HomeMy WebLinkAboutRoad Treatment - RC-250 Liquid Asphalt Oil & StoneELIZABETH 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. 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 # 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 bid.
Very truly yours,
Lynda M Rudder
Deputy Town Clerk
Ens.
· Complete items 1, 2, and 3. Also complete
item 4 if Restricted Delivery is desired.
· Print your name and address on the reverse
so that we can return the card to you.
· Attach this card to the back of the mailplece,
or or~ the front if space permits.
A. Signetum
X [] Addressee
B. Received by (P~fnted Name) C. Date of Delivery
D. Isdifiive~yaddre~sd[fferent f~om ~ 17 [] Yes
If YES, enter dailve~/address below: [] No
3. SerVice Type
I~'Certified Malt [] Express Mall
[] Registered r'l Retum Receipt for Merchandise
[] insured Mail [] C.O.D.
4, Restricted Delivery? (Ex~a Fee) [] Yes
7009 0820 0001 7820 5449
~ PS Form 3811, February 2004
Domestic R~um Receipt
Southold Town Board - Letter Board Meeting of June 2, 2009
RESOLUTION 2009-504
ADOPTED
Item # 5.24
DOC ID: 5054
THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2009-504 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
CoraT:zlni Asphalt~ Inc, for furnishing and placing Bituminous Surface Treatment RC-250
Liquid Asphalt "Oil & Recycled Stone" within the Town of Southold, all in accordance with
the bid specifications and Town Attorney, and as follows:
Bituminous Surface Treatment
Schim Mix Asphalt.Concrete
Fog Coat
Elizabeth A. Neville
Southold Town Clerk
Town, (Mainland)
$ 2.05 per sq. yd.
$ 86.00 per ton
$ 2.00 per gallon
RESULT: ADOPTED [UNANIMOUS]
MOVER: Louisa P. Evans, ~]ustice
SECONDER: Thomas H. Wickham, Councilman
AYES: Ruland, Orlando, Krupski Jr., Wickham, Evans, Russell
Generated June 8, 2009 Page 30
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.nor thfork.net
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
BID OPENING
May 28, 2009 at 10:00 am
#6 RC-250 Liquid Asphalt Oil & Recycled Stone
One (1) bid was received:
Corazzini Asphalt
P O Box 1281
Cutchogue NY 11935
Bituminous Surface Treatment
Schim Mix Asphalt Concrete
Fog Coat
$2.05 per sq. yd
$86.00 per ton
$2.00 per gallon
ORDER OF' To~n o+ $outho].d
CORAZZlNI &~pHALT INC.
P.O. I~
' 11935
OFFICIAL CHECK
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 thc 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
~. 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 eheck~ 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 fight 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 B6ard Members
"Superintendent of Highwags Harris
Dodge Reports
Burrelle's Information Services
Town Clerk's Bulletin Board
RC-250 LIQUID ASPHALT
"OIL & RECYCLED STONE"
Item # 6
Calendar Year 2009
ITEM NO. 6
SPECIFICATIONS
FOR THE PURCHASE & APPLICATION OF
ASPHALT ROAD MATERIALS
BITUMINOUS SURFACE TREATMENT
RC.250 LIQUID .ASPHALT
"OIL & RECYCLED STONE"
NOTE: THE TOWN OF SOUTHOLD
WILL SUPPLY 2,000 CUBIC YARDS
(more or less as may be needed) OF
RECYCLED 1/4" BLUESTONE
MATERIAL.
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.
RC'250 LIQUID ASPHALT Item #6
"OIL & RECYCLED STONE" 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 ful} 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, equ. ipment, 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 b6 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.
RC-250 LIQUID ASPHALT Item # 6
"OIL & RECYCLED STONE" 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 ora proposal wil! be a written notice signed
by the Town Clerk & no other act shall constitute the acceptance ora 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 i~regular 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.
RC-250 LIQUID ASPHALT Item # 6
"OIL & RECYCLED STONE" 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 broach 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 heroin 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 pa~rt of this
Contract. The Contractor is responsible for being familiar with the latest available schedules.
RC-250 LIQUID ASPHALT
"OIL & RECYCLED STONE"
Item # 6
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 insuranc6 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 Prope~y Damage Insurance
The Contractor shall nol 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 Liabilit~ 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.
P[opert¥ 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 ofnol less than One Million Dollars
($1,000,000.00) for damages on account of all accidents.
Liabili ,ty 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
RC-250 LIQUID ASPHALT
"OIL & RECYCLED STONE"
Item # 6
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 insurerjnsuring the Contractor
of any subcontracior 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 fumished, 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.
RC-250 LIQUID ASPHALT Item # 6
"OIL & RECYCLED STONE" Calendar Year 2009
PROPOSAL FORM
NAME OF BIDDER: ~'~ 0 ~ O X t~ /
TO:
SOUTHOLD TOWN BOARD
TOWN HALL
PO BOX 1179
53095 MAIN ROAD
SOUTHOLD, NEW YORK 11971
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:
NOTE: All items listed herein must
be bid. Failure to bid any
item will be grounds for
disqualification.
Item # 6
Calendar Year 2009
RC-250 LIQUID ASPHALT
"OIL & RECYCLED STONE"
BID ON ASPHALT ROAD MATERIALS, BITUMINOUS SURFACE TREATMENT
RC-250 LIQUID ASPHALT "OIL & RECYCLED STONE", IN ACCORDANCE WITH THE
PROJECT REQUIREMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE
COMPLETED FOR THE STIPULATED CUMULATIVE "UNIT PRIEE" OF:
FURNISH AND PLACE WITHIN SOUTHOLD TOWN
Bituminous Surface Treatment - Liquid Asphalt Grade RC-250 & recycled Stone
(written in words) Per Sq. Yd.
(written in numbers) Per Sq. Yd.
*****************************************************************************
Schim Mix Asphalt Concrete - Type 5 (500 +/- Ton)
E;qh V dol 4oo6
(writt~h in v~ords) Per Ton (written in numbers) Per Ton
*****************************************************************************
Fog Coat: RC-250 Liquid Asphalt (50 +/- Gallons)
%o0 dol/ vr 2
(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 Contrac~ 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:
RC-250 LIQUID ASPHALT
"OIL & RECYCLED STONE"
Item # 6
Calendar Year 2009
1. DESCRIPTION
Bids are requested for the purchase and application of Bituminous Surface Treatment that
consists of LIQUID ASPHALT (Grade RC-250) & RECYCLED 1/4" Blue STONE for the use
in repair & maintenance of the Town Highways for the calendar year. The contractor shall
supply all liquid asphalt and the Town of Southold will supply approximately 2,000 cubic yards
(more or less) of recycled stone. The contractor shall be required to pick up stone material from
the Town Highway Yard on Peconic Lane. All materials shall be placed and/or applied by the
contractor as directed by the Superintendent of Highways. The contractor shall also be required
to provide & place quantities of Schim Mix 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-260 and shall meet the following Specifications:
TEST Grade RC-250
Water, Max. (%)
Flash Point, C.O.C. F, Min.
Kinematic Viscosity ~ 140 F,
Centistokes
Distillation: % Total Distillate to
680 F, by Vol.
To 437 F Min.
To 500 F Min.
To 600 F Min.
Residue from Distillation to 680 F
% Volume by Difference, Min.
Tests on Residue
Absolute Viscosity 140 F
Ductility, 5 cra/min.
~ 77 F, cra. min.
% Sol. In CCL4, Min.
Required Temperature
Mixing
Spraying
0.2
250-500
35
60
8O
65
600-2400
100
99
100-175
80-250
Blue Stone shall be supplied by the Town of Southold and applied by the contractor free of all
foreign debris.
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.
RC-250 LIQUID ASPHALT
"OIL & RECYCLED STONE"
Item # 6
Calendar Year 2009
2. The weather is not foggy or raining.
3. There is no forecast of temperatures below 32 degrees F within 48 hours from the
time of placement of the Asphalt Material
4. Construction limits shall he between May 1 & November 1.
4. Equipment,~Delivery & Application:
All asphalt & stone materials must be applied within the Town of Southold. The successful
bidder will be required to deliver and apply such asphalt & stone materials to the job site in
quantities as directed by the Superintendent of Highways.
All bituminous material distribution vehicles shall have. full circulation spray bars & be
equipped with a wheel calibrated instrument that will indicate pump output in gallons per
minute to verify accuracy of application.
Aggregate spreader shall be capable of spreading material up to ten (10') feet in width on a
single pass and shall be capable of providing variable widths. The spreader shall be self
propelled and have dual operator stations.
Pneumatic tired rollers shall be required for compacting the surface treatment.
Schim Mix Asphalt Concrete (Type 5) shall be applied at the discretion of the Highway
Superintendent. Applications at all pot holes, broken & uneven pavement surfaces and other
required areas shall be as directed by the Town. All existing pavement surfaces where Schim
Mix Asphalt Concrete work is required shall be fog sealed with RC 250 at 0.10 gallon per
Square Yard 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 (RC-250 Liquid Asphalt) shall be applied at the rate of
three tenths (0.3) gallons per square yard and immediately covered with Recycled Stone at the
approximate rate of 25 lbs. per square yard.
The stone 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:
RC-250 LIQUID ASPHALT
"OIL & RECYCLED STONE"
STATEMENT OF NON-COLLUSION
Item # 6
Calendar Year 2009
(To be completed by each Bidder)
In accordance with Section 103-d General Municipal Law, effective September 1, 1966, every
bid or proposal he~eafter made to a political subdivision of the State of any public department,
agency, or official thereof or to a fore district or any agency or official thereof for work or
services performed or to be performed or goods sold or to be sold, shall contain the following
statement subscribed to by the bidder and affirmed by such bidder as true under the penalties of
perjury; non-collusive bidding certification.
A. By submission of this bid, each bidder and each person signing on behalf of any bidder
certifies, and in the case of a joint bid, each party thereto certifies as to its own
organization, under penalty of perjury, that to the best of knowledge and 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
math thereof, such penalties being applicable to the bidder, as well as the person signing
in its behalf
C. That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing
the execution of this certificate by the signature of this bid or proposal on behalf of the
corporate bidder.
RESOLUTION
Resolved that
(Name of signatory)
(Name of (~orporation)
Be authorized to sign and submit the bid
RC-250 LIQUID ASPHALT
"OIL & RECYCLED STONE"
Or proposal ofthis corporation for the following Project:
Item # 6
Calendar Year 2009
Item # 6
BITUMINOUS SURFACE TREATMENT
RC-250 LIQUID ASPHALT
"OIL & RECYCLED STONE"
Pcconic Lane, Pcconic, 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
(SEAL OF THE CORPORATION)
Laws of New York, 1965
Ch. 751, Sec. 103-d, as amended &
effective on September 1, 1965.
MARIA A. KRUPSKt
NO~I~'y public, State of New Yor~
No 01KR5198687
Qualified In Stlffolk county
'r e~-m F. xaite~ Deceml3er 29, 2012
ASPHALT PRICE ADJUSTMENT
DESCRIPTION: This item will provide lbr additional compensation to, or repayment by,
the Contractor For increases or decreases in the price el asphalt llu'oughout the lif~ of the
Contract. This adjustment will be compmed within the prescribed conditions and in
conformance with written procedures of the Tova~ of Southold.
ELIGIBLE ITEMS. Price adjustments ,,,,'ill be determined For eligible
items listed elsewhere in this proposal. No adjustment will be provided for
any new Items incor-porated into 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 perforated by the Contractor at his eyre e,~pense
will not be eligible for asphalt price adjustment.
B. METHOD OF COMPUTATION
1. ASPIO:kI.T PRICE ADJUSTMENF
a. The quantity 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 Ibllowing
fommlas:
· When the price increases:
Asphalt adjustment ~ ((quantity of asphalt) X
(conversion factor)) X ((average posled 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:
Asphalt Index Price A fixed price per ton of asphalt. Tiffs 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
nmnodified PO 64- 22 binder or approved equal, without anti,
stripping agent, will be demrmincd by thc Town of Southold monthly,
ka,,s,eod~,o,,n~,prices of the New York State Department of Transportation
t:~x=oul) approvea primary sources of performance ~aded binder
The asphah price adjustment w/Il be based solely on thc 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
tmless lhe Average Posted Pricc iS eithel $]0 O0 greater than or less
than the Asphalt Index P~ice.
METHOD OF MEASUREMENT: The necessary (NEC) ltLmp stun 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 PAY2vlENT: The actual asphalt price adjustment will be made every
thizty (30) days and will be b~ed on the methods of computation previously
described in ti'tis 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, the Average Posted Price will be taken from
the
"NYSDOT Average Posted Price for Fuel, Asphalt amd Steel Pr/ce Adjustments"
and will
apply to eligible work performed as directed by the Wbrk Order.
ASPHALT PRICE ADJUSTMENT
The Asphalt Index Pr[ce which shall apply to the Contract shall be ,$406.00 per ton.
ASPHALT PRICE ADJUSTMENT FACTORS FOR MUNICIPALITIES
MATER:I.~L DESCRIPTION CONVERSION * ITEM NUMBER
~.. FACTOR
lgi~:mino~us Stabilized Course 0.065 t PGB/yd~ 302.~1, .0102
H2MA Type 1 Base 0.050 t PGB/t 403 1 lxxxx
~Type 2 Base 0.035 t PGB/t 403.12xxxx
Iq]MA Type 3 Binder 0.055 t PGB/t 403.13xxxx
HMA Type 5 Shim 0.077 t PGB/~ 403.15xxxx --
H1MA l~ype 6, 6F2, 6F3 Top Coarse 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
Asp:h.a.ltic Sealants {ASTM 6690) 0.00272 t PGB/gal ~)2.75XX RR
Pa*er Placed Surface Treatment 0.0013 t PGB/yd-' 402~918x02 RR, 402~928x02 RR,
Types A, B and C 402.938x02 ILR.
Tack Coat (Asphalt Emulsion) 0.0012 t PGB/gal 407.01 RR
Bituminous Material (Pav. ement, Shoulde;s) 0 0025 t PGE/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. 103162 RR, .104102 RR
Quick-Set Slurry, Type II 0.115 t PGB/t 410.202302 RR
Quick-Set Slurry, Type III 0.100 t PGB/t 410.203~02 RR -
Asphalt Sidewal.ks, Driveways -- See Note 5 608.02xx RR
M~seellaneous Asphalt 702-07 0.0040t PGB/gal 618.07
Asphalt Emulsioa 702-3001 ! 0.0021 t PGB/~I 618.300 I, 407.02 RI{
Asphalt Emulsion 702-3 l ~ 1,702-3102 0.0024t PGB/gal 618.3101, 618.31'02
Asphalt Emulsion 702-3201, 7 2,a~01,
702-340 I, 702~3402
Asphalt Emulsion 702-3501, 702-3601
Cationic Asphalt Emulsion 702-4001
Cationic Asphalt Emulsion 702-4101,702-
4201, 702-4301
Cat~enlc Asphalt Emulsion 702-4401, 702-
4,50:1
0.0025t PGB/gal 61'8.3201, 618.3301, 6I 8.3401,
618.3402
0.0022t PGB/gal
0.0023t PGB/gal
0.0025 t PGB/gal
0.0022 t PGB/gal
618.3501, 618.3601
618.4001, 407.02 RR
618.4101, 618.4201, 618.4301
618.4401, 618.4501
Notes:
1.
In accordance with Standard Specificabon §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.
A two digit suffix (RR) at the end of a contract pay item indicates a special specification.
The conversion factors for HMA mixed with slag shall be increased by 25%.
The conversion factor for True'& Leveling, Driveways, or other [terns that allow mix options will
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.
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 B6ard Members
Superintendent of Highways Harris
Dodge Reports
Burrelle's Information Services
Town Clerk's Bulletin Board
RC-250 LIQUID ASPHALT Item # 6
"OIL & RECYCLED STONE" Calendar Year 2009
ITEM NO. 6
SPECIFICATIONS
FOR THE PURCHASE & APPLICATION OF
ASPHALT ROAD MATERIALS
BITUMINOUS SURFACE TREATMENT
RC.250 LIQUID ASPHALT
"OIL & RECYCLED STONE"
NOTE: THE TOWN
WILL SUPPLY 2,000
(more or less as may
RECYCLED 1/4"
MATERIAL.
OF SOUTHOLD
CUBIC YARDS
be needed) OF
BLUESTONE
THE CONTRACTOR SHALL BE
REQURIED TO NOTIFY EACH
RESIDENT AT LEAST 24 HOURS
PRIOR TO ANY WORK ON TOWN
ROADS. RESIDENTS MUST BE RE-
NOTIFIED AFTER DELAYS DUE TO
INCLEMENT WEATHER OR JOB
OPERATIONS.
RC-250 LIQUID ASPHALT Item # 6
"OIL & RECYCLED STONE" 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 ful} 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.
RC-250 LIQUID ASPHALT Item # 6
"OIL & RECYCLED STONE" 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.
RC-250 LIQUID ASPHALT Item # 6
"OIL & RECYCLED STONE" 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 is responsible for being familiar with the latest available schedules.
RC-250 LIQUID ASPHALT Item # 6
"OIL & RECYCLED STONE" 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 insuranc6 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.
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
RC-250 LIQUID ASPHALT
"OIL & RECYCLED STONE"
Item it 6
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.
RC-250 LIQUID ASPHALT Item # 6
"OIL & RECYCLED STONE" Calendar Year 2009
DATE:
PROPOSAL FORM
NAME OF BIDDER:
TO:
SOUTHOLD TOWN BOARD
TOWN HALL
PO BOX 1179
53095 MAiN ROAD
SOUTHOLD, NEW YORK 11971
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
withom 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:
NOTE: All items listed herein must
be bid. Failure to bid any
item will be grounds for
disqualification.
RC-250 LIQUID ASPHALT Item # 6
"OIL & RECYCLED STONE" Calendar Year 2009
BID ON ASPHALT ROAD MATERIALS, BITUMINOUS SURFACE TREATMENT
RC-250 LIQUID ASPHALT "OIL & RECYCLED STONE", 1N ACCORDANCE WITH THE
PROJECT REQUIREMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE
COMPLETED FOR THE STIPULATED CUMULATIVE "UNIT PRICE" OF:
FURNISH AND PLACE WITHIN SOUTHOLD TOWN
Bituminous Surface Treatment - Liquid Asphalt Grade RC-250 & recycled Stone
(written in words) Per Sq. Yd. (written in numbers) Per Sq. Yd.
*****************************************************************************
Schim Mix Asphalt Concrete - Type 5 (500 +/- Ton)
(written in words) Per Ton (written in numbers) Per Ton
*****************************************************************************
Fog Coat: RC-250 Liquid Asphalt (50 +/- Gallons)
(written in words) Per Gallon
(written in numbers) Per Gallon
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:
RC-250 LIQUID ASPHALT Item # 6
"OIL & RECYCLED STONE" Calendar Year 2009
1. DESCRIPTION
Bids are requested for the purchase and application of Bituminous Surface Treatment that
consists of LIQUID ASPHALT (Grade RC-250) & RECYCLED 1/4" Blue STONE for the use
in repair & maintenance of the Town Highways for the calendar year. The contractor shall
supply all liquid asphalt and the Town of Southold will supply approximately 2,000 cubic yards
(more or less) of recycled stone. The contractor shall be required to pick up stone material from
the Town Highway Yard on Peconic Lane. All materials shall be placed and/or applied by the
contractor as directed by the Superintendent of Highways. The contractor shall also be required
to provide & place quantities of Schim Mix 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-260 and shall meet the following Specifications:
TEST Grade RC-250
Water, Max. (%)
Flash Point, C.O.C. F, Min.
Kinematic Viscosity ~ 140 F,
Centistokes
Distillation: % Total Distillate to
680 F, by Vol.
To 437 F Min.
To 500 F Min.
To 600 F Min.
Residue from Distillation to 680 F
% Volume by Difference, Min.
Tests on Residue
Absolute Viscosity 140 F
Ductility, 5 cra/min.
~ 77 F, cra. min.
% Sol. In CCL4, Min.
Required Temperature
Mixing
Spraying
0.2
250-500
35
60
80
65
600- 2400
100
99
100-175
80-250
Blue Stone shall be supplied by the Town of Southold and applied by the contractor free of all
foreign debris.
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.
RC-250 LIQUID ASPHALT
"OIL & RECYCLED STONE"
Item # 6
Calendar Year 2009
2. The weather is not foggy or raining.
3. There is no forecast of temperatures below 32 degrees F within 48 hours from the
time of placement of the Asphalt Material
4. Construction limits shall be between May 1 & November 1.
4. Equipment, Delivery & Application:
All asphalt & stone materials must be applied within the Town of Southold. The successful
bidder will be required to deliver and apply such asphalt & stone materials to the job site in
quantities as directed by the Superintendent of Highways.
All bituminous material distribution vehicles shall have full circulation spray bars & be
equipped with a wheel calibrated instrument that will indicate pump output in gallons per
minute to verify accuracy of application.
Aggregate spreader shall be capable of spreading material up to ten (10') feet in width on a
single pass and shall be capable of providing variable widths. The spreader shall be self
propelled and have dual operator stations.
Pneumatic tired rollers shall be required for compacting the surface treatment.
Schim Mix Asphalt Concrete (Type 5) shall be applied at the discretion of the Highway
Superintendent. Applications at all pot holes, broken & uneven pavement surfaces and other
required areas shall be as directed by the Town. All existing pavement surfaces where Schim
Mix Asphalt Concrete work is required shall be fog sealed with RC 250 at 0.10 gallon per
Square Yard 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 (RC-250 Liquid Asphalt) shall be applied at the rate of
three tenths (0.3) gallons per square yard and immediately covered with Recycled Stone at the
approximate rate of 25 lbs. per square yard.
The stone 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:
RC-250 LIQUID ASPHALT Item # 6
"OIL & RECYCLED STONE" 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, under penalty of perjury, that to the best of knowledge and belief:
(1) The prices in this bid have been arrived at independently without collusion,
consultation, communication, or agreement, for the purpose of restricting
competition, as to any matter relating to such prices with any other bidder or any
competitor.
(2) Unless otherwise required by law, the prices which have been quoted in this bid
have not been knowingly disclosed by the bidder and will not knowingly be
disclosed by the bidder prior to opening, directly or indirectly, to any other
bidder or to any competitor.
(3) No attempt has been made or will be made by the bidder to induce any other
person, partnership, or corporation to submit or not to submit a bid for the
purpose of restricting competition.
B. The person signing this bid or proposal certifies that he has fully informed himself
regarding the accuracy of the statements contained in this certification, and under the
statements contained in this certification, and under the penalties of perjury, affirms the
truth thereof, such penalties being applicable to the bidder, as well as the person signing
in its behalf.
C. That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing
the execution of this certificate by the signature of this bid or proposal on behalf of the
corporate bidder.
RESOLUTION
Resolved that
ofthe
(Name of signatory)
Be authorized to sign and submit the bid
(Name of Corporation)
RC-250 LIQUID ASPHALT Item # 6
"OIL & RECYCLED STONE" Calendar Year 2009
Or proposal of this corporation for the following Project:
Item # 6
BITUMINOUS SURFACE TREATMENT
RC-250 LIQUID ASPHALT
"OIL & RECYCLED STONE"
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 fm'nishing 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
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 19, day of ~ ~ ,2009, she affixed a
notice of which the annexed printed notice is a tree cop0y,.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 X. lqeville
Southold Town Clerk
Sworn before me this
~ day of Ir¥~O.-*-~,- ,200~.
'N[tary Public
LYND/~ M. BOHN
NOTARY PUBLIC, State o! New York
No. 01BO6020932
Qualified in Suffolk County
Ter~ Expires March 8, 20 II
Southold Town Board - Letter Board Meeting of May 5, 2009
RESOLUTION 2009-369
ADOPTED
.Item It 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. WJckham, Councilman
SECONDER: Louisa P. Evans, Justice
AYES: Ruland, Orlando, Krupski .Ir., Wickham, Evans, Russell
Generated May 7, 2009
Page 34