Loading...
HomeMy WebLinkAboutRoad Treatment - Liquid AsphaltELIZABETH 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 June 9, 2009 Richard Corazzini, Jr. President Corazzini Asphalt, Inc PO Box 1281 Cutchogue, NY 11935 Dear Mr. CorazTini, 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 # 1 Road Treatment # 2 Road Treatment # 3 Road Treatment # 4 Road Treatment # 5 Road Treatment # 6 Road Treatment # 8 Oil & Sand Oil & Stone Liquid Asphalt Sand Mix (Type 5 Shim) Type 6 Top RC-250 Liquid Asphalt Oil & Stone 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 hid. Very truly yours, Lynda M Rudder Deputy Town Clerk En$. · Complete items 1, 2, and 3. Also complete item 4 if Restricted Delivery Is desired. · PHnt your name and address on the reveme so that we can return the card to you. · Attach this card to the back of the mailpiese, or o~1 the front if space permits. A. Signature X [] ~nt i-I Ad,~ressee B. Recaived by (Pdnted Name) C. Date of Delivery D. Is de~ive~ eddre~a different from itenq 1 ? [] yes If YES, enter delivery address belo~c. [] No 3. Service Type ~ Certified Mail [] Express Mall [] Registered [] Retum Receipt for Merchandise [] Insured Mail [] C.O.D. 4. Restricted Daiivery? {Extra F6e) [] Yes 2. A~ticle Number (Transfer from sen4ce label) 7009,0820 0001 7820 5449 PS Form 3811, February 2004 Domestic Return Receipt Southold Town Board - Letter Board Meeting of June 2, 2009 RESOLUTION 2009-501 ADOPTED Item # 5.21 DOC ID: 5051 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2009-501 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 furnishin~ and iflacing Liquid Asphalt Grades RC-250 & MC- 2511 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 Elizabeth A. Neville Southold Town Clerk Fishers Island $7.00 per gallon RESULT: ADOPTED [UNANIMOUS] ,MOVER: William Ruland, Councilman SECONDER: Vincent Orlando, Councilman AYES: Ruland, Orlando, Krupski Jr., Wickham, Evans, Russell Generated June 8, 2009 Page 27 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 sour holdtown.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD BID OPENING May 28, 2009 at 10:00 PM #3 Liquid Asphalt One (1) bid was received: Corazzini Asphalt,Inc. P O Box 1281 Cox Lane Cutchogue NY 11935 Furnish and Place Town $5.00 Gallon Fishers Island $7.00 Gallon LEGALNOTICE 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 ~. Oil and Stone 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 Hail, 53095 Main Road, Southold, New York 1 t97.1, Monday through Friday, 8:00 am to 4:00 pm The seaied 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 ail informaiities, in any bid should it be deemed in the best interest of the Town of S0uthold to do so. All bids must be signed and seaied 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 shail 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 Attomey John Cushman, Comptroller Brown's Letters Construction Data Town Board Members Superintendent of Highways Harris Dodge Reports Burrelle's Information Services Town Clerk's Bulletin Board LIQUID ASPHALT Grades RC-250 & MC-250 Item #3 Calendar Year 2009 ITEM NO. 3 SPECIFICATIONS FOR THE PURCHASE & APPLICATION OF ASPHALT ROAD MATERIALS LIQUID ASPHALT Grades RC-250 & MC-250 NOTE: THE TOWN OF SOUTHOLD WILL ALSO REQUIRE +/- 30,000 SQUARE YARDS (more or less as may be needed) OF PAVEMENT TO BE APPLIED ON FIS HERS 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. LIQUID ASPHALT Grades RC-250 & MC-250 Item #3 Calendar Year 2009 INSTRUCTIONS TO BIDDERS A. PROPOSALS Proposals must be made ia 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 accor0panied. C. OMISSIONS AND DISCREPANCIES Bidders should carefully examine the specifications and fully inform .themselves of all conditions and matters which can in any way affect the work or the cost thereof. Should a bidder find discrepancies in or omissions from the specifications, or other documents or should he be in doubt as to their meaning, he should at once notify the Highway Superintendent who may issue a written instruction to all bidders. LIQUID ASPHALT Grades RC-250 & MC-250 Item #3 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 fight to waive any technical error, to accept any bid, or to reject any or all bids. The contract form will be a Standard form of Agreement between Owner and Contractor. 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 bythe Town Clerk & no other act shall constitute the acceptance of a proposal. F. WITHDRAWALS OF PROPOSALS Any bidder upon his or her authorized representative's written request presented not later than the hour set for the opening thereof, will be given permission to withdraw his proposal. At the time of opening the proposals, when such proposals are reached, it will be returned to him unread.. G. REJECTION OF PROPOSALS The Town reserves the fight to waive any technical error and to reject any and/or all proposals. 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 mount required to complete the proposed work within the specific time. LIQUID ASPHALT Grades RC-250 & MC-250 I TIME FOR EXECUTION OF CONTRACT Item #3 Calendar Year 2009 Any bidder whose proposal shall be accepted will' be required to appear before the Town in person;, or if a firm or corporation, a duly authorized representative shall so appear, and execute six (6) copies of the Contract and furnish satisfactory Performance and Payment Bond within ten (10) days after notice that the Contract has been awarded to him. Failure to execute Contract shall constitute a breach of the agreement effected by the acceptance of the Proposal The damages to the Town for such breach will include loss from interference with his construction program and other items, the accurate amount of which it will be difficult or impossible to compute. The amount of the certified check or bidder's bond accompanying the Proposal of such bidder shall be retained by the Town, not as a penalty, but as liquidated damages for such breach. In the event any bidder whose proposal shall, be accepted shall fail or refuse to execute the Contract as herein before provided, the Town may, at there option, determine that such bidder has abandoned the Contract, and thereupon, his proposal and acceptance thereof shall' be null and void, and the Town shall be entitled to liquidated damages as above provided. J. PREVAILING WAGE RATES The New York State Department of Labor's Prevailing Wage Rate Schedules are part of this Contract. The Contractor is responsible for being familiar with the latest available schedules. LIQUID ASPHALT Grades RC-250 & MC-250 INSURANCE REQUIREMENTS Item #3 Calendar Year 2009 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 trader 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 abov4 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 Pr6perty Damag~ 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 Liabilit~ 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 Properly 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 claim{ arising from the operations of a subcontractor. The policies shall also name the Town of Southold as an additional insured. Owner's Protective Public Liability and Property Damage Insurance: The Contractor shall furnish to the Owner, with respect to the operations he or any of his subcontractors perform a regular Protective Public Liability Insurance Policy for, and in behalf of the Owner, providing LIQUID ASPHALT Item #3 Grades RC-250 & MC-250 Calendar Year 2009 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 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 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 ghall furnish the Owner with the original insurance policy. Both certificates, as fumished, and the insurance policy, as required, shall bear the polic~, numbers, the expiration date of the policy and the limits of liability there under. Both the certificates and the policy shall be endorsed to provide the Owner with any notice of cancellation or non-renewal. LIQUID ASPHALT Grades RC-250 & MC-250 Item #3 Calendar Year 2009 DATE: PROPOSAL FORM NAME OF BIDDER: Y" O, ~-'~;~, ~ ~ 4bo 8ox 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 tObid any item will be grounds for disqualification. MEMBERS OF THE BOARD: The undersigned as bidder, declares that the only persons, company, or parties interested in this proposal as principals are named below; that this proposal is made without any connection, directly or indirectly with any other bidder for the same work; that it is in all respects fair and without collusion or fraud, and that no person acting for or employed by the aforementioned owner is or will be interested directly or indirectly, in the performance of the contract, or the supplies relating to it, or in any portion of the profit thereof; that he has carefully examined all project requirements, including bidding requirements, contract, general and special conditions, specifications, and addenda, if any (Note: acknowledgment of addenda and their dates must be included as indicated on bottom page); that he has satisfied himself by personal examination of the proposed work, and by such other means as he may have chosen, as to the conditions and requirements of the work; and he proposed and agrees that if his proposal be accepted he will contract to furnish all materials not provided by the Town (See Specifications) and to perform all the work required to construct, perform and complete the specified work; and that he will start the work as directed by the Town, he will accept, in full payment thereof as listed below: BID ON ASPHALT ROAD MATERIALS, LIQUID ASPHALT- Grades RC 250 & MC 250, IN ACCORDANCE WITH THE PROJECT REQUIREMENTS. THE ABOVE REFERENCED A~CTIVITIES WILL BE COMPLETED FOR THE STIPULATED CUMULATIVE "UNIT PRICE" OF: SOUTHOLD TOWN: dotters (written in words) Per Gallon (written in numbers) Per Gallon FURNISH AND PLACE WITHIN FISHERS ISLAND: (written in words) Per Gallon (written in numbers) Per Gallon LIQUID ASPHALT Grades RC-250 & MC-250 Item #3 Calendar Year 2009 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 o£the Town, shall have been deposited in the mail addressed to him at the address given in the proposal, that he shall be considered to have abandoned the contract. We the undersigned, further agree that this proposal shall be reviewed by the Town to correct any deficiencies in the proposed scope of work and, if no corrections are necessary, further agree that this proposal is a formal bid and shall remain in effect for a 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: '-/3ti- 5 zO o I LIQUID ASPHALT Grades RC-250 & MC-250 1. DESCRIPTION Item #3 Calendar Year 2009 Bids are requested for the purchase of 75,000 gallons, mom or less as may be needed, of Asphalt Road Materials, (Grades RC-250 & MC-250) for the use in repair & maintenance of -the Town Highways for the calendar year 2005 The attention of the bidder is specifically called to the fact that the quanti'ty of 75,000 gallons as specified herein is an estimate only and may not be the quantity of. asphalt material which will actually be required by the Town for the calendar year. 2. MATERIALS Asphalt Road Materials shall be Grade RC-250 & MC-250 and shall meet the following Specifications: TEST' Water, Max. (%) Flash Point, C.O.C. F, Min. Kenematic Viscosity ~ 140 F, Centistokes Distillation: % Total Distillate to 680 F, by Vol. To 437 F Min. To 500 F Min. To 600 F Min. Grade RC-250 Grade MC-250 0.2 0.2 150 250-500 250-500 35 0-10 60 15- 55 80 60- 87 Residue from Distillation to 680 F °A Volume by Difference, Min. 65 67 Tests on Residue Absolute Viscosity'140 F Ductility, 5 cm/min. ~ 77 F, cm. min. % Sol. In CCL4, Min. 600-2400 300-1200 100 100 99 99 Required Temperature Mixing 100-175 100-200 Spraying 80-250 100-200 3. WEATHER LIMITATIONS The material shall be spread only when: 1. The read surface and atmospheric temperatures are at least 45 degrees F and rising. 2. The weather is not foggy or raining. 3. There is no forecast of temperatures below 32 degrees F within 48 hours from the time of placement of the Asphalt Material, LIQUID ASPHALT . Grades RC-250 & MC-250 Item//3 Calendar Year 2009 4. DELIVERY & APPLICATION All asphalt materials must be delivered to and applied within the Town of Southold. The successful bidder will be required to deliver and apply such asphalt materials in quantities of approximately 6,000 gallons within three (3) hours of notification by the Highway Department. All distribution vehicles shall be equipped with a wheel calibrated instrument for accuracy of application. 5. TRAFFIC MAINTENANCE The contractor shall be responsible for providing maintenance and protection of vehicular and pedestrian traffic associated with this work. Opening to traffic does not constitute acceptance of the work. The contractor shall also be responsible for providing all signage and traffic control during this work. 6. METHOD OF PAYMENT The quantity to be paid for under this item shall be the number of gallons ordered by the Town and delivered and applied by the Bidder in accordance with this specification. END OF SPECIFICATION LIQUID ASPHALT Grades RC-250 & MC-250 STATEMENT OF NON-COLLUSION · . Item #3 Calendar Year 2009 (To be completed by each Bidder) In accordance with Section 103-d General Municipal Law, effective September 1, t966, every bid or proposal hereafter made to a political subdivision of the state of any public departmentl 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 orto 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 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. 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 (Name of signatory) (Name of Corporation) of the Be authorized to sign and submit the bid LIQUID ASPHALT Grades RC-250 & MC-250 Or proposal of this corporation for the following Project: Item #3 Calendar Year 2009 Item # 3 LIQUID ASPHALT Grades RC-250 & MC-250 Peconic Lane, Peconic, New York 11958 and to include in such bid or proposal the certificate as to non-collusion required by section one- hundred-three-d (103-d) of the General Municipal Law as the act and deed of such corporation, and for any inaccuracies or miss-statements in such certificate this corporate bidder shall be liable under the penalties of perjury. The foregoing is true and correct copy of the resolution adopted corporation at a meeting of the Board of Directors, held on the of ,J~ ~'~ ,20 2. ~' day . (SEAL OF THE CORPORATION) Laws of New York, 1965 Ch. 751, Sec. 103-d, as amended & effective on September 1, 1965. MARtA A. KRUPSKI Notary Public. State of New York NO 01KR6190687 Qualifisd in St,fffolk County Term Expires December 29. 2012 ASPHALT PRICE ADJuSrrMENT DESCRIPTION: This item will provide Ibr additional compensation to, or repayment by, the Contractor for increases or decreases in the I)nce Gl asphalt tlu'oughout the life oft. he Contract This adjustment w/Il be computed within the prescribed conditions and in conformance with written procedtzres of the Tov, q~ of Southold. ELIGIBLE iTEMS. Price adjnstments 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 addition, work ordered by the Engineer and perfbm~ed by the Contractor at his ov, m expense will not be eligible for aspha]t price adjustment B. METHOD OF COMPUTATION 1. ASPH_AI,T PRICE ADJUSTMEN[' a. The qnantity 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 ac~iustment will be based on the following fomnufas: · WJcen the price increases: Asphah adjustment ~ ((quantity of asphalt) X (conversion factor)) X ((ay<rage posted price) - (asphalt price index price + $10.00)) · When the price decreases: Asphalt adjustment = ((quantity of asphall) X (conversion factor)) X ((average posted price) - (asphalt index price - $10.00)) Where the: Asphah Index Price A fixed pace pm ton o£ asphalt This price is used solely as a base from which to compute asphalt price adjustments Its dollar amount ~s specified in the asphalt price adjustment note, as listed in Table. ,'tverage Poxted ?rtce "lhe average FOB terminal price for umnodified PO 64 22 bi ~der or approved equa, without anti; str pp ng agent, wil] be detem~ ned by thc Town of Southold monthly, based on prices of the New York State Department of Transpo~xation (NYSDOT) approved primau sources of pe~Tormance ~aded binder The asptmh price adjustment will be based solely on thc price chm]ges for asphalt as detemained by the above formulas. No consideration Mil be given to the situation where a~ individual supplier's price exceeds the Average Posted Price. nor shall any adjuslment be made un]ess the Average Posted Price i~ eithe~ $./~ 00 greater than or less Iha;r~ the Asphalt index Price. METHOD OF MEASUREMENT: The necessary (NEC) itm]p stma shown in the proposal for this item shall be considered the price bid. a/though acrua] 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 metl~ods of computation previously described in ti'tis specification. No adjustments, cithur positive or negative, will be made until payment of the final estimate. Thc 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 pace adjustment, tl~e Average Posted Price will be k~tken from the '"NYSDOT Average Posted Price for Fuel, Asphalt ~d Steel Pr/ce Adjustments" and will apply to eligible work performed as direcled by the WiSrk Order~ ASPHALT PRICE ADJUSTMENT The Asphalt Index Pr/ce which shall apply to [he Corm'act shatI be 5~406.00 per ton. ASPHALT PRICE ADJUSTMENT FACTORS FOR MUNICIPALITIE MATERIAL DESCRIPTION CONvE'~ION ~-' * ITEM NUMB:ER FACTOR l~i:tu:mino~us Stabilized Course 0.065 t PGB/yd~ 302.0 l, . 0102 H;MA Type 1 Base 0.050 t PGB/t 403.l lx''c'cx _HMA Type 2 Base 0.035 ~ PGB/t 403 ~H'MA Type 3 Binder 0.055 t PGB/I 403.13x,'o:x H.MA Type 5 Shim 0.077 t PGB/t 403.15*,c'cx HMA Type 6, 6F2, 6F3 Top Course 0.062 t PGB/t 403.17~'oo:x ~ Type 7, 7F2, 7F3 Top Course 0063 t PGB/t -- 403.19:c-cxx True and Leveling See N otc 4 403.21 x~xx Asp:ha.~tic Sea ants (ASTM 6690) 0 00272 t PG-B/gal 402.75XX RR Paver Placed Surface Treannent 0.0013 t PGB/yd: 402.918x02 RR, 402'.928x02 RR, Types A, B and C 402.938x02 RR Tack Coat (Asphalt Emulsion) 0.0012 t P'G~/gal 407.01 RR Bituminous Material (Pavement, Shoulders) O 0025 t PGB/gal , 410.07 Micro-Surfacing, Type II 0.090 t PGB/t 410. 102102 RR '~Micro-Su.rfa¢ing, Type [[I and Rut Filling 0.075 t PGB/t 410.103102 RR, .104102 RR Quick-Set Slurry, Type Il 0.115 t PGB/t 410.202302 Quick-Set Slurry, Type III 0.100t PG~/t 410.203502 RR -- ~Asphalt Sidewalks, Drivewayg See Note 5 608.02x~x RR M{Scellaneous Asphalt 702-07 0.004O~'~PGB/gal 618.07 Asphalt Emidsioo 702-3001 0.0021t PGB/gnl 6 8.~00" 1 407.02 RIX Asphalt Emulsion 702-310 l, 702-3102 ! 0.0024t PGB/gal 618.310 I, 618 3 102 Asphalt Emulsion 702-3201, 7 2-ao01, 7~02-3401, 702~3402 Asphalt Emulsion 702-3501, 702 3601 Cationic Asphalt Emulsion 702-4001 Cationic Asphalt Emulsion 702-410 I, 702- 4;201,702-430 I Cationic Asphalt Emulsion 702-4401,702~- 4,50:1 Notes: 0.0025t PGB/gal 618.3201, 618.3301, 6I 8.3401, 618.3402 -'6'[0022t~/gal 0.0023t PGB/gal 0.0025 t PGB/gal 0.0022 t PGB/gal 618.3501, 618.360! 618.400I, 407.02 hR 618.4101, 618.4201, 618.4301 618.4401, 618.450] 1, In accordance with Standard SpecificatJon §698-301, the index value for the asphalt pdce 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 sla9 shall be increased by 25% 4, The conversion factor for True & Leveling, Driveways, or other itecRs that ailow m~x options wilt based on the actual mixtures used. Item Numben This fs the contract pay i(em r~umber 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 unite regardless of the actual contract pay item number. Contact the Engineer with any questions regarding, applicability of contract pay items that are nat listed. 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 Attorney John Cushman, Comptroller Brown's Letters Construction Data Town Board Members Superintendent of Highways Harris Dodge Reports Burrelle's Information Services Town Clerk's Bulletin Board LIQUID ASPHALT Item #3 Grades RC-250 & MC-250 Calendar Year 2009 ITEM NO. 3 SPECIFICATIONS FOR THE PURCHASE & APPLICATION OF ASPHALT ROAD MATERIALS LIQUID ASPHALT Grades RC-250 & MC-250 NOTE: THE TOWN OF SOUTHOLD WILL ALSO REQUIRE +/- 30,000 SQUARE YARDS (more or less as may be needed) OF PAVEMENT TO BE APPLIED ON FISHERS ISLAND. THE REQURIED RESIDENT PRIOR TO ROADS. NOTIFIED INCLEMENT OPERATIONS. CONTRACTOR TO NOTIFY AT LEAST 24 ANY WORK ON RESIDENTS MUST BE RE- AFTER DELAYS DUE TO WEATHER OR JOB SHALL BE EACH HOURS TOWN LIQUID ASPHALT Item #3 Grades RC-250 & MC-250 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 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 thereofi Should a bidder find discrepancies in or omissions from the specifications, or other documents or should he be in doubt as to their meaning, he should at once notify the Highway Superintendent who may issue a written instruction to all bidders. LIQUID ASPHALT Item #3 Grades RC-250 & MC-250 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 the project or reject all proposals received within forty-five (45) days after formal opening of proposals. Acceptance of a proposal will be a written notice signed by the Town Clerk & no other act shall constitute the acceptance of a proposal. F. WITHDRAWALS OF PROPOSALS Any bidder upon his or her authorized representative's written request presented not later than the hour set for the opening thereof, will be given permission to withdraw his proposal. At the time of opening the proposals, when such proposals are reached, it will be returned to him unread.. G. REJECTION OF PROPOSALS The Town reserves the right to waive any technical error and to reject any and/or all proposals. Without limiting the generality of the foregoing, any proposal which in incomplete, obscure, or irregular may be rejected; any proposal accompanied by an insufficient or irregular certified check or bidder's bond bay be rejected, any proposal having interlineations, erasure or corrections may be rejected. The Town also reserves the fight to reject any bid if the evidence submitted in the qualification statement or an investigation of such bidder fails to satisfy the Town that such bidder is property qualified to carry out the obligations of the contract and to complete the work contemplated therein. Conditional bids will not be accepted. H. PLANT & EQUIPMENT The bidder shall State in his bid that be has available or under his control, plant and equipment of the character and in the amount required to complete the proposed work within the specific time. LIQUID ASPHALT Item #3 Grades RC-250 & MC-250 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. LIQUID ASPHALT Item//3 Grades RC-250 & MC-250 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 Pr6perty 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. 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 LIQUID ASPHALT Grades RC-250 & MC-250 Item #3 Calendar Year 2009 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 therefrom, by means of its own employees or agents or if the Owner directs or supervises the work to be performed by the Contractor. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the Owner with certificates of each insurer insuring the Contractor of any subcontractor under this Contract except with respect to part D. As listed above. In respect to this paragraph, the Contractor shall furnish the Owner with the original insurance policy. Both certificates, as furnished, and the insurance policy, as required, shall bear the policy numbers, the expiration date of the policy and the limits of liability there under. Both the certificates and the policy shall be endorsed to provide the Owner with any notice of cancellation or non-renewal. LIQUID ASPHALT Item #3 Grades RC-250 & MC-250 Calendar Year 2009 DATE: PROPOSAL FORM NAME OF BIDDER: TO: SOUTHOLD TOWN BOARD TOWN HALL PO BOX 1179 53095 MA1N ROAD SOUTHOLD, NEW YORK 11971 NOTE: All items listed herein must be bid. Failure to bid any item will be grounds for disqualification. MEMBERS OF THE BOARD: The undersigned as bidder, declares that the only persons, company, or parties interested in this proposal as principals are named below; that this proposal is made without any connection, directly or indirectly with any other bidder for the same work; that it is in all respects fair and without collusion or fraud, and that no person acting for or employed by the aforementioned owner is or will be interested directly or indirectly, in the performance of the contract, or the supplies relating to it, or in any portion of the profit thereof; that he has carefully examined all project requirements, including bidding requirements, contract, general and special conditions, specifications, and addenda, if any (Note: acknowledgment of addenda and their dates must be included as indicated on bottom page); that he has satisfied himself by personal examination of the proposed work, and by such other means as he may have chosen, as to the conditions and requirements of the work; and he proposed and agrees that if his proposal be accepted he will contract to furnish all materials not provided by the Town (See Specifications) and to perform all the work required to construct, perform and complete the specified work; and that he will start the work as directed by the Town, he will accept, in full payment thereof as listed below: BID ON ASPHALT ROAD MATERIALS, LIQUID ASPHALT- Grades RC 250 & MC 250, 1N ACCORDANCE WITH THE PROJECT REQUIREMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED CUMULATIVE "UNIT PRICE" OF: SOUTHOLD TOWN: FURNISH AND PLACE WITHIN FISHERS ISLAND: (written in words) Per Gallon (written in numbers) Per Gallon (written in words) Per Gallon (written in numbers) Per Gallon LIQUID ASPHALT Item #3 Grades RC-250 & MC-250 Calendar Year 2009 And he further agrees that if this proposal shall be accepted by the Town and that if he shall refuse, fail or neglect to enter into a Contract pursuant to such proposal and to the requirements of the Town, shall have been deposited in the mail addressed to him at the address given in the proposal, that he shall be considered to have abandoned the contract. ' We the undersigned, further agree that this proposal shall be reviewed by the Town to correct any deficiencies in the proposed scope of work and, if no corrections are necessary, further agree that this 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: LIQUID ASPHALT Item #3 Grades RC-250 & MC-250 Calendar Year 2009 1. DESCRIPTION Bids are requested for the purchase of 75,000 gallons, more or less as may be needed, of Asphalt Road Materials, (Grades RC-250 & MC-250) for the use in repair & maintenance of the Town Highways for the calendar year 2005 The attention of the bidder is specifically called to the fact that the quantity of 75,000 gallons as specified herein is an estimate only and may not be the quantity of. asphalt material which will actually be required by the Town for the calendar year. 2. MATERIALS Asphalt Road Materials shall be Grade RC-250 & MC-250 and shall meet the following Specifications: TEST Water, Max. (%) Flash Point, C.O.C. F, Min. Kenematic Viscosity ~ 140 F, Centistokes Distillation: % Total Distillate to 680 F, by Vol. To 437 F Min. To 500 F Min. To 600 F Min. Grade RC-250 Grade MC-250 0.2 0.2 150 250-500 250-500 35 0-10 60 15-55 80 60- 87 Residue from Distillation to 680 F % Volume by Difference, Min. 65 67 Tests on Residue Absolute Viscosity 140 F Ductility, 5 cm/min. ~ 77 F, cm. min. % Sol. In CCL4, Min. 600-2400 300-1200 100 100 99 99 Required Temperature Mixing 100-175 100-200 Spraying 80-250 100-200 3. WEATHER LIMITATIONS The material shall be spread only when: 1. The read surface and atmospheric temperatures are at least 45 degrees F and rising. 2. The weather is not foggy or raining. 3. There is no forecast of temperatures below 32 degrees F within 48 hours from the time of placement of the Asphalt Material, LIQUID ASPHALT Item/13 Grades RC-250 & MC-250 Calendar Year 2009 4. DELIVERY & APPLICATION All asphalt materials must be delivered to and applied within the Town of Southold. The successful bidder will be required to deliver and apply such asphalt materials in quantities of approximately 6,000 gallons within three (3) hours of notification by the Highway Department. All distribution vehicles shall be equipped with a wheel calibrated instnunent for accuracy of application. 5. TRAFFIC MAINTENANCE The contractor shall be responsible for providing maintenance and protection of vehicular and pedestrian traffic associated with this work. Opening to traffic does not constitute acceptance of the work. The contractor shall also be responsible for providing all signage and traffic control during this work. 6. METHOD OF PAYMENT The quantity to be paid for under this item shall be the number of gallons ordered by the Town and delivered and applied by the Bidder in accordance with this specification. END OF SPECIFICATION LIQUID ASPHALT Item #3 Grades RC-250 & MC-250 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, t966, 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 tree 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 tTully 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) LIQUID ASPHALT Item #3 Grades RC-250 & MC-250 Calendar Year 2009 Or proposal of this corporation for the following Project: Item # 3 LIQUID ASPHALT Grades RC-250 & MC-250 Peconic Lane, Peconic, New York 11958 and to include in such bid or proposal the certificate as to non-collusion required by section one- hundred-three-d (103-d) of the General Municipal Law as the act and deed of such corporation, and for any inaccuracies or miss-statements in such certificate this corporate bidder shall be liable under the penalties of 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 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 an3) 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 I ~1, day of fY~ O_ox~ ,2009, she affixed a notice of which the annexed printed notice is a tree cop~, 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, 2009 Various Road Treatment Bids (~lizabeth A. Neville Southold Town Clerk Sworn before me this Io~ ~ay of ~O.~,. ,200~. 'N[tary Public LYNDA M. BOHN NOTARY PUBLIC, State of New York No. 01 BO6020932 Quafified in Suffolk County Teri'n 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 [UNANIMOUS] MOVER: Thomas H Wickham, Councilman SECONDER: Louisa P. Evans, Justice AYES: Ruland, Orlando, Krupski Jr., Wickham, Evans, Russell Generated May 7, 2009 Page 34