #1
"OIL & SAND" Calendar Year 2009
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
appr~oved 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 Liabili ,ty and Property Damage Insurance: The Contractor shall take out and maintain
during the life of this Contract such Public Liability and Property Damage Insurance as shall
protect him and any subcontractor performing work covered by this Contract from claims for
damages 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 o£such insurance shall be as follows:
Public Liability Insurance in an amount of not less than One Million Dollars ($1,000,000.00)
for bodily injuries, including wrongful death to each person and subject to the same limit for
each person in an amount not less that One Million Dollars. ($1,000,000.00) on account of each
accident.
Property Damage Insurance in an amount not less than One Million Dollars ($1,000,000.00) for
damages on account of each accident and in an amount of not less than One Million Dollars
($1,000,000.00) for damages on account of all accidents.
Liability, and Property Damage Insurance: The above policies for Public Liability and
Property Damage Insurance must be so written to include Contractor's Protective Liability and
Property Damage insurance to protect the Contractor against claims arising from the operations
of a subcontractor. The policies shall also name the Town of Southold as an additional insured.
50% MC-250 & 50% RC-250 LIQUID ASPHALT Item #1
"OIL & SAND" Calendar Year 2009
Owner's Protective Public Liability and Property Damage Insurance: The Contractor shall
furnish to the Owner, with respect to the operations he or any of his subcontractors perform a
regular Protective Public Liability Insurance Policy for, o_rid in behalf of the Owner, providing
for a limit of not less than One Million Dollars ($1,000,000.00) for all damages arising out of
bodily injuries to, or death of, one person and subject to that limit for each person, a total limit
of One Million Dollars ($1.000,000.00) for all damages arising out of bodily injuries to, or
death of, two or more persons in any one accident; and regular Protective
Property Damage Insurance providing for a limit of not less than One Million Dollars
($1,000,000.00) for damages arising out of injury to, or destruction of, property in any one
accident and subject to that limit per accident, a total (or aggregate limit of Two Million Dollars
($ 2,000,000.00) for all damages arising out ofihjury 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 there from, 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 fumish 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.
50% MC-250 & 50% RC-250 LIQUID ASPHALT
"OIL & SAND"
Item # 1
Calendar Year 2009
PROPOSALFORM
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 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"
ltem# 1
Calendar Year 2009
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.
(written in numbers) Per Sq. Yd.
FISHERS ISLAND:
(written in words) Per Sq. Yd.
(written in numbers) Per Sq. Yd.
Schim Mix Asphalt Concrete -Type 5 (500 '+/- Ton)
SOUTHOLD TOWN:
(writted in wbrds) Per Ton
?q. ea
(written in numbers) Per Ton
FISHERS ISLAND:
(written in words] Per TOn/ /
(written in numbers) Per Ton
Fog Coat: Liquid Asphalt - 50% RC-250 & 50%MC-250 (50 +/- Gallons)
SOUTHOLD TOWN:
Two
(written in words) Per Gallon
(written in numbers) Per Gallon
FISHERS ISLAND:
(written in words) Per Gallon
(written in numbers) Per Gallon
And he further agrees that if this proposal shall be accepted by the Town and that if he shall
refuse, fail or neglect to enter into a Contract pursuant to such proposal and to the requirements
of the Town, shall have been deposited in the mail addressed to him at the address given in the
proposal, that he shall be considered to have abandoned the contract.
We the undersigned, further agree that this proposal shall be reviewed by the Town to correct
any deficiencies in the proposed scope of work and, if no corrections are necessary, further
50% MC-250 & 50% RC-250 LIQUID ASPHALT
"OIL & SAND"
Item # 1
Calendar Year 2009
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:
7 3 q.-- .q~ o0
50% MC-250 & 50% RC-250 LIQUID ASPHALT
"OIL & SAND"
Item #1
Calendar Year 2009
1. DESCRIPTION
Bids are 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
Flash Point, C.O.C. F, Min.
Kenematic Viscosity ~ 140 F,
Centistokes 250 - 500
Distillation: % Total Distillate to
680 F., by Vol.
To 437 F Min. 35
To 500 F Min. 60
To 600 F Min. 80
Residue from Distillation to 680 F
% Volume by Difference, Min. 65
Tests on Residue
Absolute Viscosity 140 F 600 - 2400
Ductility, 5 cm/min.
~ 77 F, em min. 100
% Sol. In CCL4, Min. 99
Required Temperature
Mixing 100 - 175
Spraying 80 - 250
0.2
150
250-500
0-10
15- 55
60-87
67
300-1200
100
99
100-200
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 are at least 45 degrees F and
rising.
50% MC-250 & 50% RC-250 LIQUID ASPHALT
"OIL & SAND"
Item # 1
Calendar Year 2009
The weather is not foggy or raining.
There is no forecast of temperatures below 32 degrees F within 48 hours from
the time of placement of the Asphalt Material.
Construction limits shall be between May 1 & November 1.
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
quantifies 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 areas shall be as directed by the Town. All existing pavement surfaces where Schim
Mix Asphalt Concrete work is required shall be fog sealed with RC 250 at 0.10 gallon per
Square Yard prior to placement of pavement.
All manholes, catch basins, curbs and other structures shall be protected against the application
of bituminous material.
After the area to be treated has been prepared to the satisfaction of the Highway Superintendent,
an application of bituminous material (50% RC- 250 & 50% MC-250 Liquid Asphalt) shall be
applied at the rate of three tenths (0.3) gallons per square yard and immediately covered with
clean Screened Sand at the approximate rate of 40 lbs. per square yard.
The sand course shall be completely rolled twice with a self-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
"OIL & SAND"
STATEMENT OF NON-COLLUSION
ltem# 1
Calendar Year 2009
(To be completed by each Bidder)
In accordance with Section 103-d General Mtmicipal Law, effective September 1, 1966, every
bid or proposal hereafter mad~ 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 ease 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.
The person signing this bid or proposal certifies that he has fullY informed himself
regarding the accuracy of the statements contained in this certification, and under the
statements contained in this certification, and under the penalties of perjury, affirms the
truth thereof, such penalties being applicable to the bidder, as well as the person signing
in its behalf.
That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing
the execution of this certificate by the signature of this bid or proposal on behalf of the
corporate bidder.
RESOLUTION
Resolved that ~' ~ ~ P'"'d (Name of signatory)
(Name of Corporation)
ofthe
Be authorized to sign and submit the bid
50% MC-250 & 50% RC-250 LIQUID ASPHALT Item #1
"OIL & SAND" Calendar Year 2009
Or proposal of this corporation for the following Project:
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_t~bY (~te'~f2~t~'2t' /~$'~
corporation at a meeting of the Board of Directors, held on the ~ day
o,
(SEAL OF THE CORPORATION)
Laws of New York, 1965
Ch. 751, Sec. 103-d, as amended &
effective on September 1, 1965.
MARIA A: KRUPSKI
Notary Public, State of New York
No 01KR6198687
Qualified in Suffolk cour~y
Term ExDires December 29, 2012
ASPHALT PRICE ADJUSTMENT
DESCRIPTION_.. This item will provide lbr additional compensation to, or repayment by,
the Contractor ?or increases or decreases in the price oI asphalt tln'oughout the life of the
Contract. This adjustlnent will be computed within the prescribed conditions and in
conformance with written proceduses of thc Toum of Southold.
ELIGIBLE ITEMS. Price adjnslmen~s will be determined for eligible
items listed elsewhere in this proposal. No adjustment will be provided for
any new Items incorporated inlo thc work by orders-on-contract or those
items paid for under force account or agreed unit prices. In additiom work
ordered by the Engineer and perforated by the Contractor at his o,aq~ ekpense
will not be eligible for asphah price adjustment.
METHOD OF COMPUTATION
1. ASPI-LALT PRICE ADJUSTMENT
a. The quanlity of asphalt (tons) considercd for adjustment will be
determined by multiplying the quantity of eligible items placed
by their conversion factor as listed in Table.
b. Asphalt price adjustment wil be based on the lbllowing
fomnulas:
· When the price increases:
Asphalt adjustment ~ (~quantity of asphalt) X
(conversion rotor)) X ((average posted price) - (asphalt
price index price + $10.00))
· When the price decreases:
Asphalt adjustment = ((quantity of asphalt) X (conversion
factor)) X ((average posted price) - (asphalt index price -
$ ~ 0.00))
Where the:
Asphal! index Price A fixed price per ton of asphalt. This price is
used solely as a base from which to compute asphalt price
adjnstments. Its dollar amount is specified in the asphalt p~ce
adjustanent note, as listed in Table.
Average Posted Price The average FOB terminal price for
ttmnodified PO 64~ 22 binder or approved eqtml, without anti=
stripping agent, will be detem~incd by thc Town of Southold monthly,
based on prices of the New York Slate Department of Transportation
(NYSD.OT) approved primary sources of pe~Tormance gTaded binder
The asphah price adjustment will be based solely on thc price chan es
will be given to the situation where an individual supplier's price
for asphalt as determined by the above formulas. No considerat n
exceeds the Average Posted Pr/ce nor shall any adjusm]ent be made
Unless lhe Average Posted Price i~ eithe~ $]0 O0 greater than or less
than the Asphalt Index PDce.
METHOD OF MEASUREMENT: Thc necessary (NEC) ltm~p stun shown in the
proposal for this ite~m shall be considered the price bid. a/though actual payment will
l'~Z/(I5 'US 'I'UE 13:§1 FAX 631 768 6148 S01.1THOLD TOWN CLERK
be based on the work performed. The NEC Jump sum is not to be altered in any
manner by the bidder.
3. BASIS OF PAYMENT: The actual asphalt price adjustment will be made every
thirty (30) days and will be based on d~e methods of computation previously
described in this specification. No adjustments, eithur positive or negative, will be
made until payment of the final estimate.
The adjustment will be based on the quantity of eligible items placed and the
Average
Posted Price in effect at the time the Work Order was issued. For the purpose of
calculating asphalt price adjustment, tI~e Average Posted Price will be taken from
the
"NYSDOT Average Posted Price for Fuel, Asphalt and Steel Price Adjustments"
and will
apply to eligib[~ work performed as directed by the Wbrk Order.
ASPHALT PRICE ADJUSTMENT
The Asphalt Index Price which shall apply to the Contract shalI be $406.00 per ton.
ASPHALT PRICE ADJUSTMENT FACTORS FOR MUNICIPALITll
MATER:IA:L DESCRIPTION CONVER"SlO:N ~"
FACTOR~ * ITEM N'UMB:ER
l[titu:mine~us Stabilized Course 0.065 t PGB/yd~ ' 302.01, .0102
ItMA Type 1 Base 0.050 t PGB/t 403 I 1 x,,c,,cx
.HMA Type 2 Base 0.035 t PGB/t 403. !
~HMA Type 3 Binder 0.055 t PGB/t 403.13xxxx
lIMA Type 5 Shim 0.077 t PGB/t 403.15xxxx
lIMA Type 6, 6F2 6F3. Top Course 0.062 t PGB/t -- 403.17xx,'cx
I-[MA Type 7, 7F2, 7F3 Top Course 0.063 t PGB/t 403.19xxxx
True and Leveling See Note 4 403.2 lxxx~
Asp:hal. tic, Sealants. (ASTM 6690) 0.00272 t ?GBigal - 402.75XX RR
Paver Pla~ed Surface Treau*nent 0.0013 t PGB/yd-' 402.918x02 ER, 402.928x02 RR,
Types A, B and C 402.938x02 ER
Taok Coat (Asphalt Emulsion) 0.0012 t PGB/gal 407~01 RR
Bituminou..~s Material (Pav_ement, Shoulders) 0 0025 t PGB/gal 410.07
Micro-Surfacing, Type II 0.090 t PGB/t 410. 102102 RR '-
Micro-Surfacing, Type III and Rut Filling 0.075 t PG~B/t 410.103102 RR, .104[02 RR
Quick-S?t Slurry, Type II 0.115 t PGB/t 410.202302 RR
Quick-Set Slurry, Type II1 0.100 t pGB/t 410.203302 RI(
~Aspha_lt Sid~,valks, Driveways See Note 5 608.02>~x RR
Miscellaneous Asphalt 702-07 0.0040~PGB/gal , 618.07
Asphalt Emu s o ~ 702-3001 0,0021 t PGB/gal 618.300 I, 407.02 RI{
Asphalt Emulsion 702-3101, 702-3102 I 0.0024t PGB/~gal 618.3101, 618.3102
l:~/O8 'OB TUE 1,3;81 FAK 631 ?65 6145
SOUTHOLD TOWN CLERK
~ 003
Asphalt Emulsion 702-3201, 70
702-3401, 702-3402
Asphalt Emulsion 702-3501, 7023601
Cationic Asphalt Emulsion 702-400
Ca~Jonic Asphalt Emu Ision 702-410 I, 702-
4-2'01,702-4301
Cationic Asphalt Emulsion 702-4401, 702-
450t
1
0.0025t PGB/gal 618.3201, 618.3301, 618.3401,
__ 618.3402
0.0022t PGB/gal 618.3501, 618.3601
618.4001~ 407.02 RR
618.4101, 618.4201, 618.4301
' 0.0023~t PGB/gal
0.0025 t PGB/gaI
0.0022 t PGB/gal
618.4401, 618.4501
Item Number: This is the contract pay item number under wh¢ch these materials are most frequently
Paid. Unless indicated otherwme, materials similar to those Indicated under the column entitled "Material
Description" are also eligible for adjustment using the factor listed for a similar material with the same pay
units regardless of the actual contract pay item number. Contact the Engineer with any questions
regardfng, applicability of contract pay items that are not listed.
In accordance with Standard Specificabon §898-3,01, the index value for the asphalt price adjustment
s me average posted price of Performance Graded Binder (PGB) for the month of bid letting.
2. A two digit suffix :RR) at the end of a contract pay item indicates a special specification.
3. The conversion factors for HMA mixed with slag shall be increased by 25%.
4 The conversion factor for True '& Leveling, Driveways, or other items that allow mix options will be
based on the actual mixtures used.
#9294
STATE OF NEW YORK)
) SS:
COUNTY OF SUFFOLK)
Karen Kine of Mattituck, in said county, being duly sworn, says that 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
14th day of May, 2009.
Principal Clerk
Sworn to before me this
~j~day of ~
2009.
NOTARY PU~LIC-~i~'i'~ Or NEW YORK
No. 01 -VO61050E, 0
Q,J~l!f~ed t~ ~!.~0!~ County
ASPHALT PRICE ADJUSTMENT
DESCRIPTION: This item will provide for additional compensation to, or repayment by,
the Contractor for increases or decreases in the price of asphalt throughout the life of the
Contract. This adjustment will be computed within the prescribed conditions and in
conformance with written procedures of the Town of Southold.
ELIGIBLE ITEMS. Price adjustments will be determined for eligible
items listed elsewhere in this proposal. No adjustment will be provided for
any new Items incorporated into the work by orders-on-contract or those
items paid for under force account or agreed unit prices. In addition, work
ordered by the Engineer and performed by the Contractor at his own expense
will not be eligible for asphalt price adjustment.
B. METHOD OF COMPUTATION
1. ASPHALT PRICE ADJUSTMENT
a. The quantity of asphalt (tons) considered for adjustment will be
determined by multiplying the quantity of eligible items placed
by their conversion factor as listed in Table.
b. Asphalt price adjustment will be based on the following
formulas:
· When the price increases:
Asphalt adjustment = ((quantity of asphalt) X
(conversion factor)) X ((average posted price) - (asphalt
price index price + $10.00))
· When the price decreases:
Asphalt adjustment = ((quantity of asphalt) X (conversion
factor)) X ((average posted price) - (asphalt index price -
$10.00))
Where the:
Asphalt Index Price. A fixed price per ton of asphalt. This price is
used solely as a base from which to compute asphalt price
adjustments. Its dollar amount is specified in the asphalt price
adjustment note, as listed in Table.
Average Posted Price. The average FOB terminal price for
unmodified PO 64- 22 binder or approved equal, without anti~
stripping agent, will be determined by the Town of Southold monthly,
based on prices of the New York State Department of Transportation
(NYSDOT) approved primary sources of performance graded binder
The asphalt price adjustment will be based solely on the price changes
for asphalt as determined by the above formulas. No consideration
will be given to the situation where an individual supplier's price
exceeds the Average Posted Price, nor shall any adjustment be made
unless the Average Posted Price is either $10.00 greater than or less
than the Asphalt Index Price.
2. METHOD OF MEASUREMENT; The necessary (NEC) lump sum shown in the
proposal for this item shall be considered the price bid, although actual payment will
be based on the work performed. The NEC Jump sum is not to be altered in any
manner by the bidder.
BASIS OF PAYMENT: The actual asphalt price adjustment will be made every
thirty (30) days and will be based on the methods of computation previously
described in this specification. No adjustments, either positive or negative, will be
made until payment of the final estimate.
The adjustment will be based on the quantity of eligible items placed and the
Average
Posted Price in effect at the time the Work Order was issued. For the purpose of
calculating asphalt price adjustment, the Average Posted Price will be taken from
the
"NYSDOT Average Posted Price for Fuel, Asphalt and Steel Price Adjustments"
and will
apply to eligible work performed as directed by the WOrk Order.
ASPHALT PRICE ADJUSTMENT
The Asphalt Index Price which shall apply to the Contract shall be $406.00 per ton.
ASPHALT PRICE ADJUSTMENT FACTORS FOR MUNICIPALITIES
CONVERSION * ITEM NUMBER
MATERIAL DESCRIPTION FACTOR
Bituminous Stabilized Course 0.065 t PGB/yd3 302.01, .0102
HMA Type 1 Base 0.050 t PGB/t 403.1 lxxxx
HMA Type 2 Base 0.035 t PGB/t 403.12xxxx
HMA Type 3 Binder 0.055 t PGB/t 403.13xxxx
HMA Type 5 Shim 0.077 t PGB/t 403.15xxxx
HMA Type 6, 6F2, 6F3. Top Course 0.062 t PGB/t 403.17xxxx
HMA Type 7, 7F2, 7F3 Top Course 0.063 t PGB/t 403.19xxxx
True and Leveling See Note 4 403.21 xxxx
Asphaltic Sealants (ASTM 6690) 0.00272 t PGB/gal 402.75XX RR
Paver Placed Surface Treatment 0.0013 t PGB/yd2 402.918x02 PR, 402.928x02 PR,
Types A, B and C 402.938x02 PR
Tack Coat (Asphalt Emulsion) 0.0012 t PGB/gal 407.01 RR
Bituminous Material (Pavement, Shoulders) 0.0025 t PGB/gal 410.07
Micro-Surfacing, Type II 0.090 t PGB/t 410.102102 RR
Micro-Surfacing, Type III and Rut Filling 0.075 t PGB/t 410.103102 PR, .104102 PR
Quick-Set Slurry, Type II 0.115 t PGB/t 410.202302 RR
Quick-Set Slurry, Type III 0.1~)0 t PGB/t 410.203302 PR
Asphalt Sidewalks, Driveways See Note 5 608.02xx RR
Miscellaneous Asphalt 702-07 0.0040t PGB/gal 618.07
Asphalt Emulsion 702-300i 0.0021t PGB/gal 618.3001, 407.02 RR
Asphalt Emulsion 702-3101, 702-3102 0.0024t PGB/gal ___ 618.3101, 618.3102
Asphalt Emulsion 702-3201, 702~3301, 0.0025t PGB/gal 618.3201, 618.3301; 618.340J~
702-3401, 702-3402 618.3402
Asphalt Emulsion 702-3501, 702-3601 0.0022t PGB/gal 618.3501, 618.3601
Cationic Asphalt Emulsion 702-4001 0.0023t PGB/gal 618.4001, 407.02 RR
Cationic Asphalt Emulsion 702-4101, 702- 0.0025 t PGB/gal 618.4101, 618.4201, 618.4301
4201, 702-4301
Cationic Asphalt Emulsion 702-4401, 702- 0.0022 t PGB/gal 618.4401, 618.4501
450t
Notes:
1. In accordance with Standard'Specification §698-3.01, the index value for the asphalt price adjustment
is the average posted price of Performance Graded Binder (PGB) for the month of bid letting.
2. A two digit suffix (RR) at the end of a contract pay item indicates a.special specification.
3. The conversion factors for HMA mixed with slag shall be increased by 25%
4. The conversion factor for True'& Leveling, Driveways, or other items that allow mix options will be
based on the actual mixtures used.
Item Number. This is the contract pay item number under which these materials are most frequently
paid. Unless indicated otherwise, materials similar to those indicated under the column entitled "Material
Description" are also eligible for adjustment using the factor listed'for a similar material with the same pay
units regardless of the actual contract pay item number. Contact the Engineer with any quegtions
regarding applicability of contract pay items that are not listed.
be based on the work performed. The NEC Jump stun is not to be altered in any
manner by the bidder.
BASIS OF PAYMENT: The actual asphalt price adjustment will be made every
thirty (30) days and will be based on the methods of computation previously
described in this specification. No adjustments, either positive or negative, will be
made until payment of the final estimate.
The adjustment will be based on the quantity of eligible items placed and the
Average
Posted Price in effect at the time the Work Order was issued. For the purpose of
calculating asphalt price adjustment, the Average Posted Price will be taken from
the
"NYSDOT Average Posted Price for Fuel, Asphalt and Steel Price Adjustments"
and will
apply to eligible work performed as directed by the Wi)rk Order.
ASPHALT PRICE ADJUSTMENT
The Asphalt Index Price which shall apply to the Contract shall be $406.00 per ton.
ASPHALT PRICE ADJUSTMENT FACTORS FOR MUNICIPALITIES
CONVERSION * ITEM NUMBER
MATERIAL DESCRIPTION FACTOR
Bituminous Stabilized Course 0.065 t PGB/yd3 302.01, .0102
HMA Type 1 Base 0.050 t PGB/t 403.11 xxxx
HMA Type 2 Base 0.035 t PGB/t 403.12xxxx
HMA Type 3 Binder 0.055 t PGB/t 403.13xxxx
HMA Type 5 Shim 0.077 t PGB/t 403.15xxxx
HMA Type 6, 6F2, 6F3 Top Course 0.062 t PGB/t 403.17xxxx
HMA Type 7, 7F2, 7F3 Top Course 0.063 t PGB/t 403.19xxxx
True and Leveling See Note 4 403.21 xxxx
Asphaltic Sealants (ASTM 6690) 0.00272 t PGB/gal 402.75XX RR
Paver Placed Surface Treatment 0.0013 t PGB/yd2 402.918x02 RR, 402.928x02 PR,
Types A, B and C 402.938x02 PR
Tack Coat (Asphalt Emulsion) 0.0012 t PGB/gal 407.01 RR
Bituminous Material (Pavement, Shoulders) 0.0025 t PGB/gal 410.07
Micro-S urfacing, Type Il 0.090 t PGB/t 410.102102 RR
Micro-Surfacing, Type Ill and Rut Filling 0.075 t PGB/t 410.103102 RR, .104102 PR
Quick-Set Slurry, Type II 0.115 t PGB/t 410.202302 PR
Quick-Set Slurry, Type III 0.100 t PGB/t 410.203302 PR
Asphalt Sidewalks, Driveways See Note 5 608.02xx PR
Miscellaneous Asphalt 702-07 0.0040t PGB/gal 618.07
Asphalt Emulsion 702-3001 0.0021t PGB/§al 618.3001, 407.02 RR
Asphalt Emulsion 702-3101,702-3102 0.0024t PGB/gal 618.3101, 618.3102
Asphalt Emulsion 702-3201, 702-3301, 010025t PGB/gal 618.3201, 61~.~'301--~3-18.3401,
702-3401, 702-3402 618.3402
Asphalt Emulsion 702-3501, 702-3601 0.0022t PGB/gal 618.3501, 618.3601
Cationic Asphalt Emulsion 702-4001 0.0023t PGB/gal 618.4001,407.02 RR
Cationic Asphalt Emulsion 702-4101,702-
4201, 702-4301 0.0025 t PGB/gal 618.4101, 618.4201, 618.4301
Cationic Asphalt Emulsion 702-4401, 702- 0.0022 t PGB/gal 618.4401, 618.4501
4501
Notes:
1. In accordance with Standard Specification §698-3.01, the index value for the asphalt price adjustment
is the average posted price of Performance Graded Binder (PGB) for the month of bid letting.
2. A two digit suffix (RR) at the end of a contract pay item indicates a special specification.
3. The conversion factors for HMA mixed with slag shall be increased by 25%.
4. The conversion factor for True & Leveling, Driveways, or other items that allow mix options will be
based on the actual mixtures used.
Item Number: This is the contract pay item number under which these materials are most frequently
paid. Unless indicated otherwise, materials similar to those indicated under the column entitled "Material
Description" are also eligible for adjustment using the factor listed.for a similar material with the same pay
units regardless of the actual contract pay item number. Contact the Engineer with any questions
regarding applicability of contract pay items that are not listed.
ter
> DOING BUSINESS WITH NYSDOT > CONTRACTORS > OFFICE OF CONSTRUCTION · FUEL ASPHALT & STEEL PRICE ADJUSTMENTS
Office of Construction
Fuel, Asphalt, & Steel Price Adjustments
Fuel, Asphalt, & Steel Price Adjustments
NYSDOT Average Posted Prices for Fuel
The following is a listing of Average Posted Prices for Fuel, which are to De used in computation of progress and fina~ payments for the Fuel Phce Adjustment
(item 69802 and 698 05) Instructions for calculating these payments are contained in the NYSDOT Standard Specifications
2009 2008 2007 2006
S/liter S/gallon S/liter S/gallon $11iter $1gallon S/liter S/gallon
JANUARY 0 34 1 30 67 2 55 49 185 44 168
FEBRUARY 038 145 65 250 42 1 57 48 180
MARCH 035 1 31 74 2 79 48 1 81 45 1 70
APRIL 0 38 1 45 79 2 97 53 2 00 51 192
MAY 0 41 I 57 86 3 26 57 2 14 60 228
JUNE 93 350 64 241 58 219
JULY 96 363 61 230 58 2 18
AUGUST 94 3 54 60 2 28 62 234
SEPTEMBER 82 3 12 59 224 58 221
OCTOBER 77 290 62 2 33 46 1 73
NOVEMBER 58 2 18 63 2 38 46 1 73
DECEMBER 42 1 60 69 263 46 1 73
NYSDOT Average Posted Prices for Asphalt (Performance Graded Binder)
The following is a listing of Average Posted Prices for Asphalt (Pen'ormance Graded Binder) which are to be used in computation of progress and final payments
for the Asphalt Price Adjustment (Item 698 01 and 698 04) instructions for calculating these payments are contained in the NYSDOT Standard Specifications
2009 2008 2007 2006
S/ton S/ton S/ton S/ton
S/ton S/ton S/ton S/ton
(metric) (metric) (metric) (metric)
JANUARY 507 460 337 306 340 309 269 244
FEBRUARY 469 426 383 348 337 305 272 247
MARCH 461 418 397 360 339 307 292 265
APRIL 447 406 438 398 353 320 312 283
MAY 447 406 467 424 353 320 346 314
JUNE 523 474 364 330 385 349
Fuel, Asphalt, & Steel Price Adjustments Page 2 of 4
MARCH 461 418 397 360 339 307 292 265
APRIL 447 406 438 398 353 320 312 283
MAY 447 406 467 424 353 320 346 314
JUNE 523 474 364 330 385 349
JULY 648 588 369 335 410 372
AUGUST 819 743 375 341 437 396
SEPTEMBER 836 758 379 343 442 401
OCTOBER 762 691 360 326 427 387
NOVEMBER 686 623 352 319 389 353
DECEMBER 566 513 350 318 268 243
Steel Producer Price Indexes (PPI) and Cost Basis (CB)
The following two tables list Producer Price Indexes from the USDOL Bureau of Labor Statisics (BLS) along with a listing of
cost basis (CB) values for steel/iron products. Use the appropriate table as per contract specifications. The CB and PPis ar,
be used in the computation of progress and final payments for the Steel/Iron Price Adjustment (Item 698.03 and 698.06),
Instructions for calculating these payments are contained in the NYSDOT Standard Specifications, The final PPi is usually
available 4 months after publication of the preliminary PPI.
Producer Price Indexes (PPI) For
WPU 101702 - Semi Finished Steel Mill Products
2009 2008 2007
Prelim Final Cost Prelim Final Cost Prelim Final Cost
PPI PPI Basis PPI PPI Basis PPI PPI Basis
JANUARY 251.2 1200 255.0 2552 $700 222.0 224.1 $700
FEBRUARY 230.5 1200 267.8 268.9 $700 234.0 234.4 $700
MARCH 234.4 1200 2742 274.2 $700 2461 245.2 $700
APRIL 281.2 283.2 $700 259.2 256.7 $700
MAY 317.7 318.6 $700 2580 256.7 $700
JUNE 333.2 334.1 $700 263.4 261.3 $700
JULY 340.4 337.2 $700 249.5 250.5 $700
AUGUST 358.2 358.5 1200 247.3 249.7 $700
SEPTEMBER 3409 361.3 1200 242.0 244.0 $700
OCTOBER 334.4 327.8 1200 241.4 243.4 $700
NOVEMBER 315.1 271.6 1200 245.4 245.7 $700
DECEMBER 291.3 1200 249.0 245.3 $700
https://www~nysd~t.g~v/main/business~center/c~ntract~rs/c~nstructi~n~divisi~n/fue~~aspha~.~~ 5/12/2009
Fuel, Asphalt, & Steel Price Adjustments Page 3 of 4
Producer Price Indexes (PPI) For
WPU 10121193 - Shredded Carbon Steel Scrap
2009 2008
Prelim Final Cost Prelim Final
PPI PPI Basis PPI PPI
JANUARY 159.4 1200 233.6 232.3
FEBRUARY 148.2 1200 257.4 240.1
MARCH 134.1 1200 249.3 243.8
APRIL 328.6 316.9
MAY 348.7 336.7
JUNE 344.0 339.1
JULY 367.5 360.1
AUGUST 355.8 355.5
SEPTEMBER 275.7 284.2
OCTOBER 158.1 148.2
NOVEMBER 115.7 114.5
DECEMBER 134.9
Coat
Basis
~700
~700
~700
.~700
1700
1700
1700
1200
1200
1200
1200
1200
2007
Prelim Final Cost
PPI PPI Basis
158.2 158.6 $700
172.5 176.3 $700
2148 215.4 $700
196.9 199.1 $700
174.3 175.3 $700
177.0 176.3 $700
175,3 175.3 $700
180.6 180.5 $700
186,9 186.5 $700
187,4 187.4 $700
183.0 182.7 $700
193.5 191.7 $700
Note: 'n/a' = data not available
*Preliminary PPI derived from the Annual Average PPI posted by the USDOL Bureau of Labor Statistics.
UPDATE INFORMATION
Fuel, and asphalt prices and steel producer price indexes (PPis) are updated monthly by Engineering Bulletin (EB). Prices
posted to this website on or about the 25th of the month. If there is a discrepancy between the information stated above am
EB, the EB is the official version. As of EB 08-052.
The Eligible Items and Conversion Factors are periodically updated on a less frequent basis. If there is a discrepancy betw(
the information stated on this website and the contract proposal, the contract proposal is the official version.
Fuel - Eligible Items & Usage Factors(Metric)~
Fuel - Eligible items & Usage Factors(US Customary)l~
Asphalt - Eligible Items & Conversion Factors(Metric)'~
Asphalt - Eligible Items & Conversion Factors(US Customary)'~
Municipal Asphalt - Eligible Items & Conversion Factors(US Customary)l~
Last Updated Effective
on Website as of Lettin!
06/02/2008 09/06/200'
12/25/2008 01/08/200!
06/02/2008 09/06/2008
12/25/2008 01/08/2009
12/25/2008 n/a
https://www~nysd~t~g~v/main/business~c~nt~r/c~ntract~rs/c~nstructi~n~divisi~n/fue~~aspha~~~~ 5/12/2009
Fuel, Asphalt, & Steel Price Adjustments Page 4 of 4
Steel Price Adjustment Program (MS Access)
04/21/2009 n/a
https://www.nysd~t.g~v/main/business~center/c~ntract~rs/c~nstructi~n~divisi~n/fue~~asphal... 5/12/2009
Fuel, Asphalt, & Steel Price Adjustments Page 1 of 4
DOING BUSINESS WITH NYSDOT > CONTRACTORS > OFFICE OF CONSTRUCTION ;' FUEL ASPHALT, & STEEL PRICE
ADJUSTMENTS
Office of Construction
Fuel, Asphalt, & Steel Price Adjustments
Fuel, Asphalt, & Steel Price Adjustments
NYSDOT Average Posted Prices for Fuel
The following is a listing of Average Posted Prices for Fuel, which are to be used in computation of progress and final paym
for the Fuel Price Adjustment (Item 698.02 and 698.05). Instructions for calculating these payments are contained in the
NYSDQT Standard Specifications
2009 2008 2007 2006
S/liter S/gallon S/liter S/gallon S/liter S/gallon S/liter S/gallon
JANUARY 0.34 1.30 .67 2.55 .49 1 ~85 .44 1.68
FEBRUARY 0.38 1.45 .66 2.50 ,42 1.57 .48 1.80
MARCH 0.35 1,31 .74 2.79 .48 1 81 .45 1.70
APRIL 0,38 1.45 .79 2.97 53 2.00 .51 1,92
MAY 041 1 57 .86 3.26 57 2.14 60 2,28
JUNE .93 3.50 ,64 2.41 .58 2.19
JULY ,96 3.63 .61 2.30 .58 2.18
AUGUST .94 3.54 .60 2.28 ,62 2.34
SEPTEMBER .82 3.12 .59 2.24 ,58 2.21
OCTOBER .77 2.90 .62 2.33 ,46 1.73
NOVEMBER .58 2.18 .63 2.38 .46 1.73
DECEMBER .42 1.60 ,69 2.63 .46 1.73
NYSDOT Average Posted Prices for Asphalt (Performance Graded Binder)
The following is a listing of Average Posted Prices for Asphalt (Performance Graded Binder) which are to be used in compL
of progress and final payments for the Asphalt Price Adjustment (Item 698.01 and 698.04). Instructions for calculating thes(
payments are contained in the NYSDOT Standard Specifications.
2009 2008 2007 2006
S/ton S/ton S/ton S/ton
S/ton S/ton S/ton S/ton
(metric) (metric) (metric) (metric)
JANUARY 507 460 337 306 340 309 269 244
FEBRUARY 469 426 383 348 337 305 272 247
https://www~nysd~t~g~v/main~usiness~cent~r/c~ntract~rs/c~nstructi~n~divisi~n/fue~aspha~ 5/12/2009
05/0.8/2009 FRI 14:19
F~OM : PSl
FAX.
~003/005
~ Ma~. 24 2L~1~9 12:13PM P2
ITEM 900-PA ~ ASPHALT PRICE ADJUSTMENT
DEscRIPTION; This item will provide for additional corapcnsalion to, or repayment by, tho
Contractor for inoreases or d~ma~os in Ge price of asphalt throughout the ~ of the Cont~acL
This adjustment will be ~omput~ within tho pr~.ctibed conditions and in conformance with
written pro~edur~ of thc Town of Southampton.
A. IgLIOIBLE 1TEIvlS. Pr/cc adjustments will be d~t~rmin~d for cligiblc items {ismd
cl~wher~ in this proposal. No adju_~tment will bc provid~l for any now 'items
incorporated into the work by orders-on-con~ract or thos~ items paid for under force
account or agree[ unit prices. In addition, work ordered by the Engineer and performe~i
by the ConU:actor a~ his own e.~pense will not be eligible for asphalt price adjustment.
IvI~THOD OF COlvfPUTAT[ON
ASPHALT PR/CE AD~USTMHNT
ao
The quam-hy of ssphalt (toils) considered fgr adjustment will be d~mrmined
by multiplying the quantity of eligible isms placed by their conversion factor
as lisf~cl in Table 900-PA-1.
b. Asphalt price adjastmcnt will b~ b~cd on thc following formulas:
· ~eu the ~rlc~ jncreeses:
Asphalt adj~stulont = ((quantity of asphalt)X(conv~rden faotor)) X
((average posted pricey-(asphaR prioe index pric.~ + f;I 0.00D
· When the prlec ~ccrcasc~:
Asphalt adjustraant = ((quantity of asphalt)X(convorsion fa~tor)) X
((average post~ prie~)-(asphalt index pri~ - $10.00))
A~phalt Index 2ric~. A fixed price per ton of asphalt This pri~ is ~ ~lely as
a ~o ~m whioh to ~mp~ ~phalt price ~j~en~ Ikq doll~ ~opnt is
s~ifi~ ~ ~o ~p~t pri~ adju~ont no~. ~'-'_,'~ .... : F - ~ ~
~ver~e Po$led ~riae. ~e av~gc FOB tv~nal pg~ for ~t~ed PO 64-
22 bin~r or approvM ~, wi~o~ anti~pp~g ~n~ will ~ dete~in~ by
· e To~ of Sou~pton men. fy. b~ on ~c~ of ~e Now Yo~ S~
The asphalt pric~ a4jusl~neut will be basext solely on lhe price changes for asphalt
ag deterrr~h~ed by tho e~ovo formu]ag, i'qo consideration will be giv~ to thc
9'1
05/~8/2009 FRI 14:19 FAX
FROM ; ~
FRX ND. : 6~1-864-~64
~]004/005
6 Ma~-, 2~ ~ 12:14PM P3
situation where an individual 5upplicr's price exceeds thu Average Posted Price,
nor shall any adjustment bc made unless the Average Postmt Price is c/thor
$10.00 grater than or less than thc Asphalt lndox Price.
iV~THOD OF MEASUREMI~T: The necess~o' (NEC) lump sum sho~ h ~e ~po~l for
thi~ i~ shall b~ ~nsidemd ~ price bi~, al~ou~ ~ ~ym~t w~ be b~ on ~c work
p~fo~. ~e ~C I~p s~ is not to be ~ in ~ ~ by ~ bidden
BASIS OF PAYMENT: The actual, asphalt prier adjustmoat will be made ew~y thirty (30) days
~ud will bo besed on the methods of computation previously described in this speeificati0n. No
adjustments, either positive or negative~ will be made until payment of the final estimate.
Tile adj~tane~t will I~ [rased on tho qumd. ity. of eli~ble ~ms plaid ~d ~ Av~ Po~d
~ ~ e~ at ~ fi~ z~e W~k Ord~ ~ is~. For ~e p~ of ~ing ~Mt
pH~ ~ju~enL ~e Ave~ Po~ P~ w~ be ~en ~ ~e 'WYSDOT Averse Posted
P~ ~r Fuel, ~lt ~d S~l ~ Adj~" ~d will apPly to eligible wo~ peffo~ ~
d~t~ by ~s Wo~ ~dcr.
,05/08/2009 FRI 1~:19
FROM : PSI
F~X
~005/005
~ Map. 24 2~9 12:14PH P4
Table 900-PA-1
ASPHALT PR/CE ADJUSTMENT
The Asphalt Index Pti. ce which shall apply m thc Contract shall be_$42~
ITEIVI$ ELIGIBLE FOR ASP]HALT PRICE ADJUSTMENT
Itom No'.
40 l-BI - Rut Avoidance Asphalt Concrete., Type
3114. B/nd,r Course
402-61: -Rut Avoidance Asphalt Concrete, Type
6FRA. Top Course
403-71: - Rat Avoidance Asphalt Concrete, Type
7FRA Top Course
Conversion Factor*
0.055 (0.036)
0-062 (0.059)
0.o5~ (o.oto)
Noto: "C~nvem~Fa~t~r°~f~rc~mpu~a~i~n~f~hequan~W~f~pha~t~n~ntcensid~r~df~radjustmant
shall ~ ~c ~get asphalt cem~t ~mcnt ~ es~li~ed ~ ~c appwved d~ign m~ subm~ ~ ~o
Con~otor and appwved by ~o Englnoer. ~c Coat. ion F~W~ disp~yed in ~o Tabl6 (above) shall
~ ~e max}mm Mlow~. '~onve~ion Fairs' in parentb~s =~ for ~ wi~ "~la/m~d ~hnlt
Payment (~)~'.
93
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, PO Box 1179, 53095
Main Road, Southold, New York; until 10:00 A.M., Thursday, MAY 28, 2009, at which
time they will be opened and read aloud in public.
The Town Board of the Town of Southold reserves the right to reject any and all bids and
waive any and all informalities in any bid should it be deemed in the best interest of the
Town of Southold to do so.
All bids must be signed and sealed in envelopes plainly marked with the type of road
treatment being bid on, and submitted to the Office of the Town Clerk.
The bid price shall not include any tax, federal, state, or local, from which the Town of
Southold is exempt.
Dated: May 5, 2009
ELIZABETH A. NEVILLE
SOUTHOLD TOWN CLERK
PLEASE PUBLISH ON MAY 14, 2009, AND FORWARD ONE (1) AFFIDAVIT OF
PUBLICATION TO ELIZABETH NEVILLE, TOWN CLERK, TOWN HALL, PO
BOX 1179, SOUTHOLD, NY 11971
Copies to the following:
Suffolk Times
Town Attorfiey
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
50% MC-250 & 50% RC-250 LIQUID ASPHALT Item #1
"OIL & SAND" Calendar Year 2009
ITEM NO. 1
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
REQURIED TO NOTIFY
RESIDENT AT LEAST 24
PRIOR TO ANY WORK ON
CONTRACTOR SHALL BE
EACH
HOURS
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 2009
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 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.
50% MC-250 & 50% RC-250 LIQUID ASPHALT Item #1
"OIL & SAND" Calendar Year 2009
D~ PUBLIC OPENING OF PROPOSALS
Proposals will be opened and read publicly at the time and place indicated in the Invitation for
Bids. Bidders, authorized agents, and other interested parties are invited to be present.
E. AWARD OF CONTRACT
Award of contract will be made as soon as practical. The Superintendent of Highways reserves
the fight to make awards by items, or as a whole, or not at all, whichever the Superintendent
deems to be in the best interest of the Town. A contract may be awarded to a responsible bidder
other than the lowest money bidder, if it is in the best interest of the Town. No bid may be
withdrawn after scheduled closing time for receipt of bids for a 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 foma 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 retumed 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
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" Calendar Year 2009
I TIME FOR EXECUTION OF CONTRACT
Any bidder whose proposal shall be accepted will' be required to appear before the Town in
person; or if a firm or corporation, a duly authorized representative shall so appear, and execute
six (6) copies of the Contract and furnish satisfactory Performance and Payment Bond within
ten (10) days after notice that the Contract has been awarded to him. Failure to execute Contract
shall constitute a breach of the agreement effected by the acceptance of the Proposal
The damages to the Town for such breach will include loss from interference with his
construction program and other items, the accurate amount of which it will be difficult or
impossible to compute. The amount of the certified check or bidder's bond accompanying the
Proposal of such bidder shall be retained by the Town, not as a penalty, but as liquidated
damages for such breach. In the event any bidder whose proposal shall, be accepted shall fail or
refuse to execute the Contract as herein before provided, the Town may, at there option,
determine that such bidder has abandoned the Contract, and thereupon, his proposal and
acceptance thereof shall be null and void, and the Town shall be entitled to liquidated damages
as above provided.
J. PREVAILING WAGE RATES
The New York State Department of Labor's Prevailing Wage Rate Schedules are part of this
Contract. The Contractor is responsible for being familiar with the latest available schedules.
50% MC-250 & 50% RC-250 LIQUID ASPHALT Item #1
"OIL & SAND" Calendar Year 2009
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 Property, Damage Insurance: The Contractor shall take out and maintain
during the life of this Contract such Public Liability and Property Damage Insurance as shall
protect him and any subcontractor performing work covered by this Contract from claims for
damages four personal injury including accidental death as well as from claims for property
damage which may arise from operations under this Contract, whether such operations be by
himself or by any subcontractor, to by anyone directly or indirectly employed by either of them,
and the amounts of such insurance shall be as follows:
Public Liability Insurance in an amount of not less than One Million Dollars ($1,000,000.00)
for bodily injuries, including wrongful death to each person and subject to the same limit for
each person in an amount not less that One Million Dollars. ($1,000,000.00) on account of each
accident.
Property Damage Insurance in an amount not less than One Million Dollars ($1,000,000.00) for
damages on account of each accident and in an amount of not less than One Million Dollars
($1,000,000.00) for damages on account of all accidents.
Liability and Property Damage Insurance: The above policies for Public Liability and
Property Damage Insurance must be so written to include Contractor's Protective Liability and
Property Damage insurance to protect the Contractor against claims arising from the operations
of a subcontractor. The policies shall also name the Town of Southold as an additional insured.
50% MC-250 & 50% RC-250 LIQUID ASPHALT Item #1
"OIL & SAND" Calendar Year 2009
Owner's Protective Public Liability and Property Damage Insurance: The Contractor shall
furnish to the Owner, with respect to the operations he or any of his subcontractors perform a
regular Protective Public Liability Insurance Policy for, and in behalf of the Owner, providing
for a limit of not less than One Million Dollars ($1,000,000.00) for all damages arising out of
bodily injuries to, or death of, one person and subject to that limit for each person, a total limit
of One Million Dollars ($1,000,000.00) for all damages arising out of bodily injuries to, or
death of, two or more persons in any one accident; and regular Protective
Property Damage Insurance providing for a limit of not less than One Million Dollars
($1,000,000.00) for damages arising out of injury to, or destruction of, property in any one
accident and subject to that limit per accident, a total (or aggregate limit of Two Million Dollars
($ 2,000,000.00) for all damages arising out of injury to, or destruction of, property during the
policy period. This insurance must fully cover the legal liability of the Owner. The coverage
provided under his policy must not 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 there from, by means of its qwn 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.
50% MC-250 & 50% RC-250 LIQUID ASPHALT Item #1
"OIL & SAND" Calendar Year 2009
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 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 2009
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:
FISHERS ISLAND:
(written in words) Per Sq. Yd.
(written in words) Per Sq. Yd.
(written in numbers) Per Sq. Yd. (written in numbers) Per Sq. Yd.
*****************************************************************************
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
Fog Coat: Liquid Asphalt - 50% RC-250 & 50%MC-250 (50 +/- Gallons)
SOUTHOLD TOWN: FISHERS ISLAND:
(written in words) Per Gallon
(written in numbers) Per Gallon
(written in words) Per Gallon
(written in numbers) Per Gallon
And he further agrees that if this proposal shall be accepted by the Town and that if he shall
refuse, fail or neglect to enter into a Contract pursuant to such proposal and to the requirements
of the Town, shall have been deposited in the mail addressed to him at the address given in the
proposal, that he shall be considered to have abandoned the contract.
We the undersigned, further agree that this proposal shall be reviewed by the Town to correct
any deficiencies in the proposed scope of work and, if no corrections are necessary, further
50% MC-250 & 50% RC-250 LIQUID ASPHALT Item #1
"OIL & SAND" Calendar Year 2009
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-250 LIQUID ASPHALT Item #1
"OIL & SAND" Calendar Year 2009
1. DESCRIPTION
Bids are 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
Flash Point, C.O.C. F, Min.
Kenematic Viscosity ~ 140 F,
Centistokes 250 - 500
Distillation: % Total Distillate to
680 F., by Vol.
To 437 F Min. 35
To 500 F Min. 60
To 600 F Min. 80
Residue from Distillation to 680 F
% Volume by Difference, Min. 65
Tests on Residue
Absolute Viscosity 140 F 600 - 2400
Ductility, 5 cm/min.
~ 77 F, cm. min. 100
% Sol. In CCL4, Min. 99
Required Temperature
Mixing 100- 175
Spraying 80 - 250
0.2
150
250-500
0-10
15-55
60-87
67
300-1200
100
99
100-200
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 are at least 45 degrees F and
rising.
50% MC-250 & 50% RC-250 LIQUID ASPHALT
"OIL & SAND"
Item # 1
Calendar Year 2009
The weather is not foggy or raining.
There is no forecast of temperatures below 32 degrees F within 48 hours from
the time of placement of the Asphalt Material.
Construction limits shall be between May 1 & November 1.
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 areas shall be as directed by the Town. All existing pavement surfaces where Schim
Mix Asphalt Concrete work is required shall be fog sealed with RC 250 at 0.10 gallon per
Square Yard prior to placement of pavement.
All manholes, catch basins, curbs and other structures shall be protected against the application
of bituminous material.
After the area to be treated has been prepared to the satisfaction of the Highway Superintendent,
an application of bituminous material (50% RC- 250 & 50% MC-250 Liquid Asphalt) shall be
applied at the rate of three tenths (0.3) gallons per square yard and immediately covered with
clean Screened Sand at the approximate rate of 40 lbs. per square yard.
The sand course shall be completely rolled twice with a self-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 2009
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, trader penalty of perjury, that to the best of knowledge and beliefi
(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.
RESOLUTION
Resolved that of the
(Name of signatory)
Be authorized to sign and submit the bid
(Name of Corporation)
50% MC-250 & 50% RC-250 LIQUID ASPHALT Item # 1
"OIL & SAND" Calendar Year 2009
Or proposal of this corporation for the following Project:
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 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
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
OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD
FAX TRANSMITTAL
To:
From:
Dated:
Re:
Brown's Letters
Data Construction
Dodge Reports
Burelle's Information Services
Linda Cooper, Deputy Town Clerk
May 7, 2009
Bid for various Road Treatments for the Highway Dept.
Number of Pages (including cover): 2
If total transmittal is not received, please call 631-765-1800.
COMMENTS:
Page 1 of 1
Cooper, Linda
From:
Sent:
To:
Cc:
Subject:
Cooper, Linda
Thursday, May 07, 2009 10:08 AM
Suffolk Times Legals
Rudder, Lynda
2009 Road Treatments 5-28-09
Attachments: 2009 Road Treatments 5-28-09.doc
Hi,
Please confirm receipt of this Legal Notice for a bid to be published 5/14/09 in the Suffolk Times.
Thank you.
Linda Cooper
Deputy Town Clerk
5/7/2009
LEGAL NOTICE
NOTICE TO BIDDERS
NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 of the
General Municipal Law, that sealed bids are sought and requested for furnishing and
placing within the Town of Southold, the following road treatments:
1. Oiland Sand
2. Oil and Stone
3. Liquid Asphalt
4. Sand Mix (type 5 Shim)
5. Type 6 Top
6. RC-250 Liquid Asphalt Oil & Recycled Stone
7. Type II Micro-Surfacing
8. 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, PO Box 1179, 53095
Main Road, Southold, New York, until 10:00 A.M., Thursday, MAY 28, 2009, at which
time they will be opened and read aloud in public.
The Town Board of the Town of Southold reserves the right to reject any and all bids and
waive any and all informalities in any bid should it be deemed in the best interest of the
Town of Southold to do so.
All bids must be signed and sealed in envelopes plainly marked with the type of road
treatment being bid on, and submitted to the Office of the Town Clerk.
The bid price shall not include any tax, federal, state, or local, from which the Town of
Southold is exempt.
Dated: May 5, 2009
ELIZABETH A. NEVILLE
SOUTHOLD TOWN CLERK
PLEASE PUBLISH ON MAY 14, 2009, AND FORWARD ONE (1) AFFIDAVIT OF
PUBLICATION TO ELIZABETH NEVILLE, TOWN CLERK, TOWN HALL, PO
BOX 1179, SOUTHOLD, NY 11971
Copies to the following:
Suffolk Times
Town Attorney
John Cushman, Comptroller
Brown's Letters
Construction Data
Town Board Members
Superintendent of Highways Harris
Dodge Reports
Burrelle's Information Services
Town Clerk's Bulletin Board
STATE OF NEW YORK )
SS:
COUNTY OF SUFFOLK)
ELIZABETH A. NEVILLE, Town Clerk of the Town of Southold, New York being
duly sworn, says that on the m day of ~ ~ ,2009, she affixed a
notice of which the annexed printed notice is a true cop'y, in a proper and substantial
manner, in a mosl public place in the Town of Southold, Suffolk County, New York, to
wit: Town Clerk's Bulletin Board, 53095 Main Road, Southold, New York.
2009 Various Road Treatment Bids
(~lizabeth A. Neville
Southold Town Clerk
Swom before me this
I~ . day of I~0_~._. ,200~.
'N[tary Public
LYNDA M. BOHN
NOTARY PUBLIC, State of New York
No. 01BO6020932
Oualified in Suffolk County
Term Expires March 8, 20
Southold Town Board - Letter Board Meeting of May 5, 2009
RESOLUTION 2009-369
ADOPTED
Item # 5.28
DOC ID: 4988
THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2009-369 WAS
ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON
MAY 5, 2009:
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 year 2009.
Elizabeth A. Neville
Southold Town Clerk
RESULT: ADOPTED [UNANZMOUS]-
MOVER: Thomas H. Wickham, Councilman
SECONDER: Louisa P. Evans, Justice
AYES: Ruland, Orlando, Krupski .Ir., Wickham, Evans, Russell
Generated May 7, 2009
Page 34