HomeMy WebLinkAboutRoad Treatment - Oil and Stone Postal
CERTIFIED MAIL,. RECEIPT
r1J
(DomesticOnly;
CD
tt
co Postage $
rL
Certified Fee
M .1
C3 Return Receipt Fee k
�J
C3 (Endorsement Required) �� Vera 0
Restricted Delivery Fee N
C3 (Endorsement Required)
r�
f- Total Postage&Fees $
E3
C3 3nt o
orpoB xt oo; O ` . )--
City.. -z;P+--- -------- G- C c a!--
PS Form 3800.AugUst 2006 See Reverse for Instructions
SENDER: COMPLETE THIS SECTION t f f HIS DELIVERY
■ Complete items 1,2,and 3.Also complete 4B. eoelved
nature
item 4 if Restricted Delivery is desired. [3 Agent
■ Print your name and address on the reverseK ❑Addressee
so that we can return the card to you. y Prin N ) C. f eliyery
■ Attach this card to the back of the mailpiece,
or on the front if space permits.
TI;delivery dress different from item 1? es
1. Article Addressed to: (1 If YES,enter delivery address below: 13 No
�►C�'(X'6 Qoym'.z�"•-
C01'a-Z2k n; A�ph�.It
3. Service Type
$Certified Mail ❑Express Mail
❑Registered ❑Return Receipt for Merchandise
❑Insured Mail ❑C.O.D.
4. Restricted Delivery?(Exch Fee) ❑Yes
2. Article Number 700? 0 710 0003 2876 3825
(Transfer from service label)
PS Form 3811,February 2004 Domestic Return Receipt
O ,SufFoc,�-�o
ELIZABETH A.NEVILLE,MMC �� G.f, 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
RECORDS MANAGEMENT OFFICER ��l .� Telephone 765-1800
FREEDOM OF INFORMATION OFFICER www.southoldtldtownny.gov
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
August 20, 2014
Richard Corazzini, Jr.
Corazzini Asphalt
PO Box 1281
Cutchogue, NY 11935
Dear Mr Corazzini:
Congratulations. At the regular Town Board meeting held on July 15, 2014, the
Town Board accepted the bid of Corazzini Asphalt for Item# 2, Oil & Stone. A certified
copy of the resolution is enclosed.
The bid deposit will be 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 15, 2014
"A RESOLUTION 2014-613 Item# 5.15
Z
ADOPTED DOC ID: 9962
THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2014-613 WAS
ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON
JULY 15, 2014:
RESOLVED that the Town Board of the Town of Southold hereby accepts the bid of Corazzini
Asphalt for Item#2, Oil and Stone:
Southold Town Fishers Island
Liquid Asphalt $4.10/sq yd $18.50/sq yd Corazzini Asphalt
Schim Mix $78.00/ton $200.00/ton
Fog Coat $4.00/ga $12.00/ga
6�aW67'?940"
Elizabeth A. Neville
Southold Town Clerk
RESULT: ADOPTED [UNANIMOUS]
MOVER: Jill Doherty, Councilwoman
SECONDER:William P. Ruland, Councilman
AYES: Ghosio, Dinizio Jr, Ruland, Doherty, Evans, Russell
Generated July 17, 2014 Page 21
o�OgUFFO(/-�o
ELIZABETH A.NEVILLE,MMC �� r/y Town Hall,53095 Main Road
TOWN CLERKp P.O. Box 1179
Go = Southold,New York 11971
REGISTRAR OF VITAL STATISTICS p Fax(631)765-6145
MARRIAGE OFFICEROl ���`' Telephone(631)765-1800
RECORDS MANAGEMENT OFFICER www.southoldtownny.gov
FREEDOM OF INFORMATION OFFICER
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
BID OPENING
May 16, 2013 at 12:00 PM
#2 Oil & Stone
One (1) bid was received
Southold Town Fishers Island
Corazzini Asphalt Liquid Asphalt $4.10/ sq yd $18.50/sq yd
PO Box 1281 Schim Mix $78.00/ton $200.00/ton
Cutchogue, NY 11935 Fog Coat $4.00/ga $12.00/ga
i
b
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 a Non-Collusive Bid Certificate, and bank draft,
certified check, or bid bond in the amount of$100.00,will be received by the
Town Clerk of the Town of Southold at the Southold Town Hall, PO Box 1179, 53095
Main Road, Southold, New York, until 2:00 P.M., Thursday, June 26, 2014, 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: June 3, 2014 ELIZABETH A. NEVILLE
SOUTHOLD TOWN CLERK
PLEASE PUBLISH ON JUNE 19, 2014, 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
John Cushman, Comptroller Dodge Reports
Brown's Letters Burrelle's Information Services
Construction Data Town Clerk's Bulletin Board
RC-250 LIQUID ASPHALT Item# 2
"OIL & STONE" Year 2013
ITEM NO. 2
SPECIFICATIONS
FOR THE PURCHASE & APPLICATION OF
ASPHALT ROAD MATERIALS
BITUMINOUS SURFACE TREATMENT
RC-250 LIQUID ASPHALT
"OIL & STONE"
NOTE: THE TOWN OF SOUTHOLD WILL
ALSO REQUIRE +/- 30,000 SQUARE YARDS
(more or less as may be needed) OF PAVEMENT
TO BE APPLIED ON FISHERS ISLAND.
THE CONTRACTOR SHALL BE REQURIED TO
NOTIFY EACH RESIDENT AT LEAST 24
HOURS PRIOR TO ANY WORK ON TOWN
ROADS. RESIDENTS MUST BE RE-NOTIFIED
AFTER DELAYS DUE TO INCLEMENT
WEATHER OR JOB OPERATIONS.
1
RC-250 LIQUID ASPHALT Item # 2
"OIL & STONE" Year 2013
E. AWARD OF CONTRACT
Award of contract will be made as soon as practical. The Superintendent of Highways reserves the fight to
make awards by items, or as a whole, or not at all, whichever the Superintendent deems to be in the best
interest of the Town. A contract may be awarded to a responsible bidder other than the lowest money
bidder, if it is in the best interest of the Town. No bid may be withdrawn after scheduled closing time for
receipt of bids for a period of 45 days pending execution of a contract by successful bidder. The competency
and responsibility of the bidder and his sub-contractors will be considered in making,the award. The Town
reserves the right to waive any technical error, to accept any bid, or to reject any or all bids. The contract
form will be a Standard form of Agreement between Owner and Contractor.
The Town will either award the project or reject all proposals received within forty-five (45) days after
formal opening of proposals. Acceptance of a proposal will be a written notice signed by the Town Clerk &
no other act shall constitute the acceptance of a proposal.
F. WITHDRAWALS OF PROPOSALS
Any bidder upon his or her authorized representative's written request presented not later than the hour set
for the opening thereof, will be given permission to withdraw his proposal. At the time of opening the
proposals, when such proposals are reached, it will be returned to him unread.
G. REJECTION OF PROPOSALS
The Town reserves the right to waive any technical error and to reject any and/or all proposals. Without
limiting the generality of the foregoing, any proposal which in incomplete, obscure, or irregular may be
rejected; any proposal accompanied by an insufficient or irregular certified check or bidder's bond bay be
rejected, any proposal having interlineations, erasure or corrections may be rejected. The Town also
reserves the fight to reject any bid if the evidence submitted in the qualification statement or an
investigation of such bidder fails to satisfy the Town that such bidder is property qualified to carry out the
obligations of the contract and to complete the work contemplated therein. Conditional bids will not be
accepted.
H. PLANT & EQUIPMENT
The bidder shall State in his bid that be has available or under his control, plant and equipment of the
character and in the amount required to complete the proposed work within the specific time.
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
3
T.
RC-250 LIQUID ASPHALT Item # 2
"OIL & STONE" Year 2013
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
Property Damage Insurance providing for a limit of not less than One Million Dollars ($1,000,000.00) for
damages arising out of injury to, or destruction of, property in any one accident and subject to that limit per
accident, a total (or aggregate limit of Two Million Dollars ($ 2,000,000.00) for all damages arising out of
injury to, or destruction of, property during the policy period. This insurance must fully cover the legal
liability of the Owner. The coverage provided under his policy must not be affected if the Owner performs
work in connection with the project either for or in cooperation with the Contractor or as an aid thereto
whether the same be a part of the Contract or separate therefrom, by means of its own employees or agents
or if the Owner directs or supervises the work to be performed by the Contractor.
PROOF OF CARRIAGE OF INSURANCE:
The Contractor shall furnish the Owner with certificates of each insurer insuring the Contractor of any
subcontractor under this Contract except with respect to part D. As listed above. In respect to this paragraph,
the Contractor shall furnish the Owner with the original insurance policy.
Both certificates, as furnished, and the insurance policy, as required, shall bear the policy numbers, the
expiration date of the policy and the limits of liability there under. Both the certificates and the policy shall
be endorsed to provide the Owner with any notice of cancellation or non-renewal.
5
RC-250 LIQUID ASPHALT Item#2
"OIL & STONE" Year 2013
Schim Mix Asphalt Concrete - Type 5 (500 +/- Ton)
SOUTHOLD TOWN FISHERS ISLAND
a0enfic e4ahf dollars &_C Uar�
(written in w s) Per(fbn (written in words) Per Ton
--7 G p C-) , Co 0 0
(written in numbers) Per Ton (written in numbers) Per Ton
****************************************************************************
Fog Coat: RC-250 Liquid Asphalt (50 +/- Gallons)
SOUTHOLD TOWN FISHERS ISLAND
( I
re douC&V-s
(written in words) Per Gallon (written in words) Per Gallon
(written in numbers) Per Gallon (written in numbers) Per Gallon
And he further agrees that if this proposal shall be accepted by the Town and that if he shall refuse, fail or
neglect to enter into a Contract pursuant to such proposal and to the requirements of the Town, shall have
been deposited in the mail addressed to him at the address given in the proposal, that he shall be considered
to have abandoned the contract.
We the undersigned, further agree that this proposal shall be reviewed by the Town to correct any
deficiencies in the proposed scope of work and, if no corrections 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: PAX
Ch v DU /19
Telephone Number: Co3 1 —1 — 5(c d
Date: ;Toni
7
RC-250 LIQUID ASPHALT Item # 2
"OIL & STONE" Year 2013
placement of the Asphalt Material.
4. Construction limits shall be between May 1 &November 1.
4. EQUIPMENT, DELIVERY & APPLICATION
All asphalt & stone materials must be delivered to and applied within the Town of Southold. The successful
bidder will be required to deliver and apply such asphalt & stone materials in quantities as directed by the
Superintendent of Highways.
All bituminous material distribution vehicles shall have full circulation spray bars & be equipped with a
wheel calibrated instrument that will indicate pump output in gallons per minute to verify accuracy of
application.
Aggregate spreader shall be capable of spreading material up to ten (10') feet in width on a single pass and
shall be capable of providing variable widths. The spreader shall be self propelled and have dual operator
stations.
Pneumatic tired rollers shall be required for compacting the surface treatment.
Schim Mix Asphalt Concrete (Type 5) shall be applied at the discretion of the Highway Superintendent.
Applications at all pot holes, broken & uneven pavement surfaces and other required areas shall be as
directed by the Town. All existing pavement surfaces where Schim Mix Asphalt Concrete work is required
shall be fog sealed with RC 250 at 0.10 gallon per Square Yard prior to placement of pavement.
All manholes, catch basins, curbs and other structures shall be protected against the application of
bituminous material.
After the area to be treated has been prepared to the satisfaction of the Highway Superintendent, an
application of bituminous material (RC-250 Liquid Asphalt) shall be applied at the rate of three tenths (0.3)
gallons per square yard and immediately covered with No. IA 1/4" Stone at the approximate rate of 25 lbs.
per square yard.
The stone course shall be completely rolled twice with a self-propelled pneumatic roller.
5. TRAFFIC MAINTENANCE
The contractor shall be responsible for providing maintenance and protection of vehicular and pedestrian
traffic associated with this work. Opening to traffic does not constitute acceptance of the work. The
contractor shall also be responsible for providing all signage and traffic control during this work.
END OF SPECIFICATION:
9
CORAZZINI ASPHALT INC.
P.O.Bax 1281 '
Cuwwpw,DIY 11935
(631)734-5M fax(631)73456'15
tsi
a
q
waw
}
S+r-
To w to CLfpK -
ti
A4�
cW N0 &J*0LD)TC0U>, fiki I
m pjw
a,
•
RECEIVED
SUN 2 6 2014re
Southold Tovrr► Merl
l
fz-w 01
Stone,
h
2:00�6 t _ ulsbAq, c�PzpZoIq4wp
STATE OF NEW YORK )
SS:
COUNTY OF SUFFOLK)
ELIZABETH A. NEVILLE, Town Clerk of the Town of Southold, New York being
duly sworn, says that on the 10`h day of June , 2014, she affixed a
notice of which the annexed printed notice is a true copy, in a proper and substantial
manner, in a most public place in the Town of Southold, Suffolk County, New York, to
wit: Town Clerk's Bulletin Board, 53095 Main Road, Southold, New York.
Bid: 2014-15 Road Treatment Item # 2
jui
1 abeth A. Neville
outhold Town Clerk
Sworn before me this
101h day of June 2014.
VY-1
'Notary Public
LYNDA M. RUDDER
Notary Public, State of New York
No.01 RU6020932
()ualified in Suffolk County
Commission Expires March 8,20
Rudder, Lynda
From: Rudder, Lynda
Sent: Tuesday, June 10, 2014 9:08 AM
To: Orlando, Vincent; Beltz, Phillip; Cushman, John; Dinizio, James; Doherty, Jill; Finnegan,
Martin; Ghosio, Bob; Kiely, Stephen; Krauza, Lynne; Legals
(tdoubrava@timesreview.com); Louisa Evans; Neville, Elizabeth; Reisenberg, Lloyd;
Russell, Scott; Standish, Lauren; Tomaszewski, Michelle; William Ruland
Subject: for publication
Attachments: 2014 Road Treatments.doc
Please publish in the 6/19 edition of the Suffolk times and the Town Website, thanks.
1
#11751
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
19th day of June, 2014.
Principal Clerk
c�
Sworn to before me this day of 2014.
corms` f
tt 4or
�tse�of HRISTINA VOLINSKI
sou otwstigtoadtreatnettts;
"{filctone , a . ,Ma".a - , NOTARY PUBLIC STATE OF NEW YORK
� § 1�t`p ph t�� Na. 01V06105950
r� E3 r�2",
QuGlilied in Suffolk county
$ _e 6A ibalt�#own up).
b(ame ®a; my Commisston Explrcae Fot�se�rX
OfhOe ofthe£iwti Clem[Town of imh-
vld,ToS , ad,South-
old,Ne #Iauok4 , dfida through
Friday,8:00 am io 4:00 pm
-he'seated.bi4s i*etber,vith a Non-
ColEttsive Bid Cgrtificate,and dank..
or f►id bond iii the'=t
._ t
4 Eft*X beremzved by the own
Clerk df?,the!.Tbwn of•Somhold at the
Sou1001`ovvri Hall PO Box 1179,5305
Main Road.' utholdew'York, until
2 x,rx". ume 26, WIA1 at
which,time they will be opeued and read
aloud in public,
The Town Board of the Town of South-
old reserves the right to reject any and all
bids and waive-any!nd all informalities in
any bid should it be deemed in the best
titerest oftheTown Aouthdsld to do so,
All b►ds ittiast be."` and. in
enveTc es plainly with the'4*of
road treatment item 4 being bidon and'
submitted to the"Office oftho own Clerk.
The bid pnce shall not-inelude any
tax,federal,state,or local,from which the
Town of Southold is,exempt .
Dated:7une 3;2014
ELIZABETH A,NEVILLE
SOUTROLT)TOWN CLERK
117514T6119- .
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 a Non-Collusive Bid Certificate, and bank draft,
certified check, or bid bond in the amount of$100.00, will be received by the
Town Clerk of the Town of Southold at the Southold Town Hall, PO Box 1179, 53095
Main Road, Southold, New York, until 2:00 P.M., Thursday, June 26, 2014, 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: June 3, 2014 ELIZABETH A. NEVILLE
SOUTHOLD TOWN CLERK
PLEASE PUBLISH ON JUNE 19, 2014, 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
John Cushman, Comptroller Dodge Reports
Brown's Letters Burrelle's Information Services
Construction Data Town Clerk's Bulletin Board
Southold Town Board - Letter Board Meeting of June 3, 2014
RESOLUTION 2014-491 Item 4 5.19
ADOPTED DOC ID: 9840
THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2014-491 WAS
ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON
JUNE 3, 2014:
Resolved that the Town Board of the Town of Southold hereby authorizes and directs the Town
Clerk's office to advertise for various road treatment bids including Type 6 Hot Mix Asphalt &
Oil /stone for the calendar year 2014-15.
Elizabeth A. Neville
Southold Town Clerk
RESULT: ADOPTED [UNANIMOUS]
MOVER: Jill Doherty, Councilwoman
SECONDER:William P. Ruland, Councilman
AYES: Ghosio, Dinizio Jr, Ruland, Doherty, Evans, Russell
Generated .lune 4, 2014 Page 38
RC-250 LIQUID ASPHALT Item #2
"OIL & STONE" Year 2013
ITEM NO. 2
SPECIFICATIONS
FOR THE PURCHASE & APPLICATION OF
ASPHALT ROAD MATERIALS
BITUMINOUS SURFACE TREATMENT
RC-250 LIQUID ASPHALT
"OIL & STONE"
NOTE: THE TOWN OF SOUTHOLD WILL
ALSO REQUIRE +/- 30,000 SQUARE YARDS
(more or less as may be needed) OF PAVEMENT
TO BE APPLIED ON FISHERS ISLAND.
THE CONTRACTOR SHALL BE REQURIED TO
NOTIFY EACH RESIDENT AT LEAST 24
HOURS PRIOR TO ANY WORK ON TOWN
ROADS. RESIDENTS MUST BE RE-NOTIFIED
AFTER DELAYS DUE TO INCLEMENT
WEATHER OR JOB OPERATIONS.
1
RC-250 LIQUID ASPHALT Item# 2
"OIL & STONE" Year 2013
INSTRUCTIONS TO BIDDERS
A. PROPOSALS
Proposals must be made in strict accordance with the "Proposal Form" provided. The Proposal form shall
not be detached from the bid package. Failure to comply with this requirement will constitute grounds for
rejection of the bid subject to the digression of the Highway Superintendent. Any and all exceptions to the
specifications shall be listed on a separate sheet bearing the designation: 'Exceptions to the Specifications",
and attached to the Bid Form. Each proposal must be signed in writing with the full name and address of
bidder.
The bidders shall write in ink, both in words & numerals, the price for which he proposed to furnish all
materials, plant, equipment, tools, shoring or bracing, or other facilities, & to perform all labor and services
necessary for the proper completion of the work in strict accordance with the plans and specifications, and
subject at all times to the approval of the Highway Superintendent.
Proposals, together with the entire bid package, shall be delivered enclosed in an opaque sealed envelope
and shall be addressed as indicated on Invitation to Bid. The envelope shall be marked "Proposal" bearing
the title of work and the Bidders Name. Bidders may bid on one or any combination of items listed on the
proposal sheet.
No proposal shall be considered which has not been received by the Southold Town Clerk prior to the hour
and date stated.
B. PROPOSAL GUARANTY
A proposal will not be accepted or considered unless accompanied by a guaranty in the form of a bid bond
or certified check in the amount of one hundred ($100) dollars payable to the Town of Southold.
As soon as the proposal prices have been compared, the Owner shall return the bidder's bond or the certified
checks accompanying such proposals as, in his judgment, would not likely be involved in making the award.
All other proposal quantities will be held until the contract and contract bond have been executed after
which they will be released or returned to the respective bidders whose proposals they accor0panied.
C. OMISSIONS AND DISCREPANCIES
Bidders should carefully examine the specifications and fully inform .themselves of all conditions and
matters which can in any way affect the work or the cost 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.
2
RC-250 LIQUID ASPHALT Item # 2
"OIL & STONE" Year 2013
E. AWARD OF CONTRACT
Award of contract will be made as soon as practical. The Superintendent of Highways reserves the fight to
make awards by items, or as a whole, or not at all, whichever the Superintendent deems to be in the best
interest of the Town. A contract may be awarded to a responsible bidder other than the lowest money
bidder, if it is in the best interest of the Town. No bid may be withdrawn after scheduled closing time for
receipt of bids for a period of 45 days pending execution of a contract by successful bidder. The competency
and responsibility of the bidder and his sub-contractors will be considered in making, the award. The "Town
reserves the right to waive any technical error, to accept any bid, or to reject any or all bids. The contract
form will be a Standard form of Agreement between Owner and Contractor.
The Town will either award the project or reject all proposals received within forty-five (45) days after
formal opening of proposals. Acceptance of a proposal will be a written notice signed by the Town Clerk &
no other act shall constitute the acceptance of a proposal.
F. WITHDRAWALS OF PROPOSALS
Any bidder upon his or her authorized representative's written request presented not later than the hour set
for the opening thereof, will be given permission to withdraw his proposal. At the time of opening the
proposals, when such proposals are reached, it will be returned to him unread.
G. REJECTION OF PROPOSALS
The Town reserves the right to waive any technical error and to reject any and/or all proposals. Without
limiting the generality of the foregoing, any proposal which in incomplete, obscure, or irregular may be
rejected; any proposal accompanied by an insufficient or irregular certified check or bidder's bond bay be
rejected, any proposal having interlineations, erasure or corrections may be rejected. The Town also
reserves the fight to reject any bid if the evidence submitted in the qualification statement or an
investigation of such bidder fails to satisfy the Town that such bidder is property qualified to carry out the
obligations of the contract and to complete the work contemplated therein. Conditional bids will not be
accepted.
H. PLANT & EQUIPMENT
The bidder shall State in his bid that be has available or under his control, plant and equipment of the
character and in the amount required to complete the proposed work within the specific time.
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
3
RC-250 LIQUID ASPHALT Item # 2
"OIL & STONE" Year 2013
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
Compensation Insurance for all of the latter's employees unless such employees are covered by the
protection afforded by the Contractor.
Public Liability and Property Damage Insurance: The Contractor shall take out and maintain during the
life of this Contract such Public Liability and Property Damage Insurance as shall protect him and any
subcontractor performing work covered by this Contract from claims for damages four personal injury
including accidental death as well as from claims for property damage which may arise from operations
under this Contract, whether such operations be by himself or by any subcontractor, to by anyone directly or
indirectly employed by either of them, and the amounts of such insurance shall be as follows:
Public Liability Insurance in an amount of not less than One Million Dollars ($1,000,000.00) for bodily
injuries, including wrongful death to each person and subject to the same limit for each person in an amount
not less that One Million Dollars. ($1,000,000.00) on account of each accident.
Property Damage Insurance in an amount not less than One Million Dollars ($1,000,000.00) for damages on
account of each accident and in an amount of not less than One Million Dollars ($1,000,000.00) for
damages on account of all accidents.
4
RC-250 LIQUID ASPHALT Item #2
"OIL & STONE" Year 2013
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
Property Damage Insurance providing for a limit of not less than One Million Dollars ($1,000,000.00) for
damages arising out of injury to, or destruction of, property in any one accident and subject to that limit per
accident, a total (or aggregate limit of Two Million Dollars ($ 2,000,000.00) for all damages arising out of
injury to, or destruction of, property during the policy period. This insurance must fully cover the legal
liability of the Owner. The coverage provided under his policy must not be affected if the Owner performs
work in connection with the project either for or in cooperation with the Contractor or as an aid thereto
whether the same be a part of the Contract or separate therefrom, by means of its own employees or agents
or if the Owner directs or supervises the work to be performed by the Contractor.
PROOF OF CARRIAGE OF INSURANCE:
The Contractor shall furnish the Owner with certificates of each insurer insuring the Contractor of any
subcontractor under this Contract except with respect to part D. As listed above. In respect to this paragraph,
the Contractor shall furnish the Owner with the original insurance policy.
Both certificates, as furnished, and the insurance policy, as required, shall bear the policy numbers, the
expiration date of the policy and the limits of liability there under. Both the certificates and the policy shall
be endorsed to provide the Owner with any notice of cancellation or non-renewal.
5
RC-250 LIQUID ASPHALT Item # 2
"OIL & STONE" 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 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, BITUMINOUS SURFACE TREATMENT
RC-250 LIQUID ASPHALT "OIL & RECYCLED STONE", IN ACCORDANCE WITH THE PROJECT
REQUIREMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE
STIPULATED CUMULATIVE "UNIT PRICE" OF:
FURNISH AND PLACE THE FOLLOWING WITHIN
Bituminous Surface Treatment
Liquid Asphalt Grade RC-250 & 1A Stone (50,000 +/- sq. yds.)
SOUTHOLD TOWN FISHERS ISLAND
(written in words) Per Sq. Yd. (written in words) Per Sq. Yd.
(written in numbers) Per Sq. Yd. (written in numbers) Per Sq. Yd.
6
RC-250 LIQUID ASPHALT Item # 2
"OIL & STONE" Year 2013
****************************************************************************
Schim Mix Asphalt Concrete - Type 5 (500 +/- Ton)
SOUTHOLD TOWN FISHERS ISLAND
(written in words) Per Ton (written in words) Per Ton
(written in numbers) Per Ton (written in numbers) Per Ton
****************************************************************************
Fog Coat: RC-250 Liquid Asphalt (50 +/- Gallons)
SOUTHOLD TOWN FISHERS ISLAND
(written in words) Per Gallon (written in words) Per Gallon
(written in numbers) Per Gallon (written in numbers) Per Gallon
And he further agrees that if this proposal shall be accepted by the Town and that if he shall refuse, fail or
neglect to enter into a Contract pursuant to such proposal and to the requirements of the Town, shall have
been deposited in the mail addressed to him at the address given in the proposal, that he shall be considered
to have abandoned the contract.
We the undersigned, further agree that this proposal shall be reviewed by the Town to correct any
deficiencies in the proposed scope of work and, if no corrections 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:
7
RC-250 LIQUID ASPHALT Item # 2
"OIL & STONE" Year 2013
1. DESCRIPTION
Bids are requested for the purchase and application of Bituminous Surface Treatment that consists of 011.
(Grade RC-250) & STONE (No. 1 1/4" Blue Stone) for the use in repair & maintenance of the Town
Highways for the calendar year. The contractor shall also be required to provide & place quantities of
Schim Mix Asphalt (Type 5) as needed and directed by the Superintendent of Highways. The attention of
the bidder is specifically called to the fact that the quantities specified herein are considered an estimate
only and may not be the quantity of material that will actually be required by the Town for the calendar
year.
2. MATERIALS
Asphalt Road Material shall be Grade RC-250 and shall meet the following Specifications:
TEST Grade RC-250
Water, Max. (%) 0.2
Flash Point, C.O.C. F., Min. -
Kinematic Viscosity @ 140 F.
Centistokes 250 - 500
Distillation: % Total Distillate to
680 F. by Vol.
To 437 F Min. 35
To 500 F Min. 60
To 600 F Min. 80
Residue from Distillation to 680 F
% Volume by Difference, Min. 65
Tests on Residue
Absolute Viscosity 140 F 600 - 2400
Ductility, 5 cra/min.
@ 77 F cm. min. 100
% Sol. In CCL4, Min. 99
Required Temperature
Mixing 100 - 175
Spraying 80 - 250
Blue Stone shall be No. I - 1/4" Stone.
Percent passing 1/4" screen 90 - 100
Percent passing 1/8" Screen 0
3. WEATHER LIMITATIONS
The material shall be spread only when:
1. The read surface and atmospheric temperatures are at least 45 degrees F and rising.
2. The weather is not foggy or raining.
3. There is no forecast of temperatures below 32 degrees F within 48 hours from the time of
8
RC-250 LIQUID ASPHALT Item # 2
"OIL & STONE" Year 2013
placement of the Asphalt Material.
4. Construction limits shall be between May 1 & November 1.
4. EQUIPMENT, DELIVERY & APPLICATION
All asphalt & stone materials must be delivered to and applied within the Town of Southold. The successful
bidder will be required to deliver and apply such asphalt & stone materials in quantities as directed by the
Superintendent of Highways.
All bituminous material distribution vehicles shall have full circulation spray bars & be equipped with a
wheel calibrated instrument that will indicate pump output in gallons per minute to verify accuracy of
application.
Aggregate spreader shall be capable of spreading material up to ten (10') feet in width on a single pass and
shall be capable of providing variable widths. The spreader shall be self propelled and have dual operator
stations.
Pneumatic tired rollers shall be required for compacting the surface treatment.
Schim Mix Asphalt Concrete (Type 5) shall be applied at the discretion of the Highway Superintendent.
Applications at all pot holes, broken & uneven pavement surfaces and other required areas shall be as
directed by the Town. All existing pavement surfaces where Schim Mix Asphalt Concrete work is required
shall be fog sealed with RC 250 at 0.10 gallon per Square Yard prior to placement of pavement.
All manholes, catch basins, curbs and other structures shall be protected against the application of
bituminous material.
After the area to be treated has been prepared to the satisfaction of the Highway Superintendent, an
application of bituminous material (RC-250 Liquid Asphalt) shall be applied at the rate of three tenths (0.3)
gallons per square yard and immediately covered with No. ]A 1/4" Stone at the approximate rate of 25 lbs.
per square yard.
The stone course shall be completely rolled twice with a self-propelled pneumatic roller.
5. TRAFFIC MAINTENANCE
The contractor shall be responsible for providing maintenance and protection of vehicular and pedestrian
traffic associated with this work. Opening to traffic does not constitute acceptance of the work. The
contractor shall also be responsible for providing all signage and traffic control during this work.
END OF SPECIFICATION:
9
RC-250 LIQUID ASPHALT Item # 2
"OIL & STONE" Year 2013
STATEMENT OF NON-COLLUSION
(To be completed by each Bidder)
In accordance with Section 103-d General Municipal Law, effective September 1, 1966, every bid or
proposal hereafter made to a political subdivision of the State of any public department, agency, or official
thereof or to a fore district or any agency or official thereof for work or services performed or to be
performed or goods sold or to be sold, shall contain the following statement subscribed to by the bidder and
affirmed by such bidder as true under the penalties of perjury; non-collusive bidding certification.
A. By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and
in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of
perjury, that to the best of knowledge and belief:
(1) The prices in this bid have been arrived at independently without collusion, consultation,
communication, or agreement, for the purpose of restricting competition, as to any matter
relating to such prices with any other bidder or any competitor.
(2) Unless otherwise required by law, the prices which have been quoted in this bid have not
been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder
prior to opening, directly or indirectly, to any other bidder or to any competitor.
(3) No attempt has been made or will be made by the bidder to induce any other person,
partnership, or corporation to submit or not to submit a bid for the purpose of restricting
competition.
B. The person signing this bid or proposal certifies that he has fully informed himself regarding the
accuracy of the statements contained in this certification, and under the statements contained in this
certification, and under the penalties of perjury, affirms the truth thereof, such penalties being
applicable to the bidder, as well as the person signing in its behalf.
C. That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution
of this certificate by the signature of this bid or proposal on behalf of the corporate bidder.
RESOLUTION
Resolved that 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 #2
BITUMINOUS SURFACE TREATMENT
RC-250 LIQUID ASPHALT
"OIL & STONE"
Peconic Lane, Peconic, New York 11958
and to include in such bid or proposal the certificate as to non-collusion required by section one-hundred-three-
d (103-d) of the General Municipal Law as the act and deed of such corporation, and for any inaccuracies or
miss-statements in such certificate this corporate bidder shall be liable under the penalties of perjury.
The foregoing is true and correct copy of the resolution adopted by corporation at a
meeting of the Board of Directors, held on the day of , 20
10
RC-250 LIQUID ASPHALT Item# 2
"OIL & STONE" Year 2013
(SEAL OF THE CORPORATION)
Laws of New York, 1965
Ch. 751, Sec. 103-d, as amended &
effective on September 1, 1965. Signature
11
Resolved that the Town Board of the Town of Southold hereby authorizes
and directs the Town clerk to advertise for various road treatment bids
including Hot Mix Asphalt & Oil /stone for the calendar year 2014-15.
Please place the above Bid resolution on Tuesday's June 3rd agenda
with it advertised in Thursday June 5th Suffolk times addition with all
bid openings of Friday June 26th at 2:OOpm.
RC-250 LIQUID ASPHALT Item# 2
"OIL & STONE"
ITEM NO. 2
SPECIFICATIONS
FOR THE PURCHASE & APPLICATION OF
ASPHALT ROAD MATERIALS
BITUMINOUS SURFACE TREATMENT
RC-250 LIQUID ASPHALT
"OIL & STONE"
NOTE: THE TOWN OF SOUTHOLD WILL
ALSO REQUIRE +/- 30,000 SQUARE YARDS
(more or less as may be needed) OF PAVEMENT
TO BE APPLIED ON FISHERS ISLAND.
THE CONTRACTOR SHALL BE REQURIED TO
NOTIFY EACH RESIDENT AT LEAST 24
HOURS PRIOR TO ANY WORK ON TOWN
ROADS. RESIDENTS MUST BE RE-NOTIFIED
AFTER DELAYS DUE TO INCLEMENT
WEATHER OR JOB OPERATIONS.
I
RC-250 LIQUID ASPHALT Item # 2
"OIL & STONE" Year 2013
INSTRUCTIONS TO BIDDERS
A. PROPOSALS
Proposals must be made in strict accordance with the "Proposal Form" provided. The Proposal form shall
not be detached from the bid package. Failure to comply with this requirement will constitute grounds for
rejection of the bid subject to the digression of the Highway Superintendent. Any and all exceptions to the
specifications shall be listed on a separate sheet bearing the designation: 'Exceptions to the Specifications",
and attached to the Bid Form. Each proposal must be signed in writing with the full name and address of
bidder.
The bidders shall write in ink, both in words & numerals, the price for which he proposed to furnish all
materials, plant, equipment, tools, shoring or bracing, or other facilities, & to perform all labor and services
necessary for the proper completion of the work in strict accordance with the plans and specifications, and
subject at all times to the approval of the Highway Superintendent.
Proposals, together with the entire bid package, shall be delivered enclosed in an opaque sealed envelope
and shall be addressed as indicated on Invitation to Bid. The envelope shall be marked "Proposal" bearing
the title of work and the Bidders Name. Bidders may bid on one or any combination of items listed on the
proposal sheet.
No proposal shall be considered which has not been received by the Southold Town Clerk prior to the hour
and date stated.
B. PROPOSAL GUARANTY
A proposal will not be accepted or considered unless accompanied by a guaranty in the form of a bid bond
or certified check in the amount of one hundred ($100) dollars payable to the Town of Southold.
As soon as the proposal prices have been compared, the Owner shall return the bidder's bond or the certified
checks accompanying such proposals as, in his judgment, would not likely be involved in making the award.
All other proposal quantities will be held until the contract and contract bond have been executed after
which they will be released or returned to the respective bidders whose proposals they accor0panied.
C. OMISSIONS AND DISCREPANCIES
Bidders should carefully examine the specifications and fully inform .themselves of all conditions and
matters which can in any way affect the work or the cost 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.
2
RC-250 LIQUID ASPHALT Item # 2
"OIL & STONE" Year 2013
E. AWARD OF CONTRACT
Award of contract will be made as soon as practical. The Superintendent of Highways reserves the fight to
make awards by items, or as a whole, or not at all, whichever the Superintendent deems to be in the best
interest of the Town. A contract may be awarded to a responsible bidder other than the lowest money
bidder, if it is in the best interest of the Town. No bid may be withdrawn after scheduled closing time for
receipt of bids for a period of 45 days pending execution of a contract by successful bidder. The competency
and responsibility of the bidder and his sub-contractors will be considered in making, the award. The Town
reserves the right to waive any technical error, to accept any bid, or to reject any or all bids. The contract
form will be a Standard form of Agreement between Owner and Contractor.
The Town will either award the project or reject all proposals received within forty-five (45) days after
formal opening of proposals. Acceptance of a proposal will be a written notice signed by the Town Clerk &
no other act shall constitute the acceptance of a proposal.
F. WITHDRAWALS OF PROPOSALS
Any bidder upon his or her authorized representative's written request presented not later than the hour set
for the opening thereof, will be given permission to withdraw his proposal. At the time of opening the
proposals, when such proposals are reached, it will be returned to him unread.
G. REJECTION OF PROPOSALS
The Town reserves the right to waive any technical error and to reject any and/or all proposals. Without
limiting the generality of the foregoing, any proposal which in incomplete, obscure, or irregular may be
rejected; any proposal accompanied by an insufficient or irregular certified check or bidder's bond bay be
rejected, any proposal having interlineations, erasure or corrections may be rejected. The Town also
reserves the fight to reject any bid if the evidence submitted in the qualification statement or an
investigation of such bidder fails to satisfy the Town that such bidder is property qualified to carry out the
obligations of the contract and to complete the work contemplated therein. Conditional bids will not be
accepted.
H. PLANT & EQUIPMENT
The bidder shall State in his bid that be has available or under his control, plant and equipment of the
character and in the amount required to complete the proposed work within the specific time.
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
3
RC-250 LIQUID ASPHALT Item # 2
"OIL & STONE" Year 2013
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
Compensation Insurance for all of the latter's employees unless such employees are covered by the
protection afforded by the Contractor.
Public Liability and Property Damatte Insurance: The Contractor shall take out and maintain during the
life of this Contract such Public Liability and Property Damage Insurance as shall protect him and any
subcontractor performing work covered by this Contract from claims for damages four personal injury
including accidental death as well as from claims for property damage which may arise from operations
under this Contract, whether such operations be by himself or by any subcontractor, to by anyone directly or
indirectly employed by either of them, and the amounts of such insurance shall be as follows:
Public Liability Insurance in an amount of not less than One Million Dollars ($1,000,000.00) for bodily
injuries, including wrongful death to each person and subject to the same limit for each person in an amount
not less that One Million Dollars. ($1,000,000.00) on account of each accident.
Property Damage Insurance in an amount not less than One Million Dollars ($1,000,000.00) for damages on
account of each accident and in an amount of not less than One Million Dollars ($1,000,000.00) for
damages on account of all accidents.
4
RC-250 LIQUID ASPHALT Item # 2
"OIL & STONE" Year 2013
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
Property Damage Insurance providing for a limit of not less than One Million Dollars ($1,000,000.00) for
damages arising out of injury to, or destruction of, property in any one accident and subject to that limit per
accident, a total (or aggregate limit of Two Million Dollars ($ 2,000,000.00) for all damages arising out of
injury to, or destruction of, property during the policy period. This insurance must fully cover the legal
liability of the Owner. The coverage provided under his policy must not be affected if the Owner performs
work in connection with the project either for or in cooperation with the Contractor or as an aid thereto
whether the same be a part of the Contract or separate therefrom, by means of its own employees or agents
or if the Owner directs or supervises the work to be performed by the Contractor.
PROOF OF CARRIAGE OF INSURANCE:
The Contractor shall furnish the Owner with certificates of each insurer insuring the Contractor of any
subcontractor under this Contract except with respect to part D. As listed above. In respect to this paragraph,
the Contractor shall furnish the Owner with the original insurance policy.
Both certificates, as furnished, and the insurance policy, as required, shall bear the policy numbers, the
expiration date of the policy and the limits of liability there under. Both the certificates and the policy shall
be endorsed to provide the Owner with any notice of cancellation or non-renewal.
5
RC-250 LIQUID ASPHALT Item # 2
"OIL & STONE" 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 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, BITUMINOUS SURFACE TREATMENT
RC-250 LIQUID ASPHALT "OIL & RECYCLED STONE", IN ACCORDANCE WITH THE PROJECT
REQUIREMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE
STIPULATED CUMULATIVE "UNIT PRICE" OF:
FURNISH AND PLACE THE FOLLOWING WITHIN
Bituminous Surface Treatment
Liquid Asphalt Grade RC-250 & IA Stone (50,000 +/- sq. yds.)
SOUTHOLD TOWN FISHERS ISLAND
(written in words) Per Sq. Yd. (written in words) Per Sq. Yd.
6
✓ RC-250 LIQUID ASPHALT [tem # 2
"OIL & STONE" Year 2013
(written in numbers) Per Sq. Yd. (written in numbers) Per Sq. Yd.
Schim Mix Asphalt Concrete - Type 5 (500 +/- Ton)
SOUTHOLD TOWN FISHERS ISLAND
(written in words) Per Ton (written in words) Per Ton
(written in numbers) Per Ton (written in numbers) Per Ton
Fog Coat: RC-250 Liquid Asphalt (50 +/- Gallons)
SOUTHOLD TOWN FISHERS ISLAND
(written in words) Per Gallon (written in words) Per Gallon
(written in numbers) Per Gallon (written in numbers) Per Gallon
And he further agrees that if this proposal shall be accepted by the Town and that if he shall refuse, fail or
neglect to enter into a Contract pursuant to such proposal and to the requirements of the Town, shall have
been deposited in the mail addressed to him at the address given in the proposal, that he shall be considered
to have abandoned the contract.
We the undersigned, further agree that this proposal shall be reviewed by the Town to correct any
deficiencies in the proposed scope of work and, if no corrections 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:
7
RC-250 LIQUID ASPHALT Item # 2
"OIL & STONE" Year 2013
1. DESCRIPTION
Bids are requested for the purchase and application of Bituminous Surface Treatment that consists of OIL
(Grade RC-250) & STONE (No. 1 1/4" Blue Stone) for the use in repair& maintenance of the Town
Highways for the calendar year. The contractor shall also be required to provide &place quantities of
Schim Mix Asphalt (Type 5) as needed and directed by the Superintendent of Highways. The attention of
the bidder is specifically called to the fact that the quantities specified herein are considered an estimate
only and may not be the quantity of material that will actually be required by the Town for the calendar
year.
2. MATERIALS
Asphalt Road Material shall be Grade RC-250 and shall meet the following Specifications:
TEST Grade RC-250
Water, Max. (%) 0.2
Flash Point, C.O.C. F., Min. -
Kinematic Viscosity @ 140 F.
Centistokes 250 - 500
Distillation: % Total Distillate to
680 F. by Vol.
To 437 F Min. 35
To 500 F Min. 60
To 600 F Min. 80
Residue from Distillation to 680 F
% Volume by Difference, Min. 65
Tests on Residue
Absolute Viscosity 140 F 600 - 2400
Ductility, 5 cra/min.
@ 77 F cm. min. 100
% Sol. In CCL4, Min. 99
Required Temperature
Mixing 100 - 175
Spraying 80 - 250
Blue Stone shall be No. 1 A - 1/4" Stone.
Percent passing 1/4" screen 90 - 100
Percent passing 1/8" Screen 0
3. WEATHER LIMITATIONS
The material shall be spread only when:
1. The read surface and atmospheric temperatures are at least 45 degrees F and rising.
2. The weather is not foggy or raining.
3. There is no forecast of temperatures below 32 degrees F within 48 hours from the time of
8
RC-250 LIQUID ASPHALT Item # 2
"OIL & STONE" Year 2013
placement of the Asphalt Material.
4. Construction limits shall be between May 1 &November 1.
4. EQUIPMENT, DELIVERY & APPLICATION
All asphalt & stone materials must be delivered to and applied within the Town of Southold. The successful
bidder will be required to deliver and apply such asphalt & stone materials in quantities as directed by the
Superintendent of Highways.
All bituminous material distribution vehicles shall have full circulation spray bars & be equipped with a
wheel calibrated instrument that will indicate pump output in gallons per minute to verify accuracy of
application.
Aggregate spreader shall be capable of spreading material up to ten (10') feet in width on a single pass and
shall be capable of providing variable widths. The spreader shall be self propelled and have dual operator
stations.
Pneumatic tired rollers shall be required for compacting the surface treatment.
Schim Mix Asphalt Concrete (Type 5) shall be applied at the discretion of the Highway Superintendent.
Applications at all pot holes, broken & uneven pavement surfaces and other required areas shall be as
directed by the Town. All existing pavement surfaces where Schim Mix Asphalt Concrete work is required
shall be fog sealed with RC 250 at 0.10 gallon per Square Yard prior to placement of pavement.
All manholes, catch basins, curbs and other structures shall be protected against the application of
bituminous material.
After the area to be treated has been prepared to the satisfaction of the Highway Superintendent, an
application of bituminous material (RC-250 Liquid Asphalt) shall be applied at the rate of three tenths (0.3)
gallons per square yard and immediately covered with No. IA 1/4" Stone at the approximate rate of 25 lbs.
per square yard.
The stone course shall be completely rolled twice with a self-propelled pneumatic roller.
5. TRAFFIC MAINTENANCE
The contractor shall be responsible for providing maintenance and protection of vehicular and pedestrian
traffic associated with this work. Opening to traffic does not constitute acceptance of the work. The
contractor shall also be responsible for providing all signage and traffic control during this work.
END OF SPECIFICATION:
9
RC-250 LIQUID ASPHALT Item #2
"OIL & STONE" Year 2013
STATEMENT OF NON-COLLUSION
(To be completed by each Bidder)
In accordance with Section 103-d General Municipal Law, effective September 1, 1966, every bid or
proposal hereafter made to a political subdivision of the State of any public department, agency, or official
thereof or to a fore district or any agency or official thereof for work or services performed or to be
performed or goods sold or to be sold, shall contain the following statement subscribed to by the bidder and
affirmed by such bidder as true under the penalties of perjury; non-collusive bidding certification.
A. By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and
in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of
perjury, that to the best of knowledge and belief:
(1) The prices in this bid have been arrived at independently without collusion, consultation,
communication, or agreement, for the purpose of restricting competition, as to any matter
relating to such prices with any other bidder or any competitor.
(2) Unless otherwise required by law, the prices which have been quoted in this bid have not
been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder
prior to opening, directly or indirectly, to any other bidder or to any competitor.
(3) No attempt has been made or will be made by the bidder to induce any other person,
partnership, or corporation to submit or not to submit a bid for the purpose of restricting
competition.
B. The person signing this bid or proposal certifies that he has fully informed himself regarding the
accuracy of the statements contained in this certification, and under the statements contained in this
certification, and under the penalties of perjury, affirms the truth thereof, such penalties being
applicable to the bidder, as well as the person signing in its behalf.
C. That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution
of this certificate by the signature of this bid or proposal on behalf of the corporate bidder.
RESOLUTION
Resolved that 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 # 2
BITUMINOUS SURFACE TREATMENT
RC-250 LIQUID ASPHALT
"OIL & STONE"
Peconic Lane, Peconic, New York 11958
and to include in such bid or proposal the certificate as to non-collusion required by section one-hundred-three-
d (103-d) of the General Municipal Law as the act and deed of such corporation, and for any inaccuracies or
miss-statements in such certificate this corporate bidder shall be liable under the penalties of perjury.
The foregoing is true and correct copy of the resolution adopted by corporation at a
meeting of the Board of Directors, held on the day of 20
10
RC-250 LIQUID ASPHALT Item # 2
"OIL & STONE" Year 2013
(SEAL OF THE CORPORATION)
Laws of New York, 1965
Ch. 751, Sec. 103-d, as amended &
effective on September 1, 1965. Signature
I1