HomeMy WebLinkAboutType 6 Asphalt (town pick up) m
m
o Lc ~ Irv,
~
ru
Postage S NY u.
~ Certifietl Fee Q r~1
~ Return Receipt Fee n ~
O (Endorsement Required) Y~ He
~ ResMCted Delivery Fee
~ (Endorsement gequired)
ru
~ Total Postage 8 Fees $ ~ , ~ ~ UCj
O
P, Senf To r
-------------4~.cr.4zx.i.n--------~ ~ haLf-
~ Streef. APL No.:
I1J ^
IL or PO BOx No. I<~- I -`-I-
L.
CiN. State. ZIRt4
v ~ I
.
. ~
¦ Complete items 1, 2, and'8. Also complete a
ttem 4 it Reatdcted Delivery la dashed. X ? Agem
¦ Print your name and address on the reverse ? Addressee
so that we can return itre card t0 you. e. by (Prl lyeme) C. of Ivery
¦ Attach this card to the bads of the mailpiece, ~
or on the front tt space permits.
D. la delNery ad different from Item 1? Y
-t. Ardcle Addressed to: If YES, enter delivery address below: ? No
L'orc~zz7n~ l~wphal~
~.o.3ox lael
Cu-Echogue lVY 11435 a. sarol~e,ypa
~rCertllled Mail ? 6ipeas Mell
L7 Repbtered O Return Receipt for Merchandise
? Insured Mail ? C.O.D.
4. Realdctad Delivery! (Exsa Fee) ? Yes
2. Art~leNumber 7009 0820 0001 7820 8310
(fianslarlrom servbe /et>e~ _ _
PS Form 3811, February 2004 Donraatlc RNUm Rsoept tozsssm-rn-isno
_ .~i
N
m
m
o
ru
~ Postage $
M1
Certifletl Fee
~ 1197~a
O Retum Racalpt Fee are
p (Endorsement Requlretl) ~Tj
O
Residcied Delivery Fee Q
~ (Endorsement Requlretl) ~ N
n, p a a
O Total Postage 8 Fees $ , Jy
Sent TO e
~ Street.ApC'NoQ>5.~..... .a.il~YiL...l.:.r5.
~ or PO BOx NO.
-------------------~-.Q..:........Qx._ia.y...-----............----~------
CIry,State,Z/P+4e N`/ t197a
.
¦ Complete Items t. 2, and 3. Also Mete A ra \I ~t
item 4 ff Restricted Delivery is dashed. ~O
¦ Print your nanre and address on the reverse ? Addressee
so that we can reNm the card to you. B. Ned (Printed Name) C. Date of Delivery
¦ Attach this card to the back of the mailpiece, ,p ' zS_ 13
or on the front if space permits.
D. hdeYvery address dHferantfiani[em 1T ?Yea
1. Article Addressed to: H YES, enter delivery address below: ? No
r o~sf Ss Ind 1~s~hal+
~.o. 3ox ~aN
S~ernk NY ~ 197a a. aeTyPe
Fa Cartlfled Mall ~ E>~e Mall
O Repbtered ? Retum Racalpt for Merchandise
D Insured Mail ? C.O.D.
4. ResMCted DelWery7 (Ekfra Fee) ? Yes
z. AnicleNUmber 7009 0820 0001 7820 8327
(Ilanslerfiom servke lel7el)
I PSFonn3811,February2004 DwrwelbAahanRappt~ +ozsss~oz-nt-+sqo
o~ogUFFO(,~co
ELIZABETH A. NEVILLE, MMC ~.t. l/,
f, Town Hall, 53095 Main Road
TOWN CLERK o ~ P.O. Box 1179
H 2 Southold, New York 11971
REGISTRAR OF VITAL STATISTICS "p ~ ~ Fax (631) 765-6145
MARRIAGE OFFICER y~ fit` Telephone (631) 765-1800
RECORDS MANAGEMENT OFFICER ~ wµ,µ,,goutholdtownny.gov
FREEDOM OF INFORMATION OFFICER
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
July 23, 2013
East Island Asphalt
PO Box 124
Speonk, NY 11972
Dear Sir:
Congratulations. At the regular Town Board meeting held on July 5, 2013, the
Town Board accepted the bid of East Island Asphalt for supplying virgin Asphalt for
town pickup. A certified copy of the resolution is enclosed.
The bid deposit is being returned to you. Thank you for your bid.
Very truly yours,
Lynda M Rudder
Deputy Town Clerk
Ens.
o~OgUFFO(,~co
ELIZABETH A. NEVILLE, NIIVIC ~y Town Hall, 53095 Main Road
TOWN CLERK o P.O. Box 1179
y Z Southold, New York 11971
REGISTRAR OF VITAL STATISTICS O ~ .F Fax (631) 765-6145
MARRIAGE OFFICER Ot' Telephone (631) 765-1800
RECORDS MANAGEMENT OFFICER O! ~ wwwsoutholdtownnygov
FREEDOM OF INFORMATION OFFICER
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
July 23, 2013
Corazzini Asphalt
PO Box 1281
Cutchogue, NY 11935
Dear Sir:
Congratulations. At the regular Town Board meeting held on July 5, 2013, the
Town Board accepted the bid of Corazzini Asphalt for supplying Asphalt w/RAP for
town pickup. A certified copy of the resolution is enclosed.
The bid deposit is being returned to you. Thank you for your bid.
Very truly yours,
Lynda M Rudder
Deputy Town Clerk
Ens.
Southold Town Board -Letter Board Meeting of July 16, 2013
~~w~ra
4;®f~ RESOLUTION 2013-542 Item # 5.14
'"~*.~`@' ADOPTED DOC ID: 8959
THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2013-542 WAS
ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON
JULY 16, 2013:
RESOLVED that the Town Board of the Town of Southold hereby accepts the following bids for
Item #8, Type 6 Asphalt, to be picked up by the Town:
Virgin Asphalt $82.00 per ton East Island Asphalt
w/RAP $71.00 per ton Corazzini Asphalt
Elizabeth A. Neville
Southold Town Clerk
RESULT: ADOPTED [UNANIMOUS]
MOVER: Jill Doherty, Councilwoman
SECONDER: William P. Ruland, Councilman
AYES: Dinizio Jr, Ruland, Doherty, Talbot, Evans, Russell
Generated July 17, 2013 Page 22
o~~gUFFO(,~co
ELI7.ABETH A. NEVILLE, MMC Gy Town Hall, 53095 Main Road
TOWN CLERK p ~ P.O. Box 1179
y 2 Southold, New York 11971
REGISTRAR OF VITAL STATISTICS O ~ ~ Fax (631) 765-6145
MARRIAGE OFFICER '1'~ ~A' Telephone (631) 765-1500
RECORDS MANAGEMENT OFFICER `7)ta wwwsoutholdtownny.gov
FREEDOM OF INFORMATION OFFICER
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
BID OPENING
July 5, 2013 at 12:00 Pm
#8 Tyae 6 Asphalt (town pick up)
Two (2) bids were received:
Bid #1 Bid # 2
East Island Asphalt Corp
PO Box 124
Speonk, NY 11972 $82.00 $72.00
Corazzini Asphalt No bid $71.00
PO Box 1281
Cutchogue, NY 11935
#11240
STATE OF NEW YORK)
SS:
COUNTY OF SUFFOLK)
Karen Kine of Mattituck, in said county, being duly sworn, says that she is
Principal Clerk of THE SUFFOLK TIMES, a weekly newspaper, published at
Mattituck, in the Town of Southold, County of Suffolk and State of New York, and that
the Notice of which the annexed is a printed copy, has been regularly published in
said Newspaper once each week for 1 week(s), successfully commencing on the
271h day of June, 2013.
i/~ ~
a.~w~ ~.tiz.-
Principal Clerk
Sworn to before me this ( day of n ~
„l.~ ~ 2013.
a,'
LEGAL NOTICE
NOTICE TO BIDDERS
NOTICE IS HEREBY GIVEN, in
accordance with the provisions of Sec- _
[ion 103 of the General Municipal Lew, i
that sealed bids are sought and request- 1
ed for furnishing and placing within the I ( ,,I ~
Town of Southold, the following road kHRISTINA VOLINSKI
treatments:
2.Oil&Stone NOThRY PUBLIC-STATE CF NCNI YORK
S.Type 6 Top -Hot Mix Asphah Con' N O. 0 7 VOb 1 050 ~ 0
Crete
B. Type6Asphalt ([own pick up) 9Uallfied 111 SUlfOlk C_Odntc
Specifications may be obtained at N. ibrn mis9lon Explre5 Fr. o¢,=ry''-a, 4016
[he Office of the Town Clerk, Town of
Southold, Town Hall, 53095 Main Road,
Southold, New York 11971, Monday
through Friday, S: W am to 4: W pm
The sealed bids, together with aNon-
Collusive Bid Certificate, and bank
dratL rOBed check. or bid bond' t e
amomt o[ S10000, will be received by
the Town Clerk of the Town o(Sou[hold
^.t the Southold Town Hall, PO Box 1179-
53095 Main Road, Southold, New York,
until 12:00 P.M. (Noon), pRmAY, JWy S,
2013, a[ which time [hey will be opened
and read aloud in public.
The Town Board of [he 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 [he Town
of Southold to do so.
All bids must be signed and sealed in
envelopes plainly marked with [he type
of road treatment and item # being bid
on, and submitted to the Office of the
Town Clerk.
The bid price shall not include any
tax, federal, slate, or local, from which
the Town of Southold is exempt.
Datetl: Apri123, 2013
ELIZABETH A. NE V ILLS
SOUTHOLD TOWN CLERK
1 1240.1T 6/27
BID BOND Travelers Casualty and Surety Company of America
Hartford, CT 06183
KNOWN ALL BY THESE PRESENTS, That we, Roseman Construction. tnc. ,
as Principal, and Travelers Casualty and Surety Comoany of America , as Surety, are
held and firmly bOUnd UrltO Town of Southold 53095 Main Road Southold. NY 11971 aS
Obligee, In the SUm Of One Hundred Dollars
Dollars ( stoo.oo )for the payment of which we bind ourselves, and our
successors and assigns, jointly and severally, as provided herein.
WHEREAS, Principal has submitted or is about to submit a bid to the Obligee on a
Contract for 1'voe 6 Too - Ho[ Mix Asphalt Concrete
("Project").
NOW, THEREFORE, the condition of this bond is that if Obligee accepts Principal's bid,
and Principal enters into a contract with Obligee in conformance with the terms of the
bid and provides such bond or bonds as may be specified in the bidding or contract
documents, then this obligation shall be void; otherwise Principal and Surety will pay to
Obligee the difference between the amount of Principal's bid and the amount for which
Obligee shall in good faith contract with another person or entity to perform the work
covered by Principal's bid, but in no event shall Surety's and Principal's liability exceed
the penal sum of this bond.
Signed this iat _ day of .imp zots
Rosem onstruc' nc.
(Pri
tBY~
Traveler as Ity dSu gty` patlSofA 'ca
h
By.
Victor Fonseca ,Attorney-in-Fact
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
TRAVELERS
J~ POWER OF ATTORNEY
Farmington Casualty Company SL Paul Mercury Insurance Company
Fidelity and Guaranty Insurance Company Travelers Casually and Surety Company
Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casually and Surety Company of America
St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
St. Paul Guardian Insurance Company
Attorney-In Fact No. Certificate No. O 0 ~ ~ Q 4 ~ O 8
226265
KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, SL Paul Fite and Marine Insurance Company, S[. Paul Guardian Insurance
Company, SL Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and Oni[ed States
Fidelity and Guaranty Company are corporations duly organized under the laws of the Sta[c of Connecticut that Pidelity and Guaranty Insurance Company is a
corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaanty Insurance Underwriters, Inc., is a corporation duly organized under the
laws of [he State of VV sconsin (herein collectively called the "Companies'), and that the Companies do hereby make, constitute and appoint
Victor L. Fonseca, and Maggie Boryszewska
of the City of ,Stale of ,their we and lawful Anomey(s)-in-Fact,
each in their separate capacity t more than one is named above, to sign, execute, seal and ac owledge any and all bonds, recognizances, conditional undertakings and
other writings obligatory in [he nature thereof on behalf of [he Companies in their business of guaranteeing the fidelity of persons, guaranteeing [he performance of
contracts and executing or guaranteeing bonds and undertakings required or perm(ttgd in any ab4ons or pt4ceedings allowed by law.
IN WITNESS WHEREOF, the Companies have caused [his ms 4to`be s;gned aiid their cot{lorate seals to be hereto affixed, this 26th
day of February 20]3
Farmington Casualty Co pgay St. PaW Mercury Insurance Company
FideBty and Guaranty ~os~ance fiol~lpaq~y Travelers Casualty and Surety Company
Fidelity and Guaranty Insuitll~lce Underw$[ers, Inc. Travelers Casualty and Surety Company of America
St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
~~'yyyrrryyy St. Paul Guardian Insurance Company
O LI.84,~ ` ' H! y ~ pOOi. ~.M^St9 Je'~ 1Md4gq~ ~J~! Iy4 4 IMW~~ r'~
~ Ifa26o ~ Y9n a® ~F dv-d~rt:~ °:~pprOn9Jdn d a
~ e (SEA ~ E - 'O t l~~~i O
oa. y • 'w+s ICI ~~~a. ~y /L ~'~SBAL;i Cora. s cart 1886 ,,p
cF ts.txrts °~r.-~""' s i o`E ~ ~A1MN`"
Stale of Connecticut ]3y r
City of Hartford ss. Robert L. Raney, enior Vite President
On this the 26th day of February 2013 ,before me personally appeared Rober L. Raney, who acknowledged himself [o
be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., SL Pau]
Fire and Marine Insurance Company, SL Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers
Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and [ha[ he, as such, being authorized so [o do, executed the foregoing
instmmen( for the purposes [herein contained by signing on behalf of the corporations by himself as a duly authorized officer.
G,TlT
In Witness Whereot, I hereunto set my hand and official seal. *fl~ m ~,(~(1 C ,
My Commission expires [he 30th day of June, 2016. ~ p~L10s Marie C Teneanlt Notary Public
C'am'
58440-8-12 Printed in U.S.A.
WARNING: THIS POWER OF ATTORNEV IS INVALID WITHOUT THE RED BORDER
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
This Power of Attorney is granted under and by the authority of the following resolutions adopted by [he Boards of Directors of Farmingtou Casualty Company, Hidelity
and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., SL Paul Fire and Marine Insurance Company, SL Paul Guardian Insurance
Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States
Fidelity and Guaranty Company, which resolutions aze now in full force and effect, reading as follows:
RESOLVED, that the Chairman, the President, any Vice Chairman, any 8xecutive Vice President, auy Senior Vice President, any Vice President, any Second Vice
President, the Treasureq any Assistant Treasurer, [he Corpom[e Secretary or any Assistant Secretary may appoint Attomeys-in-Fact and Agents to act for and on behalf
of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the
Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any
of said officers or the Board of Direcors at any time may remove any such appointee and revoke the power given him or her; and it is
FURTHER RESOLVED, [hat the Chairman, [he President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may
delegate all or any pan of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy
[hereof is tiled in the offme of the Secretary; and it is
FURTHER RESOLVED, [hat any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking
shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice
President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corpom[e Secretary or any Assistant Secretary and duly attested and sealed with [he
Company's seal by a Secretazy or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power
prescribed in his or her cenifiw[e or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED, that the signature of each of [he following officers: President, any Executive Vice President, any Senior Vice President, any Vice President,
any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any
eenihcate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds
and undertakings and other writings obligatory in the nature [hereof, and any such Power of Attomey or certificate beazing such facsimile signature or facsimile seal
shalt be valid and binding upon [he Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on
[he Company in the future with respect to any bond or understanding to which i[ is attached.
I, Kevin E. Hughes, [he undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance
Underwriters, Inc., SL Paul Fire and Marine Insurance Company, SL Paul Guazdian Insurance Company, SL Paul Mercury Insurance Company, Travelers Casualty and
Surety Company, Travelers Casualty and Surety Company of America, and Unit~~32ates Firi~tand Gugr{utty Company do hereby certify that the above and foregoing
is a true and cosec[ copy of the Power of Attomey executed by said Compa{p~, w~tich,~!r4Efdli force gp`d`effect and has no[ been revoked.
x
a... ~ ~y ~ ~ 1 -y-
IN TESTIMONY WHEREOF, I have hereunto set my hand agdy,9~ted thg of sa}d Lsb)`9~anies this ~cS7 day of v~ , 20
t to v ; ~
.,5.. 't 5.!
w gg
Kevin~E
Hughes, Assistant Su Lary
~GI.6Y,~1` ' i` PO~~19y4~f Fi \NiU9yA ~x~~ +x0~ 1I9Mr/y
Cl~ ~ ywxy.~ `y'1 0~(,pFeOnFrP:m w/cOFr09Ilr::~ln ~O~ 9~9~~
s`n 1JT/ g 1957 ylEAL e' F~ 38RL': : ' ~ ~ a ~ 7
x ~ N' ~ RnxR~ ~IS.AM~O'~ Si.•.~./~ i n+E ~A1rH`
To verify the authenticity of this Power of Attomey, call 1-800A21-3880 or contact us at www.[ravelersbond.com. Please refer to the Attorney-In-Fact number, the
above-named individuals and the details of the bond ro which the power is attached.
Y
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
• TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
HARTFORD, CT. Ob183
ATTORNEY-IN-FACT JUSTIFICATION
PRINCIPAL'S ACKNOW LEDGMENT- IF A CORPORATION
Stale of New York, County of 6L~. ) ss.
On this 1 iT day of Dula' , 20$! ,before me personally appeared ADIERT ~ V45 ,
to me known, who, being by me duly sworn, deposes and says. That he/she resides in the City of 6~CI' w.pQ4C~~E.t. F.ly
that he/she is [he ~g~(pt®.IT of 4~ffiEMAR ~"yt.,C(Itl.CT[CW 4 /HIG the
corporation described in and which executed the within instmment; that he/she knows the seal of said corporation; that the seal affixed to said instrument is such corporate
seal; that it was so affixed by order of[he Board of Directors of said corporation, and [hat he/she signed his/her name [hereto by like order.
t~
DIANE BELlO
PRINCIPAL'S ACKNOWLEDGMENT-IF INDIVIDUAL OR FIRM NOTARY PUBLIC, STATE OF NEW YORK
state of New York,Counryof )ss. NOO1BE6072706,SUFFOLK000NTY
COMPJIISSION EXPIRES APRIL 8, 20 t~-
On this day of , 20 ,before me personally appeared to me
known to be (the individual) (one of the firm of ) described in and who executed the within
instrument, and he/she thereupon duly acknowledged to me [hat he/she executed the same (as the act and deed of said firm).
SURETY COMPANY'S ACKNOWLEDGMENT
State of New York )
County of /rYG.a)
On the ~ St000099 ~~~~~day of UUIY in the year 20 13 before me, the undersigned, personally appeared ViCtOf FODSBCB
personally known [o me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed [o the within instrument and
acknowledged [o me [ha[ helshe/they executed [he same in hisPoer/their/capacity(ies), and that by his/her/[heir signature(s) on the instmment, the individual(s), or [he person
upon behalfof which [he individual(s) acted, ezecu[ed the instrument. ,
Notary Public
TRAVELERS CASUALTY AND SUREN COMPANY OF AMERIC
HaMord, Connediclrt 06183
FINANCIAL STATEMENT AS OF DECEMBER 31, 2011 MNp - M>~ 1hIR
AS FILED WITH THE INSURANCE DEPT. OF THE STATE OF NEW RK
CAPITAL STOCK $ 6,480,000
ASSETS B i
CASH AND INVESTED CASH $ 103,fi57,622 UNEARNED PREMIUMS $ 813,328,9%
BONDS 3,525,992,354 LOSSES 937,661,730
INVESTMENT INCOME DUE AND ACCRUED 49,234,241 REINSURANCE PAYABLE ON PAID LOSSES 8 LOSS ADJ. EXPENSES 2,604,752
OTHERINVESTED ASSETS 249,1]180] LOSS ADJUSTMENT EXPENSES 525,055,953
PREMIUM aALANCES 239,2]8,662 COMMISSIONS 30,856,691
NET DEFERRED TAX ASSET 67,832,057 TAXES, LICENSES AND FEES 60,2]6,105
REINSURANCE RECOVERABLE 10,%3,463 OTHER E%PENSES 29,866,613
SECURITIES LENDING REINVESTED COLLATERAL ASSETS ],344,%8 FUNDS HELD UNDER REINSURANCE TREATIES 95,031 416
UNDISTRIBUTED PAYMENTS 2,593,%] CURRENT FEDERAL ANO FOREIGN INCOME TAXES 49,086,52]
OTHER ASSETS 351,289 REMITTANCES AND ITEMS NOT ALLOCATED 16,641 351
AMOUNTS WITHHELD /RETAINED BV COMPANY FOR OTHERS 31,%0,2]]
RETROACTVE REINSURANCE RESERVE ASSUMED 3,152,]06
POLICYHOLDER DIVIDENDS 6,11],549
PROVISION FOR REINSURANCE 6,397,371
PAYABLE TO PARENT, SUBSIDIARIES AND AFFILIATES 53,]66,609
PAYABLE FOR SECURITIES 1,299,%3
PAYABLE FOR SECURITIES LENDING ],344,008
CEDED REINSURANCE NET PREMIUMS PAYABLE 171,042,044)
ESCHEAT Lu181LITY 591,943
OTHER ACCRUED EXPENSES AND LIABILITIES 501.836
TOTAL LIABILITIES $ 2.604,3]2,282
CAPITAL STOCK $ 6,480,000
PAIp IN SURPLUS 433803,]60
OTHER SURPLUS 1,211 ]91,508
TOTAL SURPLUS TO POLICYHOLDERS $ 1,652.0]5.268
TOTAL ASSETS $ 4,256,44] 550 TOTAL LIABILITIES 8 SURPLUS $ 4,25644].550
Sewrilies cartied at $7,783,110 in the above statement are deposited with public authorities, as required by law
' LEGAL NOTICE CORAZZINI ASPNAIT INC.
P.O. Box 1281
NOTICE TO BIDDERS Cutchogue, NY 11935
(631) 734.5600 Fax (6311734.5625
NOTICE IS HEREBY GIVEN, in accordance with the provisions of Section 103 of the
General Municipal Law, that sealed bids aze sought and requested for furnishing and
placing within the Town of Southold, the following road treatments:
2. Oil & Stone
5. Type 6 Top -Hot Mix Asphalt Concrete
8. Type 6 Asphalt (town pickup)
Specifications may be obtained at the Office of the Town Clerk, Town of Southold, Town
Hall, 53095 Main Road, Southold, New York 11971, Monday through Friday, 8:00 am to
4:00 pm
The sealed bids, together with aNon-Collusive Bid Certificate, and bank draft.
certified check, or bid bond in the amount of $100.00, will be received by the
Town Clerk of the Town of Southold at the Southold Town Hall, PO Box 1179, 53095
Main Road, Southold, New York, until 12:00 P.M.(Noon), FRIDAY, July 5, 2013, at
which time they will be opened and read aloud in public.
The Town Boazd of the Town of Southold reserves the right to reject any and all bids and
waive any and all informalities in any bid should it be deemed in the best interest of the
Town of Southold to do so.
All bids must be signed and sealed in envelopes plainly mazked with the type of road
treatment and item # 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: Apri123, 2013 ELIZABETH A. NEVILLE
SOUTHOLD TOWN CLERK
PLEASE PUBLISH ON June 27, 2013, AND FORWARD ONE (1) AFFIDAVIT OF
PUBLICATION TO ELIZABETH NEVILLE, TOWN CLERK, TOWN HALL, PO
BOX 1 ] 79, SOUTHOLD, NY 11971
Copies to the following:
Suffolk Times Town Board Members
Town Attorney Superintendent of Highways Harzis
John Cushman, Comptroller Dodge Reports
Brown's Letters Burzelle's Information Services
Construction Data Town Clerk's Bulletin Board
liot Mix Asphalt Concrete Item # 8
i ~ pe 6 Top" -Furnish only Year 2013
ITEM NO. 8
SPECIFICATIONS
FOR THE FURNISHING OF
ASPHALT ROAD MATERIALS
INTO TOWN HIGHWAY TRUCKS
HOT MIX ASPHALT CONCRETE
"Type 6 Top"
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 & to perform all labor and services necessary for the proper completion of the work, 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.
1
Hot Mix Asphalt Concrete Item # 8
"Type 6 Top" - Furnish only Year 2013
As soon as the proposal prices have been compared, the Owner shall return the bidder's bond or the certified
checks accompanying such proposals as, in his judgment, would not likely be involved in making the award.
All other proposal quantities will be held until the contract and contract bond have been executed after
which they will be released or returned to the respective bidders whose proposals they accorOpanied.
C. OMISSIONS AND DISCREPANCIES
Bidders should cazefully examine the specifications and fully inform .themselves of all conditions and
matters which can in any way affect the work or the cost thereof. Should a bidder find discrepancies in or
omissions from the specifications, or other documents or should he be in doubt as to their meaning, he
should at once notify the Highway Superintendent who may issue a written instruction to all bidders.
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
Awazd of contract will be made as soon as practical. The Superintendent of Highways reserves the right to
make awazds by items, or as a whole, or not at all, whichever the Superintendent deems to be in the best
interest of the Town. A contract may be awarded to a responsible bidder other than the lowest money
bidder, if it is in the best interest of the Town. No bid may be withdrawn after scheduled closing time for
receipt of bids for a period of 45 days pending execution of a contract by successful bidder. The competency
and responsibility of the bidder and his sub-contractors will be considered in making, the 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
2
Hot Mix Asphalt Concrete Item # 8
"Type 6 Top" -Furnish only Year 2013
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.
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.
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 similazly to provide Workmen's
3
Hot Mix Asphalt Concrete Item # 8
"Type 6 Top" - Famish only Year 2013
Compensation Insurance for all of the Tatter's employees unless such employees are covered by the
protection afforded by the Contractor.
Public Liabilitv and Propert~ge Insurance: The Contractor shall take out and maintain during the life
of this Contract such Public Liability and Property Damage Insurance as shall protect him and any
subcontractor performing work covered by this Contract from claims for damages four personal injury
including accidental death as well as from claims for property damage which may arise from operations
under this Contract, whether such operations be by himself or by any subcontractor, to by anyone directly or
indirectly employed by either of them, and the amounts of such insurance shall be as follows:
Public Liability Insurance in an amount of not less than One Million Dollazs ($1,000,000.00) for bodily
injuries, including wrongful death to each person and subject to the same limit for each person in an amount
not less that One Million Dollazs. ($1,000,000.00) on account of each accident.
Propertv Damage Insurance in an amount not less than One Million Dollars ($1,000,000.00) for damages on
account of each accident and in an amount of not less than One Million Dollazs ($1,000,000.00) for
damages on account of all accidents.
Liabilitv 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 Liabilitv and Property Damage Insurance: The Contractor shall furnish to the
Owner, with respect to the operations he or any of his subcontractors perform a regulaz Protective Public
Liability Insurance Policy for, and in behalf of the Owner, providing for a limit of not less than One Million
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 regulaz Protective
Propertv Damage Insurance providing for a limit of not less than One Million Dollazs ($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 [he 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 theret}om, 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 famish the Owner with certificates of each insurer insuring the Contractor of any
subcontractor under this Contract except with respect to part D. As listed above. In respect to this pazagraph,
the Contractor shall furnish the Owner with the original insurance policy. Both certificates, as furnished,
and the insurance policy, as required, shall bear the policy numbers, the expiration date of the policy and the
limits of liability there under. Both the certificates and [he policy shall be endorsed to provide the Owner
with any notice of cancellation or non-renewal.
4
Hot Mix Asphalt Concrete Item # 8
"Type 6 Top" -Furnish only Year 2013
PROPOSAL FORM
DATE: ~C7' ~ ~ 0~0\ 3
NAME OF BIDDER: CC~~f'C~.Z"Lt,'~t !~S(JI~Q,"~ ~ C1c
TO:
SOUTHOLD TOWN BOARD NOTE: All items listed herein must
TOWN HALL be bid. Failure to bid any
PO BOX 1179 item will be grounds for
53095 MAIN ROAD disqualification.
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 aze named below; that this proposal is made without any connection, directly or indirectly with
any other bidder for the same work; that it is in all respects fair and without collusion or 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 cazefully examined all project requirements, including bidding requirements, contract, general and
special conditions, specifications, and addenda, if any (Note: acknowledgment of addenda and their dates
must be included as indicated on bottom page); that he has satisfied himself by personal examination of the
proposed work, and by such other means as he may have chosen, as to the conditions and requirements of
the work; and he proposed and agrees that if his proposal be accepted he will contract to furnish all
materials not provided by the Town (See Specifications) and to perform all the work required to construct,
perform and complete the specified work; and that he will start the work as directed by the Town, he will
accept, in full payment thereof as listed below:
BID ON ASPHALT ROAD MATERIALS, HOT Mix ASPHALT CONCRETE, "Type 6 Top", IN
ACCORDANCE WITH THE PROJECT REQUIREMENTS. THE ABOVE REFERENCED ACTIVITIES
WILL BE COMPLETED FOR THE STIPULATED CUMULATIVE "UNIT PRICE" OF:
BID #1
SUPPLY LABOR AND MATERIAL TO FURNISH
"Type 6 Top"
INTO SOUTHOLD TOWN HIGHWAY TRUCKS
MADE WITH ALL (VIRGIN MATERIALS)
Nn ~i d
(written in words) Per Ton (written in numbers words) Per Ton
BID #2
SUPPLY LABOR AND MATERIAL TO FURNISH
5
Hot Mix Asphalt Concrete Item # 8
"Type 6 Top" -Furnish only Year 2013
"Type 6 Top"
INTO SOUTHOLD TOWN HIGHWAY TRUCKS
MADE WITH AN ALLOTMENT OF (20% OF RAP )
RECYCLED ASPHALT PRODUCT INCLUDED IN THE MIXTURE
(written in words) Per Ton (written in numbers rds) Per Ton
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 r~X
/r,~,. C~,~`~~oa~,Q Ny ~ ~J~
Telephone Number: W 3 1 J~ 3 ~22-~G 6
Date: ~J t y J ZO { 3
6
Hot Mix Asphalt Concrete Item # 8
"Type 6 Top" -Furnish only Year 2013
1. DESCRIPTION
Bids are requested for the supply of labor and material to furnish N.Y.S. Type 6 Top Coat into Southold
Toh n i ]ighway Trucks. The materials shall meet the specifications to/for Item 403.1701 in the New York
Department of Transportation Specifications. The materials shall be constructed in accordance to section
400 in the New York State Department of Transportation Specifications. Material shall be measured by ton.
Payment for this item shall be made by the unit price multiplied by the number tons.
2. MATERIALS
Bituminous Asphalt concrete pavement shall be equal to NYSDOT -Type 6 meet or exceed the following
requirements:
ASPHALT CONCRETE PAVEMENT
Screen General limits Job Mix
Sizes % Passing Total
1" 100
1/2" 95-100
1/4" 65-85 7
1/8" 36-65 7
No. 20 15-39 7
No. 40 8-27 7
No. 80 4-16 4
No. 200 2 - 6 2
Asphalt Content, % 5.8-7.0 4
5. TESTING
The Town shall have the absolute right to make tests before and after delivery and placement of asphalt
material to determine conformity to Specifications, quality and standards of excellence. The Contractor
agrees to beaz the cost and pay for all tests which are deemed to be necessary in the opinion of the Town.
The Contractor shall repair or replace at no additional cost to the Town, any materials found to not meet the
Specifcations and quality intended. The work shall be executed in the best and most workmanlike manner.
6. SAMPLES
The town at its discretion can request samples of asphalt material provided by winning bidder to have
periodic testing of the mix at a DOT approved facility at the vendor's expense to help insure that the mix
provided is to our specification.
7. MEASUREMENT & PAYMENT
The prices quoted in this bid, and subsequently awazded, are to be used in establishing prices for actual
materials famished and placed within Town of Southold Highway Trucks from the date of award up to and
7
' Hot Mix Asphalt Concrete Item # 8
"Type 6 Top" -Furnish only Year 2013
including one (1) year thereafter. The contract period may be extended for up to one (1) additional year
upon mutual written agreement of the Town and the Contractor.
Payment shall be made to the contractor at the unit price(s) submitted in the Proposal. The asphalt concrete
will be measured by the number of tons. The unit price per ton shall include the cost of furnishing all
materials, equipment, labor and incidentals necessary to complete the work.
NOTE: The winning bidder will supply the Highway Department with daily mix reports showing the
composition of the asphalt mix that day, and endeavor to submit them to us along with the invoices
submitted for payment.
END OF SPECIFICATION:
8
Hot Mix Asphalt Concrete Item # 8
"Type 6 Top" -Furnish only Year 2013
STATEMENT OFNON-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 ~t a-r ~ CAS e~Z2.i i of the
(nName of signatory)
~0.-2-"7.~ n , 7'xS~~~~ 1`(~L Be authorized to sign and submit the bid
(Name of Corporation)
Or proposal of this corporation for the following Project:
Item # 8
Furnish into Town Highway Trucks
"Type 6 'Cop"
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.
r ~
The foregoing is true and correct copy of the resolution adopted byCO~'Ga-7nn~ /~IP~~orpor to ion at a
meeting of the Boazd of Directors, held on the ?~ol day
of ~~j , , 20~_
9
' Hot Mix Asphalt Concrete Item # 8
"Type 6 Top" -Furnish only Year 2013
(SEAL OF THE CORPORATION)
Laws of New York, 1965 ~
Ch. 751, Sec. 103-d, as amended &
effective on September 1, 1965. Signa e
10
NON-COLLUSIVE BID CERTIFICATE
The undersigned bidder certifies that this bid has been arrived at by the bidder
independently and has been submitted without collusion with any other vendor of a
materials, supplies or equipment of the type described in the invitation for bids, and the
contents of this bid have not been communicated by the bidder, nor, to its best knowledge
and belief, by any of its employees or agents, to any person not an employee or agent of
the bidder or its surety on any bond furnished herewith prior to the official opening of the
bid .
(Signed) ~~r/
(Corporate Title)
(if any) ~ v~s~ ~P~
Printed Name / \ • i?~1 a r d CD~'A2Z ~ r~ ~
Company LSJ-~'U'L?-~~~ ~S(~O~.Q~-~~~
Address ~a~ ~ C(J~-e~10
Phone lSi3 1 ~ 3~ ~ ~ ~ U
Item # 8 Type 6 Asphalt (town pick up)
y 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:
2. Oil & Stone
5. Type 6 Top -Hot Mix Asphalt Concrete
8. Type 6 Asphalt (town pick up)
Specifications may be obtained at the Office of the Town Clerk, Town of Southold, Town
Hall, 53095 Main Road, Southold, New York 11971, Monday through Friday, 8:00 am to
' 4:00 pm
The sealed bids, together with aNon-Collusive Bid Certificate, and bank draft,
certified check, or bid bond in the amount of $100.00, will be received by the
Town Clerk of the Town of Southold at the Southold Town Hall, PO Box 1179, 53095
Main Road, Southold, New York, until 12:00 P.M.(Noon), FRIDAY, July 5, 2013, at
which time they will be opened and read aloud in public.
The Town Boazd of the Town of Southold reserves the right to reject any and all bids and
waive any and all informalities in any bid should it be deemed in the best interest of the
Town of Southold to do so.
All bids must be signed and sealed in envelopes plainly marked with the type of road
treatment and item # 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: April 23, 2013 ELIZABETH A. NEVILLE
SOUTHOLD TOWN CLERK
PLEASE PUBLISH ON June 27, 2013, AND FORWARD ONE (1) AFFIDAVIT OF
PUBLICATION TO ELIZABETH NEVILLE, TOWN CLERK, TOWN HALL, PO
BOX 1 ] 79, SOUTHOLD, NY 11971
Copies to the following:
Suffolk Times Town Board Members
Town Attorney Superintendent of Highways Harris
John Cushman, Comptroller Dodge Reports
Brown's Letters Burrelle's Information Services
Construction Data Town Clerk's Bulletin Board
Hot Mix Asphalt Concrete Item # 8
"Type 6 Top" -Furnish only Year 2013
ITEM NO. 8
SPECIFICATIONS
FOR THE FURNISHING OF
ASPHALT ROAD MATERIALS
INTO TOWN HIGHWAY TRUCKS
HOT MIX ASPHALT CONCRETE
"Type 6 Top"
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 beazing the designation: 'Exceptions to the Specifications",
and attached to the Bid Form. Each proposal must be signed in writing with the full name and address of
bidder.
The bidders shall write in ink, both in words & numerals, the price For which he proposed to furnish all
materials & to perform all labor and services necessary for the proper completion of the work, and subject at
al] 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 guazanty in the form of a bid bond
or certified check in the amount of one hundred ($100) dollazs payable to the Town of Southold.
1
Hot Mix Asphalt Concrete Item # 8
"Type 6 Top" -Furnish only Year 2013
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 afer
which they will be released or returned to the respective bidders whose proposals they accompanied.
C. OMISSIONS AND DISCREPANCIES
Bidders should cazefully examine the specifications and fully inform .themselves of all conditions and
matters which can in any way affect the work or the cost thereof. Should a bidder find discrepancies in or
omissions from the specifications, or other documents or should he be in doubt as to their meaning, he
should at once notify the Highway Superintendent who may issue a written instruction to all bidders.
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
Awazd of contract will be made as soon as practical. The Superintendent of Highways reserves the right 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 awazd the project or reject all proposals received within forty-five (45) days after
formal opening of proposals. Acceptance of a proposal will be a written notice signed by the Town Clerk &
no other act shall constitute the acceptance of a proposal.
F. WITHDRAWALS OF PROPOSALS
Any bidder upon his or her authorized representative's written request presented not later than the hour set
for the opening thereof, will be given permission to withdraw his proposal. At the time of opening the
proposals, when such proposals are reached, it will be returned to him unread.
G. REJECTION OF PROPOSALS
The Town reserves the right to waive any technical error and to reject any and/or all proposals. Without
limiting the generality of the foregoing, any proposal which in incomplete, obscure, or 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
2
Hot Mix Asphalt Concrete Item # 8
"Type 6 Top" -Furnish only Year 2013
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.
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.
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
3
• Hot Mix Asphalt Concrete Item # 8
"Type 6 Top" -Furnish only Year 2013
Compensation Insurance for all of the Tatter'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 azise from operations
under this Contract, whether such operations be by himself or by any subcontractor, to by anyone directly or
indirectly employed by either of them, and the amounts of such insurance shall be as follows:
Public Liability Insurance in an amount of not less than One Million Dollazs ($1,000,000.00) for bodily
injuries, including wrongful death to each person and subject to the same limit for each person in an amount
not less that One Million Dollazs. ($1,000,000.00) on account of each accident.
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 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
Prooert~amage 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.
4
Hot Mix Asphalt Concrete Item # 8 '
"Type 6 Top" -Furnish only Year 2013
PROPOSAL FORM
DATE: ST,'~Ot~
NAME OF BIDDER: C R57 ~ SL Fri t~t~ ASP I-1 ra c.T coRP.
TO:
SOUTHOLD TOWN BOARD NOTE: All items listed herein must ,
TOWN HALL be bid. Failure to bid any
PO BOX 1179 item will be grounds for
53095 MAIN ROAD disqualification.
SOUTHOLD, NEW YORK 11971
MEMBERS OF THE BOARD:
The undersigned as bidder, declazes that the only persons, company, or pazties interested in this proposal as
principals aze named below; that this proposal is made without any connection, directly or indirectly with
any other bidder for the same work; that it is in all respects fair and without collusion or 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, HOT Mix ASPHALT CONCRETE, "Type 6 Top", IN
ACCORDANCE WITH THE PROJECT REQUIREMF,NTS. THE ABOVE REFERENCED ACTIVITIES
WILL BE COMPLETED FOR THE STIPULATED CUMULATIVE "UNIT PRICE" OF:
BID #I
SUPPLY LABOR AND MATERIAL TO FURNISH
"Type 6 Top"
INTO SOUTHOLD TOWN HIGHWAY TRUCKS
MADE WITH ALL (VIRGIN MATERIALS)
frol,t~ i
we ~oilors Ne C~#s ~ FS' 2 ^
(wn~te
n words) Per Ton (written in numbers words) Per Ton
BID #2
SUPPLY LABOR AND MATERIAL TO FURNISH
5
Hot Mix Asphalt Concrete Item # 8
"Type 6 Top" -Furnish only Year 2013
"Type 6 Top"
INTO SOUTHOLD TOWN HIGHWAY TRUCKS
MADE WITH AN ALLOTMENT OF (20% OF RAP )
RECYCLED ASPHALT PRODUCT INCLUDED IN THE MIXTURE
5wtn}'y Ti.w Q>l~a?S ~e Lents "72~
(written in words) Per Ton (written in numbers words) Per Ton
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 re 'ewed by the Town to correct any
deficiencies in the proposed scope of work and, if no correcti s are necessary, further agree that this
proposal is a formal bid and shall remain in effect fora od of forty-five (45) days, the Town will accept
or reject this proposal or by mutual agreement ma,~eklen~ d.
l
Signature of Bidder: / G
Business Address: ~,p ~ X mac}
Soe-enK IJY li4'1'L
Telephone Number: ~G~325~54~54
Date: ~5~/3/3
6
Hot Mix Asphalt Concrete Item # 8
"Type 6 Top" -Furnish only Year 2013
1. DESCRIPTION
Bids aze requested for the supply of labor and material to famish N.Y.S. Type 6 Top Coat into Southold
ToH n highway Trucks. The materials shall meet the specifications to/for Item 403.1701 in the New York
Department of Transportation Specifications. The materials shall be constructed in accordance to section
400 in the New York State Department of Transportation Specifications. Material shall be measured byton.
Payment for this item shall be made by the unit price multiplied by the number tons.
2. MATERIALS
Bituminous Asphalt concrete pavement shall be equal to NYSDOT -Type 6 meet or exceed the following
requirements:
ASPHALT CONCRETE PAVEMENT
Screen General limits Job Mix
Sizes % Passing Total
1" 100
1/2" 95-100
1/4" 65-85 7
No. 20 15-39 7
No. 40 8-27 7 .
No. 80 4-16 4
No. 200 2 - 6 ' 2
Asphalt Content, % 5.8-7.0 4.
5. TESTING
The Town shall have the absolute right to make tests before and after delivery and placement of asphalt
material to determine conformity to Specifications, quality and standards of excellence. The Contractor
agrees to bear the cost and pay for all tests which aze deemed to be necessary in the opinion of the Town.
The Contractor shall repair or replace at no additional cost to the Town, any materials found to not meet the
Specifications and quality intended. The work shall be executed in the best and most workmanlike manner.
6. SAMPLES
The town at its discretion can request samples of asphalt material provided by winning bidder to have
periodic testing of the mix at a DOT approved facility at the vendor's expense to help insure that the mix
provided is to our specification.
7. MEASUREMENT & PAYMENT
The prices quoted in this bid, and subsequently awarded, are to be used in establishing prices for actual
materials furnished and placed within Town of Southold Highway Trucks from the date of award up to and
7
Hot Mix Asphalt Concrete Item # 8
"Type 6 Top" -Furnish only Year 2013
including one (1) year thereafter. The contract period may be extended for up to one (1) additional year
upon mutual written agreement of the Town and the Contractor.
Payment shall be made to the contractor at the unit price(s) submitted in the Proposal. The asphalt concrete
will be measured by the number of tons. The unit price per ton shall include the cost of furnishing all
materials, equipment, labor and incidentals necessary to complete the work.
NOTE: The winning bidder will supply the Highway Department with daily mix reports showing the
composition of the asphalt mix that day, and endeavor to submit them to us along with the invoices
submitted for payment.
END OF SPECIFICATION:
8
Hot Mix Asphalt Concrete Item # 8
"Type 6 Top" -Furnish only Year 2013
STATEMENT OFNON-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 t'Zeb~r-fi GsrsnG of the
(Name of signatory)
F.ws~ Ss Is~~? A8 01+.11- Corn Be authorized to sign and submit the bid
(Name of Corporation)
Or proposal of this corporation for the following Project:
Item # 8
Furnish into Town Highway Trucks
"T'ype 6 Top"
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 tsb~- Ts
Ic,.a,
Asp1.L`b;rporation at a
meeting of the Board of Directors, held on the S'T~ day
of ~ , 20 t3
9
Hot Mix Asphalt Concrete Item # 8
"Type 6 Top" -Furnish only Year 2013
(SEAL OF THE CORPORATION) ~ '
Laws of New York, 1965
Ch. 751, Sec. 103-d, as amended &
effective on September 1, 1965. Signature
10
NON-COLLUSIVE BID CERTIFICATE
The undersigned bidder certifies that this bid has been arrived at by the bidder
independently and has been submitted without collusion with any other vendor of a
materials, supplies or equipment of the type described in the invitation for bids, and the
contents of this bid have not been communicated by the bidder, nor, to its best knowledge "
and belief, by any of its employees or agents, to any person not an employee or agent of ,
the bidder or its surety on any bond furnished herewith prior to the of 'al opening of the
bid .
(Signe
(Corporate Title)
(~fanY) - I~rest~a~tii'
Printed Name tZel~erl- Ga.nv+e
Company Cc
+I- ~sl~h`? 41sr~t.r~liF Ciro
Address ?d 13m~ 124 S~spnlr A7Y 111'77.
Phone 3z5- 6 C S 4
Item # 8 Type 6 Asphalt (town pick up)
D"
m
m g?= !°°a
o ~ - ~ w
sa Postage $ ~Q5
t`
Cenifiatl Fee
rl O~~svnark
O Retum Receipt Fee ~ Her
p (Endorsement Requiretl) t~ r~ ~
~ Resldcted Delivery Fee ` y ~
O (Endorsement Required) ~
w
N NN
ra Total Postage & Fees ,p
O ~
to
a-.
~ Street, Apf. No., V
f`- or PO BOx NO:~:.
O.".....-•- ~ i ----i.-I----j.--.----..
Crty, Srere, ZIPt4 I J
~ •
¦ I~mm4 H
eHeetriCt9d~ 8rld 9. AIBO COInpIBte rr~ ~.,r~
¦ Prtm De6trery b deslmd. TjC1 ~7IgeM
your name and address on the reverse ~A VV
~ I vv ~I ? ,~d,~~
s0 that vve Can fBLUm the CBRt t0 ya,. g, p~ NarrreJ C. Data of DelNery
¦ ,atracn tale capd to me msk rn the mellpbce, 13 -13
troll ff space permits. ~ ~ l
...t. dressed to: ~ D. bdeavery addrem diserentfrom kem lT ?Yes
t~ ~ H YE3, enter delNery address below: ? No
lY(a~ er"t l7iar~o~e
. `Ilay s. s¦rlae,ype
~e On k 1 I 14 ~a e?O~tllied Man ~ t3gvesa Mail .
O ReBbtered ? Retum Ftedeipt for MercharMi4e
O Imured Mell O C.O.D.
a' iteobicmd Delivey+ f~rrra Fae1 ? Ye8
z. nrudeNamber,. 7ppq p820 UOU1 7820 8389
(ifans/er ream iNVke ~ -
PS Form 3811 r February 2004 Deeraaac Rrarrn Raoatpt fa25gs-0z-M-tsao
N ~
f~
m
m
ru
~ Postage $
f~
Certilietl Fee 5
~ Park
~ Return Recelpl Fae
p (Entlorsemenl Requiretl)
~ Restricted Delivery Fee ~ r
~ (Entlorsement RegWretl) ~ ~
f1J ~ r
~ Total Postage & Feea w
O ~
f To W~. TY 1 F
~ treat APr. fJO.' eLO.I^i e___,_ 1~ . _ . !..._.~QU .._'-.1.._
or PO BOx NO. p~~L),A-...~lc~yh rat-.
t` . If AA 111 ~~~111 _.Y_1._ 1..
CiN. Sfate, ZIP+O o~ y i t 4~
¦ complete Imnro 1, 2, ~d a aw oartPlele A 1~
item a H Reshicted Da4very N deehed.
¦ Prim your name and eddreee on the reveres X
30 that we CBn rehrm itle CBfd t0 yoa. ? Addreasea
¦ Attach this card to the hack of the rneilpieee, ~d t^'d^~1-- . ~ /rn Delivery
or on the irorrt H apace parmUs,
1. Article AQd\reased to: D• Is deWery addreae daferem from Item l? ? Yes
~Erpy 1Je LQ.'i (>t ~1 t" MYES, enter delWery address below: ? No
~^u~l
Ah F~Yk ~,i~I~n.I+
C'~14 1rC NOr'E'~ 1~1(l'~v~ ~R a swos~gpa
J ocTt~~a M~
{'dY~ I I -1 ~O ~ M~ O 6~reea Amu
1 - 0 d 0 Ratum Fiecelpt for Merchandise
~ Irataed Mail O C.O.D.
a aeetricmd oawaY+ (arch ~e~ ? vas
2. Article Nurhber! ~ ~ ! , .
(rianskraom aerobe Ybs~!` '7009 ~~820~~~001 7820 8372
PS Form 3811, Febn+erY 2001! ~6iaalee6111hee
702595-02-M-1540
Rudder, Lynda
From: Tracey Doubrava <tdoubrava@timesreview.com>
Sent: Monday, May 13, 2013 11:32 AM
To: Rudder, Lynda
Subject: Re: publish
Hi Lynda,
Got it. And will have published in the 5/16 edition of the Suffolk Times.
Thanks.
Tracey Doubrava
Display Ad Sales Coordinator
Times/Review News Group
7785 Main Rd.
P.O. Box 1500
Mattituck, NY 11952
P: (631) 298-3200
E: tdoubrava@timesreview.com
From: <Rudder>, Lynda <Ivnda.rudder@town.southold.nv.us>
Date: Monday, May 13, 2013 9:04 AM
To: "Harris, Peter" <peter.harris@town.southold.ny.us>, "Sinramm, Joan" <Joan.Sinramm@town.southold.ny.us>,
"Andaloro, Jennifer" <Jennifer.andaloro@townsouthold.nv.us>, "Beltz, Phillip" <Phillip.Beltz@town.southold.nv.us>,
"Christopher M. Talbot -Forward" <christptal@yahoo.com>, "Cushman, John" <John.Cushman@townsouthold.nv.us>,
"Dinizio, James" <lames.dinizio@town.southold.ny.us>, "Doherty, Jill" <rill.doherty@townsouthold.ny.us>, "Finnegan,
Martin" <martin.finneaan@town.southold.nv.us>, "Krauza, Lynne" <Iynne.krauza@town.southold.ny.us>, Times Review
<tdoubrava@timesreview.com>, Louisa Evans <Ipevans06390@amail.com>, "Neville, Elizabeth"
<E.Neville@townsouthold.nv.us>, "Reisenberg, Lloyd" <Llovd.Reisenberz@townsouthold.nv.us>, "Russell, Scott"
<Scott.Russell@town.southold.nv.us>, "Standish, Lauren" <Lauren.Standish@town.southold.ny.us>, "Talbot,
Christopher" <christooher.talbot@town.southold.ny.us>, "Tomaszewski, Michelle" <michellet@town.southold.nv.us>,
William Ruland <rulandfarm@vahoo.com>
Subject: publish
Please publish in the 5/16 edition of the Suffolk Times and on the town website, thanks.
t
13/05 '13 MON 12:17 FAX 631 765 6145 SOIITHOLD TOWN CLERK ~ 001
~*:eras*:~~~**~~~*:exx**~~**t~*:ex*
MULTI TX/RX REPORT *sx
TX/RX NO '1625
INCOMPLETE TX/RX 50]
TRANSACTION OK 51]18005243329 Burrelle's Info
52]18882329941 Data Construct
[~e 53]18002582984 Dodge Reports
54]18009620544 Construct Info
ERROR
LEGAL NOTICE
NOTICE TO BIDDERS
NOTICE tS HF,REI3Y GIVEN, in accordance with the provisions of Section 103 ofthc
General Municipal F.aw, that sealed bids are sought and requestcd for furnishing and
placing within the Town of Southold, the following road treaUnents:
7. Type II Micro-Surfacing
Specifications may be obtained at the Office oi'the 'fawn Clerk, Town of Southold, Town
Hall, 53095 Main Road, Southold, New York 11971, Monday through Friday, 8:00 am fo
4:00 pm
The sealed bids, together with aNon-Collusive Bid Certificate, and bank draft,
certified check, or bid bond in the amount of $100 00 will be received by the
Town Clerk of the Town of Southold at the Southold "Gown Iia11, PO Box 1179, 53095
Main Road, Southold, New York, until 10:00 A.M., Thursday, May 23, 2012, at which
time they will be opened and read aloud in public.
The Town Boazd oI'the 'town of Southold reserves the right to reject any and all bids and
waive any and all informalities ht any bid should it be deemed in the best interest of the
Town of Southold to do so.
All bids must be signed and sealed in envelopes plainly mazked with the type of road.
treatment being bid on, and submitted to the Office oi' ale 't'own Clerk.
1'he bid price shall not include any tax, federal, state, or local, from which the Town of
Southold is exempt.
Dated: Apri123, 2013 F,LILABFiTI3 A. NEVILLF.
SOU'1'HOLD 'TOWN CLERK
PLEASE PUBLISH ON MAY 16, 2012, AND FORWARD ONE (1) AFFIDAVIT OF
PUBLICA'1'lUN TO ELIZABETH NEVILLE, TOWN CLERK, TOWN HALL, PO
BOX 1179, SOUTHOLD, NY 11971
Copies to the following:
Suffolk Times Town Board Members
Town Attorney Superintendent of highways Harris
John Cushman, Comptroller Dodge Reports .
Brown's Letters BLVrelle's Information Services
~~g~FFO(,~c
ELI7.ABET13 A. NEVILLE, MMC h~0 ~G.y Town Hall, 53095 Main Road
TOWN CLERK p ~ P.O. Box 1179
H Z Southold, New York 11971
REGISTRAR OF VITAL STATISTICS ~p ~ ~ Fax (631) 765-6145
MARRIAGE OFFICER Telephone (631) 765-1800
RECORDS MANAGEMENT OFFICER # wwwsoutholdtownny.gov
FREF,DOM OF INFORMATION OFFICER
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
BID OPENING
May 16, 2013 at 12:00 Pm
#8 Tvpe 6 Asphalt (town pickup)
Two (2) bids were received:
Bid #1 Bid # 2
Fast Island Asphalt Corp
PO Box 124
Speonk, NY 11972 $82.00 $72.00
South Fork Asphalt
224A North Main Street
Southampton, NY 11968 $84.00 $73.00
~OgUfFO(,~c
ELIZABETH A. NEVILLE, MMC ~.j~ ~r/,y Town Hall, 53095 Main Road
TOWN CLERK C ~ P.O. Box 1179
y Z Southold, New York 11971
REGISTRAR OF VITAL STATISTICS p • .F Fax (631) 766-6145
MARRIAGE OFFICER Telephone (631) 765-1800
RECORDS MANAGEMENT OFFICER www.southoldtownny.gov
FREEDOM OF INFORMATION OFFICER
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
June 11, 2013
Robert Gianone
East Island Asphalt Corp
PO Box 124
Speonk, NY 11972
Dear Sir:
At the regulaz Town Board meeting held on June 4, 2013, the Town Boazd
rejected all bids for road Treatment #8, Type 6 Town Pick-up. A certified copy of the
resolution is enclosed.
I have enclosed the re-bid paperwork. Your bid deposit is being returned [o you.
Thank you for your bid.
Very truly yours,
l r`
~ ~~~k~l~
Lynda M Rudder
Deputy Town Clerk
Ens.
~Og~FfO(,~c
ELI7.ABETH A. NEVILLE, MMC ~Z~ GG,y Town Hall, 53095 Main Road
TOWN CLERK o ~ P.O. Box 1179
~ ~ Southold, New York 11971
REGISTRAR OF VITAL STATISTICS py • ~,F Fax (631) 765-6145
MARRIAGE OFFICER ~ ~ Telephone (631) 765-1800
RECORDS MANAGEMENT OFFICER Oj ~
FREEDOM OF INFORMATION OFFICER www.sautholdtownny.gov
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
June 11, 2013
Perry W. DeLalio, Jr.
South Fork Asphalt Inc
224A North Main Street
Southampton, NY 11968
Dear Sir:
At the regular Town Board meeting held on June 4, 2013, the Town Boazd
rejected all bids for road Treatment #8, Type 6 Town Pick-up. A certified copy of the
resolution is enclosed.
I have enclosed the re-bid paperwork. Your bid deposit is being returned to you.
Thank you for your bid.
Very truly yours, n
d ~`~~b~----
Lynda MRudder
Deputy Town Clerk
Ens.
RESOLUTION 2013-456
ADOPTED DOC ID: 8874
THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2013-456 WAS
ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON
JUNE 4, 2013:
RESOLVED that the Town Board of the Town of Southold hereby rejects any and all bids
received for the following Road Treatments:
Item # 2 Oil & Stone
Item # 5 Type 6 Top
Item # 8 Type 6 pick up
and be it further
RESOLVED that the Town Clerk is herebv authorized and directed to re-advertise for
various road treatment bids for the calendar vear 2013.
Elizabeth A. Neville
Southold Town Clerk
RESULT: ADOPTED [UNANIMOUS]
MOVER: Jill Doherty, Councilwoman
SECONDER: William Ruland, Councilman
AYES: Dinizio Jr, Ruland, Doherty, Talbot, Evans, Russell
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:
2. Oil & Stone
5. Type 6 Top -Hot Mix Asphalt Concrete
8. Type 6 Asphalt (town pick up)
Specifications may be obtained at the Office of the Town Clerk, Town of Southold, Town
Hall, 53095 Main Road, Southold, New York 11971, Monday through Friday, 8:00 am to
4:00 pm
The sealed bids, together with aNon-Collusive Bid Certificate, and bank draft,
certified check, or bid bond in the amount of $100.00, will be received by the
Town Clerk of the Town of Southold at the Southold Town Hall, PO Box 1179, 53095
Main Road, Southold, New York, until 12:00 P.M.(Noon), FRIDAY, July 5, 2013, 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 and item # 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: Apri123, 2013 ELIZABETH A. NEVILLE
SOUTHOLD TOWN CLERK
PLEASE PUBLISH ON June 27, 2013, AND FORWARD ONE (1) AFFIDAVI"I' OF
PUBLICATION TO ELIZABETH NEVILLE, TOWN CLERK, TOWN HALL, PO
BOX 1179, SOUTHOLD, NY 11971
Copies to the following:
Suffolk Times Town Board Members
Town Attorney Superintendent of Highways Harris
John Cushman, Comptroller Dodge Reports
Brown's Letters Bun•elle's Information Services
Construction Data Town Clerk's Bulletin Board
Hot Mix Asphalt Concrete Item # 8
"Type 6 Top" - Furnish only Year 20] 3
ITEM NO. 8
SPECIFICATIONS
FOR THE FURNISHING OF
ASPHALT ROAD MATERIALS
INTO TOWN HIGHWAY TRUCKS
HOT MIX ASPHALT CONCRETE
"Type 6 Top"
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 & to perform all labor and services necessary for the proper completion of the work, 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.
1
Hot Mix Asphalt Concrete Item # 8
"Type 6 Top" -Furnish only Year 2013
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 accorpanied.
C. OMISSIONS AND DISCREPANCIES
Bidders should carefully examine the specifications and fully inform .themselves of all conditions and
matters which can in any way affect the work or the cost thereof. Should a bidder find discrepancies in or
omissions from the specifications, or other documents or should he be in doubt as to their meaning, he
should at once notify the Highway Superintendent who may issue a written instruction to all bidders.
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 right 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
2
Hot Mix Asphalt Concrete Item # 8
"Type 6 Top" -Furnish only Yeaz 2013
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.
] TIME FOR EXECUTION OF CONTRACT
Any bidder whose proposal shall be accepted will be required to appeaz before the Town in person; or if a
firm or corporation, a duly authorized representative shall so appear, and execute six (6) copies of the
Contract and furnish satisfactory Performance and Payment Bond within ten 0) 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 familiaz with the latest available schedules.
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 cazriage 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
3
Hot Mix Asphalt Concrete Item # 8
"Type 6 Top" -Furnish only Year 2013
Compensation Insurance for all of the Tatter's employees unless such employees are covered by the
protection afforded by the Contractor.
Public Liabilitv and Pro~erty 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 Liabilitv Insurance in an amount of not less than One Million Dollazs ($1,000,000.00) for bodily
injuries, including wrongful death to each person and subject to the same limit for each person in an amount
not less that One Million Dollazs. ($1,000,000.00) on account of each accident.
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.
Liabilitv 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 Liabilityand Property Damage Insurance: The Contractor shall furnish to the
Owner, with respect to the operations he or any of his subcontractors perform a regulaz Protective Public
Liability Insurance Policy for, and in behalf of the Owner, providing for a limit of not less than One Million
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 regulaz 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 azising 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.
4
Hot Mix Asphalt Concrete Item # 8
"Type 6 Top" -Furnish only Year 2013
PROPOSAL FORM
DATE:
NAME OF BIDDER:
TO:
SOUTHOLD TOWN BOARD NOTE: All items listed herein must
TOWN HALL be bid. Failure to bid any
PO BOX 1179 item will be grounds for
53095 MAIN ROAD disqualification.
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 be 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, HOT Mix ASPHALT CONCRETE, "Type 6 Top", IN
ACCORDANCE WITH THE PROJECT REQUIREMENTS. THE ABOVE REFERENCED ACTIVITIES
WILL BE COMPLETED FOR THE STIPULATED CUMULATIVE "UNIT PRICE" OF:
BID #1
SUPPLY LABOR AND MATERIAL TO FURNISH
"Type 6 Top"
INTO SOUTHOLD TOWN HIGHWAY TRUCKS
MADE WITH ALL (VIRGIN MATERIALS)
(written in words) Per Ton (written in numbers words) Per Ton
BID #2
SUPPLY LABOR AND MATERIAL TO FURNISH
5
Hot Mix Asphalt Concrete Item # 8
"Type 6 Top" -Furnish only Year 2013
"Type 6 Top"
INTO SOUTHOLD TOWN HIGHWAY TRUCKS
MADE WITH AN ALLOTMENT OF (20% OF RAP )
RECYCLED ASPHALT PRODUCT INCLUDED IN THE MIXTURE
(written in words) Per Ton (written in numbers words) Per Ton
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:
6
Hot Mix Asphalt Concrete Item # 8
"Type 6 Top" -Furnish only Year 2013
1. DESCRIPTION
Bids are requested for the supply of labor and material to furnish N.Y.S. Type 6 Top Coat into Southold
Town Highway Trucks. The materials shall meet the specifications to/for Item 403.1701 in the New York
Department of Transportation Specifications. The materials shall be constructed in accordance to section
400 in the New York State Department of Transportation Specifications. Material shall be measured by ton.
Payment for this item shall be made by the unit price multiplied by the number tons.
2. MATERIALS
Bituminous Asphalt concrete pavement shall be equal to NYSDOT -Type 6 meet or exceed the following
requirements:
ASPHALT CONCRETE PAVEMENT
Screen General limits Job Mix
Sizes % Passing Total
1" 100
1/2" 95-100
1/4" 65-85 7
1/8" 36-65 7
No. 20 15-39 7
No. 40 8-27 7
No. 80 4-16 4
No. 200 2 - 6 2
Asphalt Content, % 5.8-7.0 4
5. TESTING
The Town shall have the absolute right to make tests before and after delivery and placement of asphalt
material to determine conformity to Specifications, quality and standards of excellence. The Contractor
agrees to bear the cost and pay for all tests which are deemed to be necessary in the opinion of the Town.
The Contractor shall repair or replace at no additional cost to the Town, any materials found to not meet the
Specifications and quality intended. The work shall be executed in the best and most workmanlike manner.
6. SAMPLES
The town at its discretion can request samples of asphalt material provided by winning bidder to have
periodic testing of the mix at a DOT approved facility at the vendor's expense to help insure that the mix
provided is to our specification.
7. MEASUREMENT & PAYMENT
The prices quoted in this bid, and subsequently awarded, are to be used in establishing prices for actual
materials furnished and placed within Town of Southold Highway Trucks from the date of award up to and
7
Hot Mix Asphalt Concrete Item # 8
"Type 6 Top" -Furnish only Year 2013
including one (1) year thereafter. The contract period may be extended for up to one (1) additional year
upon mutual written agreement of the Town and the Contractor.
Payment shall be made to the contractor at the unit price(s) submitted in the Proposal. The asphalt concrete
will be measured by the number of tons. The unit price per ton shall include the cost of furnishing all
materials, equipment, labor and incidentals necessary to complete the work.
NOTE: The winning bidder will supply the Highway Department with daily mix reports showing the
composition of the asphalt mix that day, and endeavor to submit them to us along with the invoices
submitted for payment.
END OF SPECIFICATION:
8
Hot Mix Asphalt Concrete Item # 8
"Type 6 Top" -Furnish only Year 2013
STATEMENT OFNON-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 of the
(Name of signatory)
Be authorized to sign and submit the bid
(Name of Corporation)
Or proposal of this corporation for the following Project:
Item # 8
Furnish into Town Highway Trucks
"Type 6 Top"
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
9
Hot Mix Asphalt Concrete Item # 8
"Type 6 Top" -Furnish only Year 2013
(SEAL OF THE CORPORATION)
Laws of New York, 1965
Ch. 751, Sec. 103-d, as amended &
effective on September 1, 1965. Signature
10
NON-COLLUSIVE BID CERTIFICATE
The undersigned bidder certifies that this bid has been arrived at by the bidder
independently and has been submitted without collusion with any other vendor of a
materials, supplies or equipment of the type described in the invitation for bids, and the
contents of this bid have not been communicated by the bidder, nor, to its best knowledge
and belief, by any of its employees or agents, to any person not an employee or agent of
the bidder or its surety on any bond furnished herewith prior to the official opening of the
bid .
(Signed)
(Corporate Title)
(if any)
Printed Name
Company
Address
Phone
Item # 8 Type 6 Asphalt (town pickup)
Hot Mix Asphalt Concrete Item # 8
"Type 6 Top" - Furnish only Year 2013
PROPOSAL FORM
DATE: ~ ?6 , 2013
i'
NAME OF BIDDER: £ns~ 1s~~ ~_~s L_.~
TO:
SOUTHOLD TOWN BOARD NOTE: All items listed herein must
TOWN HALL be bid. Failure to bid any
PO BOX 1179 item will be grounds for
53095 MAIN ROAD disqualification. !
SOUTHOLD, NEW YORK 11971
i,'
MEMBERS OF THE BOARD: i j
The undersigned as bidder, declares that the only persons, company, or parties interested in this proposal as
principals aze named below; that this proposal is made without any connection, directly or indirectly with
any other bidder for the same work; that it is in all respects fair and without collusion or 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 L
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 fw~nish all
materials not provided by the Town (See Specifications) and to perform all the work required to construct, I I
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:
IIID ON ASPHALT ROAD MATERIALS, HOT Mix ASPHALT CONCRETE, "Type 6 Top", IN
ACCORDANCE WITH THE PROJECT REQUIREMENTS. THE ABOVE REFERENCED ACTIVITIES
WILL BE COMPLETED FOR THE STIPULATED CUMULATIVE "UNIT PRICE" OF:
BID #1
SUPPLY LABOR AND MATERIAL TO FURNISH
°TYpe 6 Top"
INTO SOUTHOLD TOWN HIGHWAY TRUCKS
MADE WITH ALL (VIRGIN MATERIALS)
uv i
(written in words) Per Ton (written in numbers words) Per Ton
i
BID #2
i
SUPPLY LABOR AND MATERIAL TO FURNISH '
5 i.
I.
Hot Mix Asphalt Concrete Item # 8
"Type 6 Top" -Furnish only Yeaz 2013
"'T'ype 6 Top"
INTO SOUTHOLD TOWN HIGHWAY TRUCKS
MADE WITH AN ALLOTMENT OF (20% OF RAP) ~
RECYCLED ASPHALT PRODUCT INCLUDED IN THE MIXTURE
I'
00 i
(written in words) Per Ton (written in numbers words) Per Ton
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.
i.
We the undersigned, further agree that this proposahshaij~ revi~y the Town to correct any
deficiencies in the proposed scope of work an no corregtiafis are necessary, further agree that this
proposal is a formal bid and shall remain ' effect fqr a period o~~five (45~days, the Town will accept .
or reject this proposal or by mutual a emetic-may extend
tlii~timepered5° ~
Signature of Bidder: ~t/ _ - - - ~
Business Address: ~p ,Zy ~ .
SPco~k !JY 119'72
Telephone Number: ~($i~ 3t.e- ~Sg
~ I',
Date: S%/2,l/3 h: ,
i
i
I~
i,;
li
is
I:.
6
I
i
i
Hot Mix Asphalt Concrete Item # 8
"Type 6 Top" -Furnish only Year 2013
I. DESCRIPTION
Bids aze requested for the supply of labor and material to famish N.Y.S. Type 6 Top Coat into Southold
Town Highway Trucks. The materials shall meet the specifications to/for Item 403.1701 in the New York
Department of Transportation Specifications. The materials shall be constructed in accordance to section
400 in the New York State Department of Transportation S ecifications. Material shall be measured b ton. '
P Y
Payment for this item shall be made by the unit price multiplied by the number tons.
2. MATERIALS
Bituminous Asphalt concrete pavement shall be equal to NYSDOT -'type 6 meet or exceed the following
requirements:
ASPHALT CONCRETE PAVEMENT
Screen General limits Job Mix
Sizes. %Passing Total%
1" 100 ~
1/2" 95-100
1/4" 65-85 7
1/8" 36-65 7
No. 20 15-39 7
No. 40 8-27 7
No. 80 4-16 4
No. 200 2 - 6 Z
Asphalt Content, % 5.8-7.0 4
5. TESTING
The Town shall have the absolute right to make tests before and after delivery and placement of asphalt
material to determine conformity to Specifications, quality and standards of excellence. The Contractor
agrees to bear the cost and pay for all tests which aze deemed to be necessary in the opinion of the Town.
1 he Contractor shall repair or replace at no additional cost to the Town, any materials found to not meet the
Specifications and quality intended. The work shall be executed in the best and most workmanlike manner.
6. SAMPLES
The town at its discretion can request samples of asphalt material provided by winning bidder to have
periodic testing of the mix at a DOT approved facility at the vendor's expense to help insure that the mix
provided is to our specification.
7. MEASUREMENT & PAYMENT
The prices quoted in this bid, and subsequently awazded, are to be used in establishing prices for actual
materials furnished and placed within Town of Southold Highway Trucks from the date of award up to and
7
i.
Hot Mix Asphalt Concrete Item # 8
"Type 6 Top" - Furnish only Year 2013
including one (I) year thereafter. The contract period may be extended for up to one (1) additional year
upon mutual written agreement of the Town and the Contractor. I
Payment shall be made to the contractor at the unit price(s) submitted in the Proposal. The asphalt concrete j
will be measured by the number of tons. The unit price per ton shall include the cost of furnishing all I i
materials, equipment, labor and incidentals necessary to complete the work.
NOTE: The winning bidder will supply the Highway Department with daily mix reports showing the
composition of the asphalt mix that day, and endeavor to submit them to us along with the invoices
submitted for payment.
END OF SPECIFICATION:
i-
i
i'.';
i
8
i
Hot Mix Asphalt Concrete Item # 8
"Type 6 Top" -Furnish only Year 2013
STATEMFNT OF NON-COLLU ION
(To be completed by each Bidder)
In accordance with Section 103-4 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, duectly or indirectly, to any other bidder or to any competitor, ' '
(3) No attempt has been made or will be made by the bidder to induce any other person, ` '
partnership, or corporation to submit or not to submit a bid for the purpose of restricting
competition.
B. The person signing this bid or proposal certifies that he has fully informed himself regazding the
accuracy of the statements contained in this certification, and under the statements contained in this ~ ,
certification, and under the penalties of perjury, affirms the truth thereof, such penalties being
applicable to the bidder, as well as the person signing in its behalf.
C. That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution
of this certificate by the signature of this bid or proposal on behalf of the corporate bidder.
RESOLUTION
Resolved that 206.-~ ~e,.~,,,r of the
(Name of signatory)
~s~ =sla..d As,Phnlf ~oF~ Be authorized to sign and submit the bid i
(Name of Corporation)
Or proposal of this corporation for the following Project:
Item # 8
Fumish into Town Highway Trucks
"TYpe 6 Top"
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. ~ I
The foregoing is true and correct copy of the resolution adopted by Ey,~ =s 1y~`/9~~}corporation at a I
meeting of the Board of Directors, held on the IGr''+ day =r-~-
of~y , 20 f3 .
9
Hot Mix Asphalt Concrete Item # 8
"Type 6 Top" -Furnish only Year 2013
7
(SEAL OF THE CORPORATION) ~ ~ _
Laws of New York, 1965 ,
_
Ch. 751, Sec. 103-d, as amended & / - ' i
effective on September 1, 1965. ~ Signature
i
L,
If.
I'
i
.
II
I'
I
i. .
i
10 ~I
NON-COLLUSIVE BID CERTIFICATE
The undersigned bidder certifies that this bid has been arrived at by the bidder
ii'
independently and has been submitted without collusion with any other vendor of a
materials, supplies or equipment of the type described in the invitation for bids, and the
contents of this bid have not been communicated by the bidder, nor, to its best knowledge
and belief, by any of its employees or agents, to any person not an employee or agent of
the bidder or its surety on any bond furnished herewith prior to t~/'gfficial opening of the
bid .
~ '
(Signed)
(Corporate Title) I
(if any) 1~2~" ~ r•-~.~~
Printed Name '~obai- 6r......e
Company Eo.s+ Ts~r• A~RhyI GAP
Address r`~G 3oY ~2`t 5{~r,1! t~ A172
Phone 325- [9CSrc
I
i
Item # 8 Type 6 Asphalt (town pick up)
i~
i.
I.
Hot Mix Asphalt Concrete Item # 8
"Type 6 Top" -Furnish only Year 2013
PROPOSAL FORM
I.
DATE: IW~_~~ ~O l~
NAME OF BIDDER: Sot.~Tti ~c.k RS(J~aca T.. ~
a.a~ ~ IJOfLTrI i~tu JL SoUTMEkvnom ~ ~ ~i 119 6~
TO:
SOUTHOLD TOWN BOARD NOTE: All items listed herein must
TOWN HALL be bid. Failure to bid any
PO BOX 1 I79 item will be grounds for
53095 MAIN ROAD disqualification.
SOUTHOLD, NEW YORK 11971
MEMBERS OF THE BOARD: I
i''
The undersigned as bidder, declares that the only. persons, company, or parties interested in this proposal as
pzincipals 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 ofthe 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 dthermeans as he may have chosen, as to the conditions and requirements of
ahe work; and he proposed and agrees that if his proposal be accepted he will contract to fiunish all
materials not provided by the Town (See Specifications) and to perform al] the work required to construct,. I ~
perform and complete the specified work; and that he will start the work as directed by the Town, he will I
accept, in full payment thereof as listed below: I
BID ON ASPHALT ROAD MATERIALS, HOT Mix ASPHALT CONCRETE, "Type 6 Top", IN
ACCORDANCE WITH THE PROJECT REQUIREMENTS. THE ABOVE REFERENCED ACTIVITIES
WILL BE COMPLETED FOR THE STIPULATED CUMULATIVE "UNIT PRICE" OF:
BID #1
SUPPLY LABOR AND MATERIAL TO FURNISH
"Type 6 Top" f
INTO SOUTHOLD TOWN HIGHWAY TRUCKS
MADE WITH ALL (VIRGIN MATERIALS)
~'.t -~t.d. `'ENO ~r,~, '~8't
(wri i rds) Per Ton (written in numbers words) Per Ton
BID #2 ! I
SUPPLY LABOR AND MATERIAL TO FURNISH
S
Hot Mix Asphalt Concrete Item # S
"Type 6 Top" -Furnish only Yeaz 2013
"Type 6 Top"
INTO SOUTHOLD TOWN HIGHWAY TRUCKS
MADE WITH AN ALLOTMENT OF (20% OF RAP )
RECYCLED ASPHALT PRODUCT INCLUDED IN THE MIXTURE
(written i ords) Per Ton (written in numbers words) Per Ton
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 th11is time period. ~i
Signature of Bidder: ~G `~iccc~K ~CxtR H5 P~'Ya~T Tj,C ~
Business Address: o't;t.~{ Ja I.1o2'tst ~Ar•?w 5~. ~
Telephone Number. _..~31_18~6U~ l
Date: _ ~ra., 66,',l.Ot3
. ,I
I
II
i
6
-
Hot Mix Asphalt Concrete Item # 8
"Type 6 Top" -Furnish only Year 2013
1. DESCRIPTION
Bids are requested for the supply of labor and material to furnish N.Y.S. Type 6 Top Coat into Southold
Town Highway Trucks. The materials shall meet the specifications to/for Item 403.1701 in the New York
Department of Transportation Specifications. The materials shall be constructed in accordance to section
400 in the New York State Department of Transportation Specifications. Material shall be measwed by ton.
Payment for this item shall be made by the unit price multiplied by the number tons. !
2. MATERIALS
Bituminous Asphalt concrete pavement shalt be equal to NYSDOT -Type 6 meet or exceed the following
requirements:
ASPHALT CONCRETE PAVEMENT
Screen General limits Job Mix
Sizes. %Passing Total
1" 100
1/Z" 95-100 i
1/4" 65-85 +i- 7
1/8" 36-65 7
No. 20 15-39 7
No. 40 8-27 7
No. 80 4-16 +/-4
No. 200 2 - 6 2
Asphalt Content, % 5.8-7.0 4
5. TESTING
The Town shall have the absolute right to, make tests before and after delivery and placement of asphalt
material to determine conformity to Specifications, quality and standazds of excellence. The Contractor
agrees to beaz the cost and pay for all tests which aze deemed to be necessary in the opinion of the Town.
The Contractor shall repairor replace at no.additional cost to the Town, any materials found to not meet the
Specifications and quality intended. The work shall be executed in the best and most workmanlike manner.
6. SAMPLES
The town at its discretion can request samples of asphalt material provided by winning bidder to have
periodic testing of the mix at a DOT approved facility at the vendor's expense to help insure that the mix ~ ;
provided is to ow specification.
7. MEASUREMENT & PAYMENT '
The prices quoted in this bid, and subsequently awarded, aze to be used in establishing prices for actual
materials famished and placed within Town of Southold Highway Trucks from the date of awazd up to and I
7
I,
Hot Mix Asphalt Concrete Item # 8
"Type 6 Top" -Furnish only Year 2013
including one (1) yeaz thereafter. The contract period may be extended for up to one (1) additional year
upon mutual written agreement of the Town and the Contractor.
Payment shall be made to the contractor at the unit price(s) submitted in the Proposal. The asphalt concrete j
will be measured by the number of tons. The unit price per ton shall include the cost of furnishing all ;
materials, equipment, labor and incidentals necessary to complete the work.
NOTE: The winning bidder will supply the Highway Department with daily mix reports showing the
composition of the asphalt mia that day, and endeavor to submit them to us along with the invoices
submitted for payment.
END OF SPECIFICATION:
i
i
'I
i'
i
i
I
I
i
I
i ~
I "
i
i
i
8
Hot Mix Asphalt Concrete Item # 8
"Type 6 Top" -Furnish only Year 2013
STATEMENT OF NON-COL.Ta 1SiON
(To be completed by each Bidder)
~I
In accordance with Section 103-d General Municipal Law, effective September 1, 19bb, every bid or
proposal hereafter made to a political subdivision of the State of any public deparknent, 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 I
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
reiating 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 i
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. I
- 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 penalises of perjury, affirms the truth thereof, such penalties being
applicable to the bidder, as well ae the person signing in its behalf.
C: That attached hereto (ifa corporate bidder) is a certified Dopy of resolution authorizing the execution
of this certificate by the, signature :of this bid or proposal on behalf of the corporate bidder.
RESOLUTION
~i
Resolved that _ W ~i{~to t72 of the
(Name signatory) ~
Svk~tk; ~ott.~ J~SOhacr Be authorized to sign and submit the bid f. I
(Name of orporation) I
Or proposal of this corporation for the following Project:
Item # 8
Furnish into Town Highway Trucks
"Type 6 Top"
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. i
The foregoing is true and correct copy of the resolution adopted by 5oi,~1N fOR,~c {~S;o(%,e. corporation at a
meetin of the Board of Directors, held on the 1 ~j eln day
of a , 20 l'~ .
9
Hot Mix Asphalt Concrete Item # 8
"Type 6 Top" -Furnish only Year 2013
(SEAL OF THE CORPORATION)
Laws of New York, 1965 !
Ch. 751, Sec. 103-d, as amended & f O/~
effective on September 1, 1965. Signattue ~
i
I
I
i
I
I I
i i
i
i
I
I
~I
I
I j
I
I'
]0
ill
NON-COLLUSIVE BID CERTIFICATE
The undersigned bidder certifies that this bid has been arrived at by the bidder
independently and has been submitted without collusion with any other vendor of a iii
materials, supplies or equipment of the type described in the invitation for bids, and the
contents of this bid have not been communicated by the bidder, nor, to its best knowledge
and belief, by any of its employees or agents, to any person not an employee or agent of
the bidder or its surety on any bond furnished herewith prior to the official opening of the
bid .
(Signed)
iL
{Corporate Title)
(ifany) '~sule~
Printed Name ~J ~~~~lv (-tc, ~2
Company Snu_~u Foolc ,Lnbn~r~+.c
i
Address c2a-~ Ik Noe-ct~ 1l.(p s4 , Sovrrrrnvvonu.- IJ~
Phone rv3 f ,293 - d0~
Item # 8 Type 6 Asphalt (town pick up) ~
I
i
I-
i
'i
~i
~~I
02/05 '13 THU 09:58 FAX 631 765 6145 SO[ITHOLD TOWN CLERK 0001
way:~~*s*a:~~~:xa~a:~~a~~a~xx*~~*ix:~~*:~
MULTI TX/RX REPORT **:e
TX/RX NO 2612
INCOMPLETE TX/RX [z~ 50]
TRANSACTION OK [a: 51]18005243329 Burrelle's Info
[~e 52]18882329941 Data Construct
[~e 53]18002582984 Dod6e Reports
54118009620544 Construct Info
ERROR
LEGAL NOTICE
NOTICE TO BIDDERS
NOTICE 1S HEKEBY GIVEN, in accordance with the provisions of Section 103 of the
General Municipal Law, that sealed bids aze sought and requested for famishing and
placing within the Town of Southold, the following road treatments:
2. Oil & Stonc
5. Type 6 Top -Clot Mix Asphalt Concrete
8. Type 6 Asphalt (town pickup)
Specifications may be obtained at the Office of the Town Cletk, Town of Southold, Town
Hall, 53095 Main Road, Southold, New York 11971, Monday through Friday, 8:00 am to
4:00 pm
The sealed bids, together with aNon-Collusive Bid Certificate, and bank dry
certified cbee or bid bond in the amount of 5100.00 will be received by the
Town Clerk of the Town of Southold at the Southold "Town Hall, PU Box 1179, 53095
Main Road, Southold, New York, unti112:0U P.M.(Nooa), Thursday, MAY 16, 2013, at
which time they will be opened and read aloud in public.
The Town Board of the Towa 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 and item # being bid on, and submitted to the Office of the Town Clerk.
1'he bid price shall not include any tax, federal, state, or local, from which the Town of
Southold is exempt.
Dated: Apri123, 2013 ELIZABETH A. NEVILLE
SOUTIIOLD TOWN CLERIC
PLEASE, PUBLISH ON MAY 9, 2013, AND FORWARD ONE (1) AFFIDAVIT OF
PUBLICATION TO ELIZABETH NEVILLE, TOWN CLERK, TOWN HALL, PO
BOX 1179, SOU'fIIOLD, NY 11971
Copies to the following:
Suffolk Times Town Boazd Members
Town Attorney Superintendent of Highways Harris
_ ..~_n flnr7au Rnnntlc
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:
2. Oil & Stoue
5. Type 6 Top -Hot Mix Asphalt Concrete
8. Type 6 Asphalt (town pick up)
Specifications may be obtained at the Office of the Town Clerk, Town of Southold, Town
Hall, 53095 Main Road, Southold, New York 11971, Monday through Friday, 8:00 am to
4:00 pm
The sealed bids, together with aNon-Collusive Bid Certificate, and bank draft,
certified check, or bid bond in the amount of $100.00, will be received by the
Town Clerk of the Town of Southold at the Southold Town Hall, PO Box 1179, 53095
Main Road, Southold, New York, until 12:00 P.M.(Noon), Thursday, MAY 16, 2013, at
which time they will be opened and read aloud in public.
The Town Boazd of the Town of Southold reserves the right to reject any and all bids and
waive any and all informalities in any bid should it be deemed in the best interest of the
Town of Southold to do so.
All bids must be signed and sealed in envelopes plainly marked with the type of road
treatment and item # 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: Apri123, 2013 ELIZABETH A. NEVILLE
SOUTHOLD TOWN CLERK
PLEASE PUBLISH ON MAY 9, 2013, 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 Board Members
Town Attorney Superintendent of Highways Harris
John Cushman, Comptroller Dodge Reports
Brown's Letters Burrelle's Information Services
Construction Data Town Clerk's Bulletin Boazd
STATE OF NEW YORK )
SS:
COUNTY OF SUFFOLK)
ELIZABETH A. NEVILLE, T^own Clerk of the Town of Southold, New York being
duly sworn, says that on the ~ day of , 2013, she affixed a
notice of which the annexed printed notice is a true co , 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.
Item #8 Type 6 Asphalt (town pick up)
lizabeth A. Neville
Southold Town Clerk
Sworn before me this
~o _ day of (Yl , 2013.
m
otary Public
LYNDA M. RUDDER
Notary Pub1iG State of Naw York
No. O7RU8020932
Qualified In Suffolk Counly
Commission Expires March 8, 20~~
#11179
STATE OF NEW YORK)
SS:
COUNTY OF SUFFOLK)
Karen Kine of Mattituck, in said county, being duly sworn, says that she is
Principal Clerk of THE SUFFOLK TIMES, a weekly newspaper, published at
Mattituck, in the Town of Southold, County of Suffolk and State of New York, and that
the Notice of which the annexed is a printed copy, has been regularly published in
said Newspaper once each week for 1 week(s), successfully commencing on the 9?h
day of Mav, 2013.
" `i
Principal Clerk
Sworn to before me this 1 ~ day of 2013.
lacnt N077[.'R
Iro~xxro~Rs
NO'19CE IS HERESY GIVEN, in
accordance with the provisions of Sec- CHRISTI A V
lion 103 of the General Municipal Law, Np7ARY PUBLIC-STATE OF NEW YORK
that sealed bids are sought and request-
ed for furnishing and placing within the No. Ol V06105050
Town of Southold, the following road qualified In Suttolk County
[reatmeots:
t OBkgMae My Commission Espltes February 16.
S.Type 6 Top -Hot INin AsphaR Cw-
sreu
8.'Iype 6 Asphah (taws pick ty)
Sped6caHons may be obtained at
the O®ce of the Town Clerk, Town of
Southold, Town Hell, 53095 Main Rosd,
Somhold, New Yoric 11971, Monday
throttp6 Friday, 8:00 am to 4:00 pm
Tha seated bide, together with aNoe-
CaEUrive Bid Cenificate, and y
wl6 be received by
Melban Clerk of the 7bwn o[ SotsNoW
at the Southold Town Hall, 1'O Bas
1179.33095 Msia Road, SouMold, New
York, mti111tgi GM.fNoa~).7lrwiry.
MAY M,]N3, at which time they srW be
opeaad and read abud in public.
7Ae Town Board of the Town of
Southold reserves the right to n¢ct
say sad aU bids aml waive any and d
iafamalities in any bid should it be
dae~ad in the best interest of the 7bwe
of sowhold to do so.
AB bids must be signed and sealed in
envebpes plainly marked with the type
of road frealtcent and item 8 being bid
on, and subtmtted to the Office at the
Town Clerk.
The bid price shah rtot include any
tax, federal, state, or local, from which
the Town of Southold is exempt
Dated: Apri123, Zf113
ELIZABETH A.. NEVI[.LE
SOUTHOIDTOWN CLERK
1I.17AIT 319
Southold Town Board -Letter Board Meeting of April 23, 2013
w~a+
RFy~OLUTION 2013-319 Item # 5.11
ADOPTED DOC ID: 8733
THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2013-319 WAS
ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON
APRIL 23, 2013:
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 2013.
Elizabeth A. Neville
Southold Town Clerk
RESULT: ADOPTED [UNANIMOUS]
MOVER: Louisa P. Evans, Justice
SECONDER: Christopher Talbot, Councilman
AYES: Dinizio Jr, Ruland, Doherty, Talbot, Evans, Russell
Generated April 23, 2013 Page 2]