Loading...
HomeMy WebLinkAboutRoad Treatment #5 Type 6 Top DeliveredSouthold Town Board - Letter Board Meeting of July 28, 2015 r RESOLUTION 2015-690 Item # 5.26 °�� ADOPTED DOC ID: 11060 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2015-690 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON JULY 28, 2015: RESOLVED that the Town Board of the Town of Southold hereby accepts the following bids for Item #5, Type 6 Asphalt Road Treatment: B & W Paving & Landscaping LLC for Fishers Island Virgin Materials 2X 100-250 ton $210.00 2X 250-500 ton $174.00 3X 500-1000 Ton $174.00 4X over 1000 Ton $170.00 30% RAP 2X 100-250 ton $205.00 2X 250-500 ton $164.00 3X 500-1000 Ton $164.00 4X over 1000 Ton $160.00 Bid # 3 $ 5.00 Bid # 4 $100.00 Bid # 5 $ 4.00 Corazzini Asphalt for Southold Virgin Materials 2X 100-250 ton $115.00 2X 250-500 ton $99.00 3X 500-1000 Ton $99.00 4X over 1000 Ton $90.00 30% RAP 2X 100-250 ton $92.00 2X 250-500 ton $85.00 3X 500-1000 Ton $79.00 4X over 1000 Ton $77.85 Generated July 31, 2015 Page 36 Southold Town Board - Letter Bid #3 Bid #4 Bid # 5 $ 4.50 $ 7.50 $ 0.60 Elizabeth A. Neville Southold Town Clerk Board Meeting of July 28, 2015 RESULT: ADOPTED [UNANIMOUS] MOVER: William P. Ruland, Councilman SECONDER: Jill Doherty, Councilwoman AYES: Ghosio, Dinizio Jr, Ruland, Doherty, Evans, Russell Generated July 31, 2015 Page 37 From: (860) 572-9942 Origin ID: SKKA LINDA WRAY B&W PAVING & LANDSCAPING, LLC 70 FOSTER RD. WATERFORD, CT 06385 SHIP TO: (860) 572-9942 Southold Town Board 53095 Main Road SOUTHOLD, NY 11971 BILL SENDER Ship Date: 01JUL15 ActWgt 0.5 LB CAD: 463791911NET3610 Delivery Address Bar Code Invoice # Dept # =1 7739 6305 4184 E1 WSHA THU - 02 JUL 11:OOA FIRST OVERNIGHT 11971 NY -US JFK After printing this label: 1. Use the'Print' button on this page to print your label to your laser or inkjet printer. 2. Fold the printed page along the horizontal line. 3. Place label in shipping pouch and affix 4 to your shipment so that the barcode portion of the label can be read and scanned. Warning: Use only the printed original label for shipping. Using a photocopy of this label for shipping purposes is fraudulent and could result in additional billing charges, along with the cancellation of your FedEx account number.. Use of this system constitutes your agreement to the service conditions in the current FedEx Service Guide, available on fedex.com.FedEx will not be responsible for any claim in excess of $100 per package, whether the result of loss, damage, delay, non-delivery,misdelivery,or misinformation, unless you declare a higher value, pay an additional charge, document your actual loss and file a timely claim.Limitations found in the current FedEx Service Guide apply. Your right to recover from FedEx for any loss, including intrinsic value of the package, loss of sales, income interest, profit, attorney's fees, costs, and other forms of damage whether direct, incidental,consequential, or special is limited to the greater of $100 or the authorized declared value. Recovery cannot exceed actual documented loss.Maximum for items of extraordinary value is $1,000, e.g. jewelry, precious metals, negotiable instruments and other items listed in our ServiceGuide. Written claims must be filed within strict time limits, see current FedEx: Service Guide. ELIZABETH A. NEVILLE, MMC TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Richard Corazzini, Jr Corazzini Asphalt PO Box 1281 Cutchogue, NY 11935 Dear Mr. Corazzini, Jr.: Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax(631)765-6145 Telephone (631) 765-1800 www.southoldtownny.gov OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD August 20, 2015 Congratulations. At the regular Town Board meeting held on July 28, 2015, the Town Board accepted the bid of B & W Paving & Landscaping LLC and Corazzini Asphalt for supplying and applying Road Treatment Type 6 Top. A certified copy of the resolution is enclosed. The bid deposit will be returned to you. Thank you for your bid. Very truly yours, �j ,, Ls" i Lynda M Rudder Deputy Town Clerk Ens. ELIZABETH A. NEVILLE,1'V MC TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road PO. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 www.southoldtownny.gov OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD August 20, 2015 James Uray B & W Paving & Landscaping LLC 70 Foster Road Waterford, CT 06385 Dear Mr. Uray: Congratulations. At the regular Town Board meeting held on July 28, 2015, the Town Board accepted the bid of B & W Paving & Landscaping LLC and Corazzini Asphalt for supplying and applying Road Treatment Type 6 Top. 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. ELIZABETH A. NEVILLE, MMC TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER South Fork Asphalt 224A North Main Street Southampton, NY 11968 Dear Sir: Town Hall, 53095 Main Road P.O Box 1179 Southold, New York 11971 Fax(631)765-6145 Telephone (631) 765-1800 www.southoldtownny gov OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD August 20, 2015 At the regular Town Board meeting held on July 28, 2015, the Town Board accepted the bid of B & W Paving & Landscaping LLC and Corazzini Asphalt for supplying and applying Road Treatment Type 6 Top. A certified copy of the resolution is enclosed. Your bid deposit is being returned to you. Thank you for your bid. Very truly yours, Lynda M Rudder Deputy Town Clerk Ens. ELIZABETH A. NEVILLE, MMC TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone(631)765-1800 www.southoldtownny.gov OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD August 20, 2015 Rosemar Construction 56 Pine Street East Moriches, NY 11940 Dear Sir: At the regular Town Board meeting held on July 28, 2015, the Town Board accepted the bid of B & W Paving & Landscaping LLC and Corazzini Asphalt for supplying and applying Road Treatment Type 6 Top. A certified copy of the resolution is enclosed. Your bid deposit is being returned to you. Thank you for your bid. Very truly yours, Lynda M Rudder Deputy Town Clerk Ens. ELIZABETH A. NEVILLE, MMC TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 www.southoldtownny.gov OFFICE OF THE TOWN CLERK TOWN OF SOUTHHOLD BID OPENING July 2, 2015 at 2:00 pm #5 Type 6 Top T Four (4) bids were received: Town Rosemar Construction 56 Pine St, East Moriches, NY 11940 Virgin Materials 2X 100-250 ton $125.00 400.00 2X 250-500 ton $110.00 350.00 3X 500-1000 Ton $98.00 350.00 4X over 1000 Ton $92.00 350.00 20% RAP 2X 100-250 ton $150.00 400.00 2X 250-500 ton $100.00 350.00 3X 500-1000 Ton $90.00 300.00 4X over 1000 Ton $85.00 300.00 Bid # 3 $3.50 10.00 Bid # 4 $10.00 50.00 Bid # 5 $5.00 10.00 South Fork Asphalt 224A North Main Street, Southampton NY 11968 Virgin Materials 2X 100-250 ton $120.00 no bid 2X 250-500 ton $100.00 no bid 3X 500-1000 Ton $95.00 no bid 4X over 1000 Ton $92.50 no bid 20% RAP 2X 100-250 ton $98.50 no bid 2X 250-500 ton $93.50 no bid 3X 500-1000 Ton $88.50 no bid Fishers Island 4X over 1000 Ton $86.40 no bid Bid # 3 $6.00 no bid Bid # 4 no bid no bid Bid # 5 no bid no bid B & W Paving & Landscaping LLC no bid 160.00 70 Foster Road, Waterford CT 06385 Bid # 3 no bid Virgin Materials Bid # 4 2X 100-250 ton no bid 210.00 2X 250-500 ton no bid 174.00 3X 500-1000 Ton no bid 174.00 4X over 1000 Ton no bid 170.00 20% RAP 2X 100-250 ton no bid 205.00 2X 250-500 ton no bid 164.00 3X 500-1000 Ton no bid 164.00 4X over 1000 Ton no bid 160.00 Bid # 3 no bid 5.00 Bid # 4 no bid 100.00 Bid # 5 no bid 4.00 Corazzini Asphalt PO Box 1281 Cutchogue, NY 11935 Virgin Materials 2X 100-250 ton $115.00 425.00 2X 250-500 ton $99.00 425.00 3X 500-1000 Ton $99.00 300.00 4X over 1000 Ton $90.00 300.00 20% RAP 2X 100-250 ton $92.00 350.00 2X 250-500 ton $85.00 350.00 3X 500-1000 Ton $79.00 300.00 4X over 1000 Ton $77.85 300.00 Bid # 3 $4.50 no bid Bid # 4 $7.50 no bid Bid # 5 $0.60 no bid THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 KNOW ALL MEN BY THESE PRESENTS, THAT WE B & W Paving & Landscaping, LLC 70 Foster Road, Waterford, CT 06385 as Principal, hereinafter called the Principal, and Aspen American Insurance Company 175 Capital Boulevard, Suite 300, Rocky Hill, CT 06067 a corporation duly organized under the laws of the State of as Surety, hereinafter called the Surety, are held and firmly bound unto Town of Southold TX 53095 Main Road, Southold, NY 11971 as Obligee, hereinafter called the Obligee, in the sum of One Hundred Dollars & No/Cents Dollars ($ $100 ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Hot Mix Asphalt Concrete 2015 - 2016 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and materials furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 30th day of June , 2015 Den American Insurance Com b ,/ 1')"q � �. JM-) I (Surety) (Seal) Diane Moraski .. '(W7tness)� - - By. 2k,5' .r*- Attomey4n-Fact Marlon R.Vail (Title) AIA DOCUMENT A310 • BID BOND • AIA . FEBRUARY" 1970 ED. s THE AMERICAN INSTITUTE OF ARCHITECTS,1735 N.Y. AVE., N.W., WASHINGTON, D.C. 20006 CORPORATE ACKNOWLEDGMENT State of -------------------------------- -County-of-- --- - - ---- -Ss.. -- - - - - - - - On this day of in the year , before me personally come(s) to me known, who, being by me duly sworn, deposes and says that same resides in same is the the the corporation described in and which executed the foregoing instrument; that same knows the seal of the said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by the order of the Board of Directors of said corporation, and that same singed the name thereto by like order. State of CONNECTICUT County of (Signature of Notary taking acknowledgment) LIMITED LIABILITY COMPANY ACKNOWLEDGMENT Ss.: On this day of in the year 2015 before me personally come(s) to me known, who, being by me duly sworn, deposes and says that same resides in that same is the of the B & W Paving & Landscaping, LLC the Limited Liability Company described in and which executed the foregoing instrument; that same knows the seal of the said corporation; that the seal affixed to the said instrument; and that same authorized under the Articles of Organization and the Operating Agreement as amended and in effect this date to execute the forgoing instrument and so bind the Limited Liability Company. (Signature of Notary taking acknowledgment) SURETY ACKNOWLEDGMENT State of Connecticut County of Litchfield Ss.: On this 30th day of June in the year 2015, before me personally come(s) Marion R. Vail to me know, who, being by me duly sworn, deposes and says that same resides in Terryville, CT that same is the Attorney -in -Fact of the Aspen American Insurance Company the corporation described in and which executed the foregoing instrument; that same knows the seal of the said corporation, that the seal affixed to the said instrument is such corporate seal; that it was so affixed by the order of the Board of Directors of said corporation and that same signed the name thereto by like order. ,`t`1`1,11011111///yy8®,®B® ® ® Signature of Notary taking acknowledgment) .) ®� ® Jessica L. Piccirillo, Notary Public LIG ��®o ti Commission Expires: June 30, 2020 1 Oo ®sao C) Ire, oBs ,00, ���1 161 ..%% e e8®888818111191100p 0000 -ASP -EN - (POWER OF ATTORNEY Aspen American Insurance.Company 175 Capital Boulevard, Rocky Hill, CT 06067 KNOW ALLPERSONS BY THESE PRESENTS, THAT Aspen American Insurance Company, a corporation duly organized under the laws of the State of Teicas, and having its principal offices in Rocky Hill, Connecticut; (hereinaf3'er the "Company") does hereby make, constitute and appoint: Woodrow M. Baird; Joann Dombroivsld; Marion R. Vail; Russell M. Canterbury; Steven E. Susauiu; Jessica L: Piceirillo; Kathleen M. Flanagan of Aliiant lnsurance'Services, Inc. its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred to sign, execute and acknowledge on behalf of the Company,,at any place within the United States, the following instrument(s) by his/her sole signature and act: any and all bonds, recognizances, and other writings obligatory in: the nature ofa bond, recognizance, or conditional undertaking and any and all consents incident thereto, and to. bind the, Companythereby as.fully and to the same extent as if the same were signed by ,the.duly authorized officers of the Company. All acts ofsaid Attomey(s)-in-Fact done pursuant to the authority -herein given are hereby ratified and confirmed. This appointment is made under and by authority of.the following Resolutions.of the Board 'of Directors of said Company effective on April 7; 201 l; which Resolutions are now in -full force and effect; VOTED: All Executive Officers of the Company (including the Presidebt; any Executive, Senior or Assistant Vice President, any Vice President, any Treasure, Assistant Treasurer, or Secretary or AssistantSecretary) may appoint Altomeys-in-Fact to act for and on behalfof the Company to sign with the Companys name and seal with the Company's seal; bonds, reeogriizances, and other timitings obligatory in the nature ofa bond,recognizance, or conditional undertaking, and any of said Executive Officers at any time may remove any succi appointee and revoke the power given flim or her. VOTED:'Ihe foregoing authority foreertain classes of officers of the Company to appointAttomeys-in-F-act by virtue ofa PowerofAttomeyto sign and seal bonds, recognizances, and other writings obligatory in the nahue ofa bond,recognizamce; or conditional undertaking; as well as to revoke any such Power of Altomey, is hereby granted specifically to the fallowing individual officers ofAspen Specialty Insurance Management, Inc.: Michael Toppi, Exeeutive.Viee President; Scott Sadowslty, Senior Vice, President, Kevin Gillen, Senior Vice'President, Mathew Raino, Vice President, and Ryan Field, Assistant Vice Presiderit. Tlus Power of Attorney may be signed and sealed by facsimile (mechanical or printed) under and by authority of the following Resolution voted by the Boards of Directors .of Aspen American Insurance Company, iybieh Resolution is now in full force and effect: VOTED: That the signature of any.of the Officers, identified by title or specifically named above may be affixed by facsimile to any Power of Attorney for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof and any.and all consents incident thereto, and any such Power ofAttomey orcertificate bearingsuch farsimiie signature or facsimile seal shall be valid and binding upon the Company. Any such power so executed and certified by such facsimile signature and/or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking so executed. IN WITNESS WHEREOF, Aspen American Insurance Company has caused this instrument to be signed and its corporate seal to be hereto affixed this 2nd day of September, 2014 Aspen American Insurance Company STATE OF CONNECTICUT SS. ROCKY HILL COUNTY OF HARTFORD Scott Sadowsly, Senior Vice President On this 2nd day of September, 2014 before me. personally came Scott Sadowsky to me known, who being byme duly swom, did depose and say; that he/she is Senior Vice President, of Aspen American Insurance Company, the Company described nr and which executed the above instrument; thathels}re knows theseal ofszkids` ia�on; that the seal affixed 16 the said instrument is such corporate seal; and thathcftc:6. bcuted the said instrument on behalfof the Conipany by authority of his/her o.IR- t{�irl'Jr he ab ve f. Resolutions thereof. �� ° Notary Public a ~Yr`�A. My commission expires: May 31, 20164 CERTIFICATE ' y �, v '#j +� J I, the undersigned, SeottSadowskyofAspenAmerican Insurance Company, astock corporationofthe State ofTexas, dohereby certify.thatthe foregy'l��l ofAttomey remains in full force and has not been revoked; and fiuthermore, that the Resolutions of the Boards ofDirectors, as setforth above, are nrE�rf ' �_ •a•:.! •'`t{ in full force and effect. 6 Given under myhand'and seal of said Company, in Rocky Hill, Connecticut, this Otb day of ,JUNE 2015 ��1/01101is' r`rr ` I�,,,I,Iltlltlry„y :`can Insy�d'•, By- Naine: Scott Sadowsky, Senior Vice President * Por verification of the authenticity of the Power of Attorney you may call (860) 760-7728 or email:Patricia'I'aber�iaaspen-insurance.com Home Office Address State of New York DEPARTMENT OF FINANCIAL SERVICES WHEREAS IT APPEARS THAT Aspen American Insurance Company Dallas, Texas Organized under the Laws of Texas has complied with the necessary requirements of or pursuant to law, it is hereby licensed to do within this State the business of accident and health, fire, miscellaneous property, water damage, burglary and theft, glass, boiler and machinery, collision, personal injury liability, property damage liability, workers' compensation and employers' liability, fidelity and surety, motor vehicle and aircraft physical damage, marine and inland marine, marine protection and indemnity, service contract reimbursement and legal services insurance, as specified in paragraph(s) 3, 4, 5, 6, 7, 8, 9, 12, 13, 14, 15, 16, 19, 20, 21, 28 and 29 of Section 1113(a) of the New York Insurance Law and also such workers' compensation insurance as may be incident to coverages contemplated under paragraphs 20 and 21 of Section 11 13(a), including insurances described in the Longshoremen's and Harbor Workers' Compensation Act (Public Law No. 803, 69 Cong. as amended; 33 USC Section 901 et seq. as amended) to the extent permitted by certified copy of its charter document on file in this Department until July 1, 2015. .or% Q V _ —rib,. l?XCELLIVR �F2�� OF FINAN G`P� In Witness Whereof, I have hereunto set my hand and affixed the official seal of this Department at the City of Albany, New York, this 1st day of July, 2014 Benjamin M. Lawsky Superintendent By U Jacqueline Catalfamo Special Deputy Superintendent Original on Watermarked Paper Aspen American Insurance Company STATUTORY STATEMENT OF FINANCIAL CONDITION December 31, 2014 Assets Cash and short term investments Bonds Common stocks Premiums in course of collection Amounts recoverable from reinsurers Other assets Total Assets Liabilities Reserve for losses and adjustment expenses Reserve for unearned premiums Ceded reinsurance premiums payable Amounts withheld or retained by company for account of others Commissions payable, contingent commissions and other similar charges Payable to parent, subsidiaries and affiliates Reserve for taxes, expenses and other liabilities Total Liabilities Surplus as regards policyholders Total Surplus and Liabilites By: Treasurer State of Connecticut County of Hartford $ 105,006,981 323,605,744 318,150 49,266,958 20,668,382 3,403,874 $ 502,270,089 $ 28,961,023 41,200,607 56,482,019 58,239,305 1,504,376 43,008,675 10,060,873 239,456,878 262,813,211 $ 502,270,089 Attest:,% ief Fina icer Peter Clifton Felix, Treasurer and Kenneth Gerald Cadematori, Chief Financial Officer being duly sworn, of ASPEN AMERICAN INSURANCE COMPANY, Texas; and that the foregoing is a true and correct statement of financial condition of said company, as of December 31, 2014. Subscribed and sworn to before me, this 13th day of March 2015. 3 Notary Public jC KIM D. SLIVA NOTARY PUBLIC �(l D L C STATE OF CONNECTICUT My Commission Expires 06/30/2016 CIOe BID BOND Travelers Casualty and Surety Company of America Hartford, CT 06183 KNOWN ALL BY THESE PRESENTS, That we, Rosemar Construction, Inc. , as Principal, and Travelers Casualty and Surety Company of America -,as Surety, are held and firmly bound unto Town of Southold , as Obligee, in the sum Of One Hundred Dollars Dollars ( $100.00 ) 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 Item No. 5 - Type 6 Top - Hot 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 29th day of 2015 Travelers Casualty and Surety Company of America By: 5La.,z C 59zle":a Maggiere , , Attorney -in -Fact TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA HARTFORD, CT. 06183 ATTORNEY-IN-FACT JUSTIFICATION ' PRINCIPAL'S ACKNOWLEDGAIENT—IF A CORPORATION State of Now York, County of ��11 ) ss, On this �2q day of 120 I"/ before me personally appeared�C� , to me known, wit, eing by me duly sworn, deposes and says: That he/she resides in the City of C- S that he/she is the% -�� of G�%/�- Ilse corporation desctib8d h ch�ted the within instrument; that he/she knows the seat of said corpora taiion�t t�ht-a fixed to sa t lent is such corporate seal; that it was sby��cAboaWhofthe Board of Directors of said corporation, and that he/she signed his111er namerlheeto by ' e rder. Notary Public State of NY 1 C No. 01-BU6033778 Qualified in Suffolk County Term Expires 1210611 PRINCIPAL'S ACKNOWLEDGAIENT—IF INDIVIDUAL OR FIRM State of New York, County of ) ss. On this day of 20 , before rue 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 duty acknowledged to me that he/she executed the sante (as the act and deed of said firm). A // SURETY COMPANY'S ACKNOWLEDGAIENT State ofNewYork, County of Mau yaooi? �i ) ss. ,/� �p On this d 9� day of 1Z , 20 �� before me personally appeared /�la.G�9y ^ /J � � to me known, who, being by me duly sworn, did depose and say: That be/Jac resides in the City of vl/ qs / /VX that he/she is Attorney -in -Fact of TRAVELERS CASUALTY AND SURETY C014PANY OF AAIERICA, the corporation described in and which executed the within instrument; that he/she knows the corporate seal of said Company; that the seat affixed to said instrument is such corporate seal; and that lie/she signed said instrument as Attorney -in -Fact by authority of the Board of Directors of said Company; and affiant did further depose and say that the Superintendent ('Insurance of the State of New York has, pursuant to Chapter 882 of the Laws of the State of New York for the year 1939, constituting chapter 28 of the Consolidating Laws of the State of New York as the Insurance Law as amended, issued to TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA his/her certificate that said Company is 9qIjficd to become and be accepted as surety or guarantor on all bonds, undertakings, recognizances, guaranties, and other obligations requirc�or permitte law Iif that such certificate has not been revoked_ // �� Notary Ptlblko State of New York RAVELERS CASUALTY AND SURETY COMPANY OF AMERICA No.01C06314250 Hartford, Connecticut 06183 GUBUfltd In RoMand County COmllllisWon November 3, 201 FINANCIAL STATEMENT AS OF DECEMBER 31, 2014 ILED WITH THE INSURANCE DEPT. OF THE STATE OF NEW YORK CAPITAL STOCK $ 6,480,000 ASSETS LIABILITIES CASH AND INVESTED CASH $ 127,187,283 UNEARNED PREMIUMS $ 855,349,712 BONDS 3,411,436,937 LOSSES 680,168,443 STOCKS 328,931,879 LOSS ADJUSTMENT EXPENSES 356,911,923 INVESTMENT INCOME DUE AND ACCRUED 45,277,103 COMMISSIONS 34,142,046 OTHER INVESTED ASSETS 4,019,416 TAXES, LICENSES AND FEES 11,534,666 PREMIUM BALANCES 209,982,904 OTHER EXPENSES 40,097,405 NET DEFERRED TAXASSET 62,639,844 CURRENT FEDERAL AND FOREIGN INCOME TAXES 24,133,560 REINSURANCE RECOVERABLE 17,397,751 REMITTANCES AND ITEMS NOT ALLOCATED 11,06202 SECURITIES LENDING REINVESTED COLLATERAL ASSETS 8,224,694 AMOUNTS WITHHELD I RETAINED BY COMPANY FOR OTHERS 41,744,996 RECEIVABLES FROM PARENT, SUBSIDIARIES AND AFFILIATES 9,057,199 RETROACTIVE REINSURANCE RESERVE ASSUMED 853,430 OTHER ASSETS 3,078,655 POLICYHOLDER DIVIDENDS 7,376,699 PROVISION FOR REINSURANCE 3,416,505 ADVANCE PREMIUM 1,327,118 PAYABLE FOR SECURITIES 4,590,766 PAYABLE FOR SECURITIES LENDING 8,224,694 CEDED REINSURANCE NET PREMIUMS PAYABLE 28,084,142 ESCHEAT LIABILITY 1,136,046 OTHER ACCRUED EXPENSES AND LIABILITIES 421,157 TOTAL LIABILITIES $ 2,110,576,190 CAPITAL STOCK $ 6,480,000 PAID IN SURPLUS 433,803,760 OTHER SURPLUS 1,674,373,715 TOTAL SURPLUS TO POLICYHOLDERS $ 2,114,657,475 TOTALASSETS $ 4,225,233,665 i TOTAL LIABILITIES&SURPLUS $ 4,225,233,665 Securities carried at $8,170,697 in the above statement are deposited with public authorities, as required by law OF ATTORNEY IS INVALID WITHOUT THE RED BORDER /� F F� POWER OF ATTORNEY TRAYLE' `{� S J Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 228980 Certificate No. 006273956 KNOW ALL MEN BY THESE PRESENTS. That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Victor L. Fonseca, Maggie Heredia, and Sajjad Ahmed of the City of New York , State of New York , their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitfed4n any-a'diions or proceedings allowed by law. 2nd IN WITNFr,S$ dyi WHEREOF, the Comp�have caused this instrumeni%to-be signed and their=co6orate seals to be hereto affixed, this e ruary U day of v ' Farmington Casualty Company " . !,_ ';. } St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company, t;, p Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company f�T• W 1 •p,� I` NSU qe,� Jp6tY Aryl �, 111Dw Ely O�j1YA� QO: �• I- S Cl , iNC�(tP�itrtl� m2 jiCORGO.RAl m �WrcOaPORAlf S�` y 9� f IUCQ'�3g1ED (7 1977 �i z m: S ii: .�._ n= a HARTFORD, Ft4HTFCgt),{� 1896 • - '�' o: CONN. CmVN. fY, N 8 1951 SE AL Jo, '•o.. SEAL, State of Connecticut City of Hartford ss. By- d49 Robert L. Raney, 9enior Vice President 2nd February 2015 On this the day of , before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farntington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. 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 that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. 6Jer09OX In Witness Whereof, I hereunto set my hand and official seal W �t e My Commission expires the 30th day of June, 2016. Marie C. Tetreault, Notary Public 58440-8-12 Printed in U S.A. WARNING. THIS POWER OF ATTORNEY 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 the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. 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 are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -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 Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part 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 thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that 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 Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary 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 certificate 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 the 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 certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United'States Fidelify,and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Compapies,^hich;is ifi\full force`and effect and has not been revoked. y 'f �' P u ` G7` ;%L� y Uli / IN TESTIMONY WHEREOF, I have hereunto set m hand and affix -ed the-se"als of�said Cbm 'anies this da of , 20 moi! L \ } Kevin E. Hughes, Assistant Sec tary ".Fi0.E 4 �a GASl1•��r � �N6 \*M IkSG P 1NSUq '... P SY ANO ��°.,URS 7Y �pRP;,¢� < �,'°x^�o'°' o pq•e �a Qo:•.`"."+.a ,�"o -. yy,y ao` s� ,�/u�'�••��, \per �' � � � 1977 ��Qi✓'i�litt�� a`� fCORPyA,�>f4 }C�. RPORAl �S �p �' �/ i ti4�i� co; f ; f : ; n : a HARTFORD, < 3 t64flirC '� ttD 1 on t5 0' CONN. CONN. f$ ino< ��a:.SEAL,".r by � Fa � �,� rSVu EGA d�•. L � �o..,. 2 w $ Y ..[(� To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the above-named individuals and the details of the bond to which the power is attached. ING: THIS POWER OF ATTOR CASHIER'S CHECK ,- 2594 DATE 07 •021* 15 PAY TO THE hl�•� SII SIJIJTF{I LCA I $ lcloOcl ORDER OF HU-.ffPA!M zand Bridgehampton National Bank VOID AFTER 90 DAYS I 'ITWO 0 'Jj�, ... IS --- R... C I;ZK NI 11935 _,AZ;F INO Af LT INC. P.O. Box 1281 Cutchdgue, NtY 11935 (C-31) 72-4-5600 Fi.'fflff 0,2 140 G G P- 71: 13000 & 18 113110 50-666/214 DOLLARS CASHIER S CHECK cl A, 3 PATE ,PAY TO THE TOI.I.Vt OF S"DUTHOLD 2 ORDER OF w: d e amde-a14-, TWO -SIGNATURES REQUIRED IF'OVES190P00!061 - BRIDGEHAMPTON 243 WINDMILL LANE VOID AFTER 90 DAYS NATIONAL G-TIA-ZHY 1 968 W-www.Wdgnb.com BANK 11600 277811' A0 2 L4066671: 200000000�6112- Damy'z NP V6/22/4015 1:88 PHS FAX 6317656148 Hot Mix AspMt Concrete iType 6 TOP 77 SOUTHOLD TOWN CLERK r Item # 5 Year 2015-16 FOR THE PURCHASE & APPLICATION OF .ASPHALT ROAD MATERIALS "Type 6'Top" NOTE. THE TOWN OF S OUTHOL.D WILL ALSO REQUIRE +/- 30,000 SQUARE YARDS (more or less as may be needed) OF PAVENIENT TO BE AP PLIED ON FISHERS ISLAND. THE CONTRACTOR SHALL BE REQUITED TO NO'T'IFY EACH RESIDENT AT LEAST 24 FOURS PRIOR TO ANY WORK ON TOWN LOADS. RESIDENTS DUST BE RE - NOTIFIED AFTER DELAYS DUE TO' INCLEMENT WEATHER OR JOB OPERATIONS. [l 0001/0014 06/22/$016 1:58 PH FAX 6317656145 SOUTHOLD TOWN CLERK [a 0002/0014 Hot Mix Asphalt Concrete "Type 6 Top" INSTRUCTIONS TO BIDDERS A. PROPOSALS Item # 5 Year 2015-16 Proposals trust be made in strict accordance with the "Proposal Form" provided. The Proposal form shall not be detached from the bid package. Failure to comply with this requirement will constitute grounds .for rejection of the bid subject to the digression of the highway Superintendent. Any and all exceptions to the specifications shall be listed on a separate sheet bearing the designation: 'Exceptions to the Specifications", and attached to the Bid Form. Each proposal must be signed in writing with the full name and address of bidder. The bidders shall write in ink, both in words & numerals, the price :for which he proposed to furnish all materials, plant, equipment, tools, shoring or bracing, or other facilities, & to perform all labor and services necessary for the proper completion of the work in strict accordance with the plans and specifications, and subject at all times to the approval of the Highway Superintendent. Proposals, together with the entire bid package, shall be delivered enclosed in an opaque sealed envelope and shall be addressed as indicated on Invitation to Bid. The envelope shall be marked "proposal" bearing the title of work and the Bidders Name. Bidders may bid on one or any combination of items listed on the proposal sheet. No proposal shall be considered which has not been received by the Southold Town Clerk prior to the hour and date stated. B. PROPOSAL GUARANTY A proposal will not be accepted or considered unless accompanied by a guaranty in the form of a bid bond or certified check in the amount of one hundred ($ 100) dollars payable to the Town of Southold. As soon as the proposal prices have been compared, the Owner shall return the bidder's band 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 infori-n .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 '06/22/2015 1:58 Phi FAX 6317656145 SOUTHOLD TOWN CLERK 0003/0014 Hot Mix Asphalt Concrete "Type 6 Top" E. AWARD OF CONTRACT Item # 5 Year 2015-16 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 tinne 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 forrn 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 ata 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 06/22/2015 1:59 Phi FAX 6317656145 SOII'riiOLtD TORN CLERK 0004/0014 Hot Mix Asphalt Concrete Item # 5 "Type 6 Top" Year 2015-16 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 INSUIi.ANCE: 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 Uability 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 LiabilityInsurance 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. 2 OP/22/2015 2:00 PD1 FAX 6317656146 SOUTHOLD TOWN CLERK 0006/0014 Hot Mix Asphalt Concrete Item # 5 "type 6 Top" Year 2015-16 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 fwi&h 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 06/22/2015 2:00 PH FAX 63176561W SOUTHOLD TOWN CLERK 0006/0014 Hot Mix Asphalt Concrete Item # 5 "Type 6 Top" Year 2015-16 PROPOSAL FORM DATE: NAME OF BIDDER: '7 os v.MAtt C ftt+f TS.,4C %% "A j N � TO: SOUTHOLD TOWN BOARD TOWN HALL PO BOX 1179 53095 MAIN ROAD SOUTHOLD, NEW YORK 11971 MEMBERS OF THE BOARD: NOTE: All items listed herein must be bid. Failure to bid any item will be grounds for disqualification. 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, HOT Mix ASPHALT CONCRETE;, "Type 6 Top", IN ACCORDANCE WITH THE PROJECT REQUIREMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR T14E STIPULATED'CUMULATIVE "UNIT PRICE" OF: IIID #1#1 FURNISH AND PLACE THE lFOL.LOWING WITIHIN HOT Mix ASPHALT CONCRETE "Type 6 Top" which includes Tack Coat application MADE WITH ALL (VIRGIN MATERYALS) SOUTHOLD TOWN: 2X 100 250 `Pons FISP PERS ISLAND; oar N•�a�eo:�n `iw ��-� �.r�, '�a���N' (written in words) Per Ton 12S (written in numbers) Per Ton Fsyti NvntDLI-4 'Q o`w&Or (written in words) Per Ton 400' (written in numbers) Per Ton 0 06/22/2015 2:01 PM FAX 6317656145 SOUTHOLD TOWN CLERK 0007/0014 Hot Mix Asphalt Concrete item # 5 egype 6 Top" Year 2015-16 SOUTHOLD TOWN: Chi � �1 a N n � � � � m�•�.1lR,l (written in words) Per Ton 2X 250 – 500 'tons FISHERS ISLAND: H 4.� la.,N9 tti� 1 `�-� i •�•� AQP/' (written in words) Per Ton 11 o 3 S.' (written in numbers) Per Ton (written in numbers) Per Ton SOUTHOLD TOWN: 3X 500 –1,000 Tons FISHERS ISLAND_ rl%,aq9T_c q_"4w'DoV--AN C r%,( be%.>.AW (written in words) Per Ton (written in words) Per Ton 9$- 3S'4�7 (written in numbers) Per Ton (written in numbers) Per Ton SOUTHOLD TOWN: 4X Over 1,000 Tons FISHERS ISLAND: N ,Hz --% w, "b a —1 1L- ts H,4s4%Uon rF%E"N (written is words) Per Ton (written in words) Per Ton qIL- 3f�� (written in numbers) Per Ton (written in numbers) Per Ton DID #2 FURNISH AND PLACE THE FOLLOWING WITHIN HOT Mix ASPHALT CON'CRP-TE "Type 6 Top" which includes Tack. Coat application MADE WITH AN ALLOTMP—NT OF (30% OF RAP) RECYCLED ASPHALT PRODUCT INCLUDED D IN THE' MIXTURE 2X 100 – 250 Tons SOUTHOLD TOWN: FISHERS ISLAND: (written in words) Per Ton (written in words) Per Ton 1So' 40,0 - (written in numbers) Per Ton (written in numbers) Per Ton 0,6/22/2015 2:01 Pld FAX 6317656145 Hot Mix Asphalt Concrete "Type 6 Top" SOUTHOLD —TOWN.- (written OWN: (written in words) Per Ton goo' (written in numbers) Per Ton SOUTHOLD TOWN: SOLTMOLD TOWN CLERK [I 0003/0014 Iters # 5 Year 201516 2X 250 — 500 Tons FISHERS ISLAND: ihti�r'�,1r1 vetQlL�l► �1 Cri"t i t��M (written in words) Per Ton 3 so (written in numbers) Per Ton 3X 500 ®-1,000 Tons ]FISHERS ISLAND: N �t+@C� 'D ot,�.A0..1' ► + 0.� t�..�yt�oo► 1 w�� �:�,t,, �..��v (written in words) Per Ton (written in words) Per Ton 9 0' 3 ts, (written in.numbers) Per Torr (written in numbers) Per Ton SOUTIIOLD TOWN: (written in words) Per Ton S 4X Over 1,000 Tons FISHERS ISLAND: (written in words) Per Ton 30,;�" (written in numbers) Per Ton (written in numbers) Per Ton BID #3 COLD MHLLING & RIi+ MOVAL SOUTHOLD TOWN: H Do�.t.A0.f rf i p—N-t C.qa%!' (written in words) Per Sq Yd 3 s® (written in numbers) Per Sq Yd FISHERS ISLAND: (written in words) Per Sq Yd (written in numbers) Per Sq Yd 8 0.6/22/2015 2:02 PDQ FAX 6317656145 SOUTHOLD TOWN CLERK Q 0009/0014 Hot Mix Asphalt Concrete «Type 6 Top„ BID #4 PAVEMENT KEY CUT SOUTHOLD TOWN: (written in words) Per Linear Fool Item # S Year 2015-16 FISHERS ISLAND: - f -t f'% !c I o f (written in words) Per Linear Foot 10, 551" (written in numbers) Per Linear Foot (written in numbers) Per Linear Foot BID #5 HOT RUBBERIZED CRACK SEALING SOUTHOLD TOWN: FISHERS ISLAND: C-%-4 ;, 'botx-,kW- %'&A—b ot&.Apy (written in words) Per Linear Foot (written in words) Per Linear Foot (written in numbers) Per Linear Foot (written in numbers) Per Linear Foot 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 bf the Town, shall have been deposited in the mail addressed to hint 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 eo e necessary, further agree that this proposal is a formal bid and shall remain in of or perio forty-five (45) days, the Town will accept or reject this proposal or by mutual age ent may e this time period. Signature of Bidder: Business Address: Slo `�IoF eAry Mosttc�aFst r1`1 11°1y® Telephone Number: $ i Fr- X37-3 Date: W 0,6/22/2015 2:02 Ph1 FAX 6317656145 SOUTHOLD TOWN CLERK [] 0010/0014 Hot Mix Asphalt Concrete Itern # 5 "'Type 6 Top" Year 2015-16 1. DESCRIPTION Bids are requested for the purchase and placement of Asphalt Concrete Pavement, Type 6, for the use in repair & maintenance of the 'Town .Highways and related parking facilities for a period of one (1) year beginning on the date that the contract was executed. All Asphalt Concrete shall be delivered and machine spread upon the surface of roads, driveways, parking fields, street intersections or any other areas requiring pavement within Town right-of-ways or any other areas under the jurisdiction of the Commission of Public Works where and as required. 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 % l " 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 -F/- 4 No. 200 2-6 +/- 2 Asphalt Content, % 5.8-7.0 +/-4 Mixing & Placing Temperature Range - degrees F 250-325 NOTE: At No Time Will any Recycled Material (RAP) be used without the permission of the Superintendent of Highways 3. WEATHER. LIMITATIONS The material shall be placed only when - 1 . The road surface and atmospheric temperatures are at least 45 degrees F 2. The weather is not foggy or raining. 3. Where is no forecast of temperatures below 32 degrees F within 48 hours from the time of placement of the Asphalt Concrete Material. 4. EQUIPMENT, DELIVERY & APPLICATION All asphalt concrete pavement materials shall be delivered and placed in select quantities at a time, place and thickness as specified by the Southold Town Highway Superintendent. No materials will be delivered on Saturdays, Sundays or Holidays except in the case of an emergency. Asphalt Plants must have adequate capacity and sufficient storage for the items to be furnished. 10 06/22/2015 2:02 PH FAX 6317656145 SOUTHOLD TOWN CLERK Q 0011/0014 Hot Mix Asphalt Concrete Item # 5 "Type 6 Top" Year 201516 All work shall commence within five (5) Calendar days after receipt of written order. Any reason for delay in work shall be submitted to the Town in writing explaining the delay. If the reason is not acceptable to the Town, work must continue without any further delay. Bituminous pavers shall be self -powered units, provided with an activated screed or strike off assembly. The machine shall be capable of spreading and finishing courses of bituminous plant mix material in lane widths up to twelve (12) feet or thickness up to four (4") inches as may be specified by the Highway Superintendent. After placement, the Asphalt Concrete Material shall be thoroughly and uniformly compacted with an approved vibrator type or static steel wheel roller conforming to section 4013.12 of the NYSDOT construction manual to obtain a thoroughly compacted pavement. All manholes, catch basins, curbs and other structures shall be protected against the application of asphalt concrete material. 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. BIDDER QUALIFICATIONS The bidder will be required to show, to the satisfaction of the Superintendent of Highways, that he is a responsible contractor experienced in the kind of work to be performed; that he is financially able to execute the contract; and that he has adequate equipment and fixed storage facilities to satisfactorily and efficiently perform the work as directed within the specified time limits. The bidder must state exact location of his Plaiit Facilities. g. MEASUREMENT & PAYMEN T The prices quoted in this bid, and subsequently awarded, are to be used in establishing prices for actual materials furnished and placed within the Town of Southold from the date of award up to and 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 of compacted material in place. The unit price per ton shall include the cost of furnishing all rmatcrials, equipment, labor and incidentals necessary to complete the work. 06/22/2015 2:03 PH FAX 6317656145 SOUTHOLD TOWN CLERK 1@ 0012/0014 E[ot Mix Asphalt Concrete "Type 6 Top" 9. TRAFFIC MAINTENANCE Item # 5 Year 2015-16 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. 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 there to us along with the invoices submitted for payment. END OF SPECIFICATION 12 06/22,/2015 2:03 PH FAX 6317656145 SOUTHOLD TOWN CLERK 0 0013/0014 I -lot Mix Asphalt Concrete &'Type 6 Top" Item # 5 Year 2015-16 (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; noncollusive bidding certification. A. lay submission of this bid, each bidden 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. RES0LUT10N Resolved that RO'B e R 1 G A Jt'* ra d, of the (Name of signatory) _ _9 c S E MA R Be authorized to sign and submit the bid (Name of Corporation) Or proposal of this corporation for the following Project. - Item 1t 5 Hot Mix Asphalt Concrete "Type 6 `Cop" Pecortic 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 1-niss-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__ "R_0V�_At�. corporation at a meeting of the Board of Directors, held on the Z. n a day of J.41l�1i , 20 U . 13 06/22./E016 2:04 PH FAX 6317656145 SOUTHOLD TOWN CLERK Q 0014/0014 Hot Mix Asphalt Concrete "Type 6 Top" (SEAL OF THE CORPORATION) Laws of New York, 1965 Ch. 751, Sec. 103=d, as amended & effective on September 1, 1965. Item # 5 Year 201516 Signature 14 Hot Mix Asphalt Concrete "Type 6 Top" DATE: PROPOSAL FORM M NAME OF BIDDER: Item # 5 Year 2015-16 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, 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 41 FURNISH AND PLACE THE FOLLOWING WITHIN HOT Mix ASPHALT CONCRETE "Type 6 Top" which includes Tack Coat application MADE WITH ALL (VIRGIN MATERIALS) SOUTHOLD TOWN: (written in words) Per Ton r7C (written in numbers) Per Ton 2X 100 — 250 Tons FISHERS ISLAND: N ® (Zy*0 (written in words) Per Ton d o '&b (written in numbers) Per Ton Hot Mix Asphalt Concrete Item # 5 "Type 6 Top" Year 2015-16 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 Hot Mix Asphalt Concrete Item # 5 "Type 6 Top" Year 2015-16 SOUTHOLD TOWN: 2X 250 – 500 Tons FISHERS ISLAND: (written in words) Per Ton (written in words) Per Ton 1®®, Nei C3V® (written in numbers) Per Ton (written in numbers) Per Ton 3X 500 –1,000 Tons SOUTHOLD TOWN: FISHERS ISLAND: (writte words) Per Ton (written in words) Per Ton p Mo Gib (written in numbers) Per Ton (written in numbers) Per Ton SOUTHOLD TOWN: -a,d d,. -V q ao"t (writtg in words) Per Ton 4X Over 1,000 Tons FISHERS ISLAND: 00 i3ti%3 (written in words) Per Ton ICU etc) Gia (written in numbers) Per Ton (written in numbers) Per Ton BID #2 FURNISH AND PLACE THE FOLLOWING WITHIN HOT Mix ASPHALT CONCRETE "Type 6 Top" which includes Tack Coat application MADE WITH AN ALLOTMENT OF (30% OF RAP) RECYCLED ASPHALT PRODUCT INCLUDED IN THE MIXTURE 2X SOUTHOLD TOWN: %, r Ems. 0, j C'%--° (writte n ords) Per Ton 100 – 250 Tons FISHERS ISLAND: Wo B (written in words) Per Ton 9 e, ® (written in numbers) Per Ton (written in numbers) Per Ton Hot Mix Asphalt Concrete "Type 6 Top" SOUTHOLD TOWN: (written in rds) Per Ton U :i�r,�®moo (written in numbers) Per Ton SOUTHOLD TOWN: 2X Item # 5 Year 2015-16 250 — 500 Tons FISHERS ISLAND: NO ►310 (written in words) Per Ton 00 &0 (written in numbers) Per Ton 3X 500 — 1,000 Tons FISHERS ISLAND: MO (wrien 41 v0d.$) Per Ton (written in words) Per Ton w8���� (written in numbers) Per Ton (written in numbers) Per Ton SOUTHOLD TOWN: 4X Over 1,000 Tons FISHERS ISLAND: .W " c��b �j o '010 (writigh Q words) Per Ton (written in words) Per Ton �f 56,4-0 &) o g Cb -- (written in numbers) Per Ton (written in numbers) Per Ton BID #3 COLD MILLING & REMOVAL SOUTHOLD TOWN: " ,..;L0.ez,;L, (written in words) Per Sq Yd (written in numbers) Per Sq Yd FISHERS ISLAND: Nu 8 vo (written in words) Per Sq Yd tui) 8 0 (written in numbers) Per Sq Yd Hot Mix Asphalt Concrete Ttem # 5 "Type 6 Top" Year 2015-16 2X 250 — 500 Tons SOUTHOLD TOWN: FISHERS ISLAND: fja -6-M (written in words) Per Ton (written in words) Per Ton on Gv0 (written in numbers) Per Ton (written in numbers) Per Ton 3X 500 — 1,000 Tons SOUTHOLD TOWN: FISHERS ISLAND: (written in words) Per Ton 6y 6 G 10 (written in words) Per Ton 00 cltz (written in numbers) Per Ton (written in numbers) Per Ton 4X Over 1,000 Tons SOUTHOLD TOWN: FISHERS ISLAND: (written in words) Per Ton y►y IC)y!D (written in words) Per Ton (written in numbers) Per Ton (written in numbers) Per Ton BID #2 FURNISH AND PLACE THE FOLLOWING WITHIN HOT Mix ASPHALT CONCRETE "Type 6 Top" which includes Tack Coat application MADE WITH AN ALLOTMENT OF (30% OF RAP) RECYCLED ASPHALT PRODUCT INCLUDED IN THE MIXTURE 2X 100 — 250 Tons SOUTHOLD TOWN: FISHERS ISLAND: (written in words) Per Ton (written in words) Per Ton (written in numbers) Per Ton (written in numbers) Per Ton 7 Hot Mix Asphalt Concrete Item # 5 "Type 6 Top" Year 2015-16 BID #4 PAVEMENT KEY CUT SOUTHOLD TOWN: FISHERS ISLAND: 6-10 JJo 13 LD (written in words) Per Linear Foot (written in words) Per Linear Foot �� 00 6l'0 (written in numbers) Per Linear Foot (written in numbers) Per Linear Foot BID #5 HOT RUBBERIZED CRACK SEALING SOUTHOLD TOWN: FISHERS ISLAND: wa -6'W U b 6kc) (written in words) Per Linear Foot (written in words) Per Linear Foot (written in numbers) Per Linear Foot (written in numbers) Per Linear Foot 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 agrrMment may extend this time period. Signature of Bidder: f/� zy -W1 Business Address: 0,),4 - �JonTtk-L W(, l L I V6 Telephone Number: U d -;[-Z3 - 0 6-'I Date: ��1� 6 , ';L-01,15 I Hot Mix Asphalt Concrete "Type 6 Top" 1. DESCRIPTION Item # 5 Year 2015-16 Bids are requested for the purchase and placement of Asphalt Concrete Pavement, Type 6, for the use in repair & maintenance of the Town Highways and related parking facilities for a period of one (1) year beginning on the date that the contract was executed. All Asphalt Concrete shall be delivered and machine spread upon the surface of roads, driveways, parking fields, street intersections or any other areas requiring pavement within Town right-of-ways or any other areas under the jurisdiction of the Commission of Public Works where and as required. 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 % 111 100 -- 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 Mixing & Placing Temperature Range - degrees F 250-325 NOTE: At No Time Will any Recycled Material (RAP) be used without the permission of the Superintendent of Highways 3. WEATHER LIMITATIONS The material shall be placed only when: 1. The road surface and atmospheric temperatures are at least 45 degrees F 2. The weather is not foggy or raining. 3. There is no forecast of temperatures below 32 degrees F within 48 hours from the time of placement of the Asphalt Concrete Material. 4. EQUIPMENT, DELIVERY & APPLICATION All asphalt concrete pavement materials shall be delivered and placed in select quantities at a time, place and thickness as specified by the Southold Town Highway Superintendent. No materials will be delivered on Saturdays, Sundays or Holidays except in the case of an emergency. Asphalt Plants must have adequate capacity and sufficient storage for the items to be furnished. 10 Hot Mix Asphalt Concrete Item # 5 "Type 6 Top" Year 2015-16 BID #4 PAVEMENT KEY CUT SOUTHOLD TOWN: FISHERS ISLAND: (written in words) Per Linear Foot (written in words) Per Linear Foot (written in numbers) Per Linear Foot (written in numbers) Per Linear Foot BID #5 HOT RUBBERIZED CRACK SEALING SOUTHOLD TOWN: FISHERS ISLAND: (written in words) Per Linear Foot (written in words) Per Linear Foot (written in numbers) Per Linear Foot (written in numbers) Per Linear Foot 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: Hot Mix Asphalt Concrete Item # 5 "Type 6 Top" Year 2015-16 All work shall commence within five (5) Calendar days after receipt of written order. Any reason for delay in work shall be submitted to the Town in writing explaining the delay. If the reason is not acceptable to the Town, work must continue without any further delay. Bituminous pavers shall be self -powered units, provided with an activated screed or strike -off assembly. The machine shall be capable of spreading and finishing courses of bituminous plant mix material in lane widths up to twelve (12') feet or thickness up to four (4") inches as may be specified by the Highway Superintendent. After placement, the Asphalt Concrete Material shall be thoroughly and uniformly compacted with an approved vibrator type or static steel wheel roller conforming to section 401-3.12 of the NYSDOT construction manual to obtain a thoroughly compacted pavement. All manholes, catch basins, curbs and other structures shall be protected against the application of asphalt concrete material. 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. BIDDER QUALIFICATIONS The bidder will be required to show, to the satisfaction of the Superintendent of Highways, that he is a responsible contractor experienced in the kind of work to be performed; that he is financially able to execute the contract; and that he has adequate equipment and fixed storage facilities to satisfactorily and efficiently perform the work as directed within the specified time limits. The bidder must state exact location of his Plant Facilities. 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 the Town of Southold from the date of award up to and 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 of compacted material in place. The unit price per ton shall include the cost of furnishing all materials, equipment, labor and incidentals necessary to complete the work. Hot Mix Asphalt Concrete "Type 6 Top" 9. TRAFFIC MAINTENANCE Item # 5 Year 2015-16 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. 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 0 Hot Mix Asphalt Concrete Item 4 5 "Type 6 Top" Year 2015-16 All work shall commence within five (5) Calendar days after receipt of written order. Any reason for delay in work shall be submitted to the Town in writing explaining the delay. If the reason is not acceptable to the Town, work must continue without any further delay. Bituminous pavers shall be self -powered units, provided with an activated screed or strike -off assembly. The machine shall be capable of spreading and finishing courses of bituminous plant mix material in lane widths up to twelve (12) feet or thickness up to four (4") inches as may be specified by the Highway Superintendent. After placement, the Asphalt Concrete Material shall be thoroughly and uniformly compacted with an approved vibrator type or static steel wheel roller conforming to section 401-3.12 of the NYSDOT construction manual to obtain a thoroughly compacted pavement. All manholes, catch basins, curbs and other structures shall be protected against the application of asphalt concrete material. 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. BIDDER QUALIFICATIONS The bidder will be required to show, to the satisfaction of the Superintendent of Highways, that he is a responsible contractor experienced in the kind of work to be performed; that he is financially able to execute the contract; and that he has adequate equipment and fixed storage facilities to satisfactorily and efficiently perform the work as directed within the specified time limits. The bidder must state exact location of his Plant Facilities. 8. 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 the Town of Southold from the date of award up to and 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 of compacted material in place. The unit price per ton shall include the cost of furnishing all materials, equipment, labor and incidentals necessary to complete the work. Hot Mix Asphalt Concrete Item # 5 "Type 6 Top" Year 2015-16 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 TA of the (Name 014gnatory) Be authorized to sign and submit the bid (Name of Corporation) Or proposal of this corporation for the following Project: Item # 5 Hot Mix Asphalt Concrete "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 3e_tp, co ffi5t7't _corporation at a meeting of the Board of Directors, held on the day of U'y, sj� , 20 V-. 13 Hot Mix Asphalt Concrete "Type 6 Top" (SEAL OF THE CORPORATION) Laws of New York, 1965 Ch. 751, Sec. 103-d, as amended & effective on September 1, 1965. Item # 5 Year 2015-16 Signature 14 Hot Mix Asphalt Concrete Item # 5 "Type 6 Top" Year 2015-16 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 (Name of signatory) (Name of Corporation) Or proposal of this corporation for the following Project: of the r - Be authorized to sign and submit the bid Item # 5 Hot Mix Asphalt Concrete "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 meeting of the Board of Directors, held on the of , 20 day corporation at a 13 Hot Mix Asphalt Concrete "Type 6 Top" Item # 5 Year 2015-16 ITEM NO. 5 SPECIFICATIONS FOR THE PURCHASE & APPLICATION OF ASPHALT ROAD MATERIALS HOT MIX ASPHALT CONCRETE "Type 6 Top" 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. Hot Mix Asphalt Concrete Item # 5 "Type 6 Top" Year 2015-16 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. Hot Mix Asphalt Concrete "Type 6 Top" Item # 5 Year 2015-16 ITEM NO. 5 SPECIFICATIONS FOR THE PURCHASE & APPLICATION OF ASPHALT ROAD MATERIALS HOT MIX -ASPHALT -CONCRETE "Type 6 Top" 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 Hot Mix Asphalt Concrete "Type 6 Top" E. AWARD OF CONTRACT Item # 5 Year 2015-16 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 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 Hot Mix Asphalt Concrete "Type 6 Top" E. AWARD OF CONTRACT Item # 5 Year 2015-16 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 be1awarded 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:altproposals.-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 constriction program and other items, the accurate amount of which it will be difficult or impossible to compute. The amount of Hot Mix Asphalt Concrete Item # 5 "Type 6 Top" Year 2015-16 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 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 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 Hot Mix Asphalt Concrete Item # 5 "Type 6 Top" Year 2015-16 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. Not Mie: Asphalt Concrete Wrype 6 Top» DATE: 6 NAME OF BIDDER: Item # 5 Year 2015-16 PROPOSAL FORM TO: SOUTHOLD TOWN BOARD TOWN HALL PO 13OX 1179 53095 MAIN ROAD SOUTHOLD, NEW YORK It 971 MEMBERS OF THE BOARD: NOTE: All items listed herein must be bid, Failure to bid any item will be grounds for disqualification. 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, HOT Mix ASPHALT CONCRETE, "Type 6 Top", IN ACCORDANCE WITH TIIE PROJECT REQUIREME,NI'S. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THESTIPULATED CUM'ULAT'IVE "UNIT PRICE" OF: BID At FURNISII AND PLACE THE FOLLOWING WITHIN_ IIOT Mix .ASPHALT CONCRKI'.E "Type 6 Top" which includes 'Pack Coat application MADE WIf`>I'H ALL (VIRGIN MATERIALS) SOUTIIOLD TOWN: t\ro (written in words) Per Ton (written in numbers) Per Ton 2x 100 — 250 Tors FISHERS ISLAND: u (written in words) Per Ton J�() (written in numbers) Per Ton C 6T0/t002 deo •CMH ATOM-.nOV ;0 UMOZ 091T694T£9 XV9 TE ;6 NOTA GTOZ/6Z/90 Not Mix Asphalt Concrete Item # 5 "Type 6 Top" Year 2015-16 SOU I.'HOLD TOWN: ? O (written in words) Per Ton 2X 250 — 500 Tons FISIIERS ISLAND., Ds AAAA " -WA--o LafTj (written in words) Per Tun (written in number's) Per Ton (written in numbers) Per Ton 3X SOUTHOLD TOWN: (written in cards) Per Ton 500 —1,000 Tons FISHERS � �, IS ..AND: � dAfi6 an - -ma (written in words) Per. Ton -ILWO (written in numbers) Per Tran (written in numbers) Per Ton 4X Over 1,000 Tons SOUTHOLD TOWN: FISRERS ISLAND; W '3J ur[Mks am z� (written in words) Per Ton (written in words) Per Ton 4 -I(J,(,r, (written in numbers) Per Ton (written in numbers) Per Ton BID #2 FURNISH AND PLACE THE FOLLOWING WITHIN I 10 Mix ASPHALT CONCRETE "Type 6 Top" which includes 'rack Croat application MADE WITH AN ALLOTMENT OF (30% OF RAP') RECYCLED ASPHALT PRODUCT INCLUDED IN THE MIXTURE SOUTHOLD TOWN_ 0 pith (v,g-itten in wordy) Per Ton 2X 100 — 250 'Pons FISHERS ISLAND: b (written in words) per Ton (written in numbers) Per Ton _ (written in numbers) Per Ton 610/8000 dea XMH piom4nos ;o uAox 06L'miE9 xray ici6 How STOz/6x/90 Hot Mix Asphalt Concrete Item # 5 `'Type 6 Top" Year 2015-16 2X 250 - 500 Tons SOUTHOLD TOWN: I HERS ISLAND:C �1 n ,*7,QA1 lza�eSs Vlg-f f (written in words) Per Ton (written in words) Per Ton (written in numbers) Per Ton (written m numbers) Per Ton 3X 500 -1,000 Tons SOUTHOLD TOWN: FISHERS ISLAND: (written in words) Per Ton (written in words) Per Ton Q�Q, 00 (written in numbers) Per Ton (written in numbers) Per Ton 4X Over 1,000 Tons SOUTHOLD TO'W FISHERS ISLAND. boAta �a eil�ts d d (written in words) Per Ton (written in worsts) Per Ton (written in numbers) Per Ton (written in numbers) Per Ton BID COLA MILLING & REMOVAL SOUTHOLD TOWN: (written n words) Per Sq Yd (written in numbers) Per Sq Yd FISHERS ISLAND: (written in words) Per Sq Yd aj-- (writ-ten-in-numbers) _ . (written in numbers) Per Sq Yd STQ/6000 dea SmH piou4nos ;o uxox oSLTS9LTE9 xva Te ;6 KoW Stoz/6Z/90 Hot Mix Asphalt Concrete "Type 6 Top„ BID #4 PAVEMENT KE, Y CUT Item # 5 Year 2015-16 SOUTIIOLD T0WN: FISHERS ISLAND: (written in words) Per Linear Foot (written in words) Pcr Linear Foot .� �,w Do (written its nuinbeis) Per Linear Foot (written in numbers) Per Linear Foot BID #5 HOT RUBBERIZED CRACK SRALIN SOUTHOLD TOWN: wo BIS (written in words) Per Linear Foot FISHERS ISLAND: rt kw " T_ (written in words) Per Linear Foot (written in numbers) Per Linear Foot (written in numbers) Per Linear Foot 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: 16 LMU�C LO Telephone Number, Date: �a �� 9 S10/0100 dQa AAH pt®g4nag 90 UMcs QS4ZS94ZE9 xv3 ZE:6 RON STOZ163/90 Hot Mix Asphalt Concrete "Type 6 Top" 1, DESCRiP110N Item # 5 Year 2015-16 Bids are requested for the purchase and placement of Asphalt Concrete Pavement, Type 6, for the use in repair & maintenance of the Town Highways and related parking facilities for a period of one (1) year beginning on the date that the contract was executed. All Asphalt Concrete shall be delivered and machine spread upon the surface of roads, driveways, parking fields, street intersections or any other areas requiring pavement within Town right-of-ways or any other areas under the jurisdiction of the Commission of Public Works where and as required. 2. MXI'ERIALS Bituminous Asphalt concrete pavement shall be equal to NYSDOT - Type 6 meet or exceed the following requirements; ASPI•IALT CONCRETE PAVEMENT Screen General limits Job Mix Sizes % Passing Total % ]PI 100 -- 1/211 95-100 -- 1 /411 65-85 +/-7 1/81' 36-65 -F/- 7 No. 20 15-39 +/-7 No. 40 5-27 +1-7 No. 80 4-16 +/-4 No. 200 2-6 +/- 2 Asphalt Content, % 5.8-7.0 +/-4 Mixing & Placing Temperature Range - degrees F 250-325 NOTE: At No Time Will any Recycled Material (RAP) be used without the permission of the Superintendent of Highways 3. WEATHER LIMITATIONS The material shall be placed only when; 1. The road surface and atmospheric temperatures are at least 45 degrees F 2. The weather is not foggy or raining. 3. There is no forecast of temperatures below 32 degrees F within 48 hours from the time of placement of the Asphalt Concrete Material, 4. EQUIPMENT, DELIVERY & APPLICATION All asphalt concrete pavement materials shall be delivered and placed in select quantities at a time, place and thickness as specified by the Southold Town Highway Superintendent. No materials will be delivered on Saturdays, Sundays or Holidays except in the case of an emergency. Asphalt Plants must have adequate capacity and sufficient storage for the items to be fu mished, s10i1100 daa AAH 910g4n09 ;o u,Kos OGLTOLZB9 KVd TB :6 NON SZ09/6z/90 Hot Mix Asphalt Concrete Item # 5 "Type 6 Top" Year 2015-16 All work shall commence within five (5) Calendar days after receipt of written order. Any reason for delay in work shall be submitted to the 'Town in writing explaining the delay, If the reason is not acceptable to the Town, work must continue without any further delay. Bituminous pavers shall be sell -powered units, provided with an activated screed or strike -off assembly, The machine shall be capable of spreading and finishing courses of bituminous plant mix material in lane widths up to twelve (12) feet or thickness up to four (4") inches as may be specified by the Highway Superintendent. After placement, the Asphalt Concrete Material shall be thoroughly and uniformly compacted with an approved vibrator type or static steel wheel roller conforming to section 401-3.12 of the NYSDOT construction manual to obtain a thoroughly compacted pavement. All manholes, catch basins, curbs and other structures shall be protected against the application of asphalt concrete material. 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 ConUactor 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, BIDDER QUALIFICATIONS The bidder will be required to show, to the satisfaction of the Superintendent of Highways, that he is a responsible contractor experienced in the kind of work to be performed; that he is financially able to execute the contract; and that he has adequate equipment and fixed storage facilities to satisfactorily and efficiently perform the work as directed within the specified time limits, The bidder must state exact location of his Plant Facilities. S. 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 the Town of Southoldfrom the date of award up to and 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 of compacted material in place. The unit price per ton ,shall include the cost of furnishing all materials, equipment, labor and incidentals necessary to complete the work. 11 GTO/Z101M d®a +CMH PTOM4=9 ;0 UA01 09LT59LTE9 XVd TE 16 NON STOZ/69/90 I -tot Mix Asphalt Concrete "Type 6 Top" ). "1RAFFIC MAINTENANCE Iter, # 5 Year 2015-16 The contractor shall be responsible for providing maintenance and protection of vehicular and pedestijan 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. NOTE: The winning bidder will supply the Highway Department with daily mix reports showing the composition of the asplialt mix that day, and endeavor to submit them to us along with the invoices submitted for payment. END OF SPECIFICATION 12 GTO/ET00 doa A+x PTO -q4=9 WO UAOX OGLTG9LTE9 XVa zE :d Hon ATOE/6Z/90 Hot Mix Asphalt Concrete Item # 5 °`Type 6 Top" Year 2015-16 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 oil 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 tiny natter 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 tnith 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 ame of signatory) bBe authorized to sign and submit the bid (Mine of Corpora io or proposal of this corporation for the following Project: Item # 5 Hot Mix Asphalt Concrete Wl'ype 6 Top" Peconic Lane, Peconic, New York 11958 and to include in such bid or proposal the certificatwas to non-dollusion required by section one -hundred -three - d (103-d) of the General Municipal Law as the act and decd of such corporation, and for any inaccuracies or miss -statements in such certificate this corporate bidder shall be liable under the penalties of perjury. L L� The foregoing is true and correct copy of the resolution adopted by Qt V, (& b'9pn n at a meeting of the Board of Directors, held on the 1 __ __ _ _ day of `fri A-\ , 20C __- 13 6Z0/Vlom dOG XAH pTOM4=9 ;0 UA01 051169LZE9 xu,a zE :s NON 6IOVW90 Slot Mix Asphalt Concrete "Type 6 Top" (SEAL OF THE CORPORATION) Laws of New York, 1965 Ch. 751, Sec. 103-d, as a mended & effective on September 1, 1965. Item # 5 Year 2015-16 :5�� Si#hature 14 STo/SZom d®a AAH pTOM4=9 ;® UA OX 05LZMZE9 XVd ZE ;$ NOES SZQZ/6Z/90 tl*;11� W&WPAVING TRUiCKS POV YEAR MAKE MODEL.- VIN PLATE # 610 2010 FORD, DONNXS EXPEDITION ---WHITE lFMJtf2A5.7AEA60769 97CF09 011 2010 FORD JIM'S EXPEDITION - GRAY 1WmA53w00685 K65389 012 2009 FORD F350 X;CAB UTILITY- IFDSX35R99EA07120 4890CA 013 FREIGHTLINER 2006 GMC 2004 014 2008 FORD F350 kCAB FLATBED'DUALLY. C/C 1FDWX31kX8E698534 K60338 015 2007 KENWORTH TRIAXLE IINKDXBEX . 87A6913S 477.914 .016 '2007 GMC 3500 MASON DUMP 1GDjK34u87E127133 K41976 017 2007 GMC 3500 MASON .DUMP IGDjK34UO7E-111055 X429,75 018 2006 DODGE. RAM 3500 X -CAB DUALLY 307MX48C16G135355 K34069 029 2006 FORD F350 UTILITY'L/B 1FrWF31P46EA66892 K70850 020 2006 GMC SIERRA 2500 L/B IGTHK24U46E208965 98073 021 1996 CHEVY S40 1GCCS1446TKi32229 K71423 022 :2004 FORD F350 X -CAB GAS S/B 1-FTSX31L64EC92851 .995.XUX- 023 2003 FORD F350 L/B 1FTSF31L83EA46409 :8cB854. 024 2001, FORD F350 UTILITY DUALLY 1FDWF37F81EC46587 176219 02S 2601 FORD F350.X-CAB UTILITY DUALLY 1FTWX33F82E13087% 'K30113 626 2001 FORD F350 GAS L/B IFTSF31 1. L01ED23308 97491C 027 2001 FORD. F350 )( -CAB DUALLY iFTM3 3F21ED08236 91CF53 -028 '2000 FREIGHTLINER TRIAXLE FV4FDYB6YLF29984. 35955A 029 -2007 KENWORTH TRIAXLE 1NKDXBTX17JI84675 -55295A 030 .2000 FORD F350 L/B IFTSF31F6YEB66436 77CX26 031 1999 KENWORTH TRIAXLE iNKI)LI36)(9XI830295 35956A, 032 1998. DODGE RAM 2500 L/B 3B7KF26,D3WM - 204827 7 , 2CM06 033, 2007 KENWORTH TRIAXLE 1NKDXBTX27JI81638, 55243A 034 035 036 037 038 039 040 041 044 043 044 045 046 047 048 049 050 051 052 053 054 oss 056 057 058 1996 FORD F35P FLATSED DUALLY, 2FTHF36F5TCA63364 K61229, I9 -Z,4 14 2003: FORD WAYNE'S? TAURUS IVAHP;-qf]X!qAl itA77A qRrr-5kA 1989. INTERNATIONAL 2007 KENWORTH 1987 PETERBUILT 2007 DODGE 1997 INTERNATIONAL 2002 GMC FORD 2003 GMC 1996 VOLVO 12611 FORD 1996 CHEVY 201-2 FORD 2007 FREIGHTLINER 2006 GMC 2004 FORD :2013 FORD 2004 FORD 53906 SIMI-ItEL DUMP' TRIAXLE PETERBIUILT 379 TRACTOR SIT 3500 UTILITY -DUALLY C/C 4700 T444E . SIX WHEEL -P ' UW SIERRA 2500 X -CAB S/0 F350 UTILITY DUALLY SIERRA 2500 X -CAR S/8 FUEL TANKER TRUCK F350 X -CAB UTILITY 1500 X -CAB FLARESIDE F550 MASOWDUMP M2.406 FLATBED SIERRA 3500 X -CAB DUALLY RANGER X -CAB LINDA'S EXPLORER SPORT F350 DUALLY UTILITY C/C iHTLQTV I NOKH678018. 1NKDXBEX37J175375., 552921A, 1Xp5D29X3HN217237 50063A 3D6WH46A27G793764, K74882 INTSCA13MOWI-150095t K75319 IGTHK29U12E2-83965 X75342, IFDWF37R78EA15457 K74871 1GTHK29103E189387 K41098 4U5DCFPF3UR733915 1FD7)3FrXBEC47945 4094CG 2GBEK19-R9T1244749 6929CL 1FDljF5HT,5(;EB33271 K81548 1FVACWCS87HX71561 K96403 1GTIK33D46F154957 K81900 IFTZR45E.X4PA6820.1 K88914 1FM5K8GT8QGB9-5918 K88911 2FbWF37PX4EC33940. K96014 059 .2006 FORD F350.MASON DUMP 1FTWF33P16EA16559 K88915 060 2009 FORD EXPLORER 1FMEU73E89UA30262- K98016 061 2006 MACK CV713 TRIAXLE 1M2AG11C26MO39023 54097A 062 2006 KENWORTH T800 TRACTOR 3WKDD9OX46F138344 53680 A 063- 2003 FORD F350 MASON DUMP 1FDWF36P23EC56539 K86682 064 2004 FORD F750 SERVICE TRUCK 3FRXF75354VS89751 K95286 066 2004 FORD F350 XO -CAB S/B GAS iFTSW31L44EB49991. K96382 066 1988 INTERNATIONAL (MODEL 1.954/ WATER -TRUCK. 1HTLDTVN3JH604317 507 067 1991 FREIGHTLINER ENTYRE/TACKTRUCK lFV6HFAAONL467409 K98465. 068 1994 INTERNATIONAL 4900/FUELTRUCK 1HTTSOAAN85HG46777 509 069 -2013 .FORD F350X-CAB.UTILITY C/C 1FD8X3HTODEB16558 K98018 .070 2000 PETERBILT 379 "TRACTOR 1XPSPBOXOIN564317 54624A 071- 2004 FORD E150 VAN 1FTRE1W14HB11841 K98478 072 2001 DODGE- 15004X4 3B7HF13Z71J566945 K98477 073 1998 CHEVY 1500 4X4 2GCEK19R9W123S419 96CT22 074 2004 FORD F250 AT&L SHOW TRUCK 1FTNX21C64EB38088 L12940 075 2013 FORD DONNA'S F25O ECOBOOST 1FTFW1ET9D0C08558 K98019 076 2004 FORD F250 UTILnY GAS 1FTNF21L24E808024 014339 077 2006 FORD. F350 X -CAB UTILTIY S/B 1FTWX31PX6EA70796 K98022 078 2002 FORD F250 X -CAB S/B lFTNX21L82EA70129 K98023 079 2004 FORD F450 MASON DUMP 1FDUF7PO4ED48179 113591 080 2004 FORD F35U'MASON DUMP 1FDWF37P24EC32472 L12347 -+081 2008 FORD F350.XCAB UTILITY DUALLY 1FTWW33R68EB65831 K86331 082 -2012 FORD F250 L/8 IFTBF2B65CEB51508 K98025 '083 2010 FORD F350 FLATBED DUALLY 1FDWF3HYZAEBZ0404 K98024 084 2010 MERCURY WAYNE'S GRAND MARQUIS 2MEBM7FVXAX632403 K98021 085 2003 FORD F350GAS .UTI LITY IFDSF35L83ED01632 L14868 086, 2006 FORD F350 UTILITY DUALLY 1FDWF37P67EA79602 087' 1982 INTERNATIONAL S SERIES 1HTAA19E4CHA12377 L22449 088 2004, FORD T450 MASON DUMP 1FDXF47P34ED50458 L23090 089- -2012 FOR F350 DUALLY UTILITY 1FDRF3HT7CE825621 L16324 090 2011 FORD F350 X-CAB,DUALLY 1F?8X3DT5BEA41332 L16543 091, 2005 FORD F650 DUMP 3FRWF65T75V204057 L18206 B&W EQUIPMENT PO#. YEAR MAKE MODEL VIIN OR SERIAL # P„LATE.# 500 1999 BANDIT WOOD CHIPPER TRAILER 4FMUS1510XR014240 501 1.999 816 TEX 50LA:16 LANDSCAPE TRAILER 4K8NX1627X1C42575 V54305 502 20144.JOHN DEERE 135 EXCAVATOR (NEW) 1FF1356XCEE400476. 503 2007 CARMATE CM820EGL BOX TRAILER 5A3C820D87L002891 V83042 504 2010 CARMATE CM820EGL BOX TRAILER 5A3C82OD6AL000175 V91367 505 1999 CPS DUMP TRAILER 4Z4515225XP002150 V92118 506 2001 DYNAPAC CC -102 ROLLER 60115170 507 2001 DYNAPAC CC102 ROLLER 60113865 508. 1989 EAGER BEAVER LOW BED TRAILER 112SC0439KT031496 V88243 509 '2006 HAULMARK RACE TRAILER 16HG536386H142598 V90359 510 2014 JOHN DEERE 135G EXCAVATOR 1FF135GXLEE400442 511 .2009 HITACHI ZX225 EXCAVATOR PF01GFQ118018 512 1971 HOME MADE UTILITY TRAILER 555130 555130 513 1998 HOME MADE WATER TRAILER CT37928 V67392 5 err � • r r e r ���� � 517 2003 HUDSON DHD14 TILT TRAILER IOHHD140731000055 V65231 518 2005 INGERSOLL RAND SD -701. ROLLER 184936 $19 2006 INGERSOLL-RAND DD-90HF ROLLER 8289 520 1986 INGERSOLL RAND DA-48,.ROLLER 51805 521 2001 INGERSOLL RAND DD=22 ROLLER 194871 522 '2008 INGERSOLL RAND: DD-34HF ROLLER 181595 523 -2008 INGERSOLL RAND SD-77DX ROLLER 194347 524 1999 JOHN DEERE 160LC-EXCAVATOR P00160X041029 525 1994 JOHN DEERE 444E -LOADER CK444EX000130 526 2001 JOHN DEERE 160LC EXCAVATOR P00160X041674 527 2004 JOHN DEERE 650J XLT DOZER 6512 PIN #T0650JX102228 528 2005 JOHN DEERE- 30OD.HAULTRUCK BE30ODT201226 529 2005 JOHN,DEERE 300D HAUL TRUCK 201224 530 2008 JOHN DEERE 544J LOADER DW544JZ516375 531 1992 JOHN DEERE 624E LOADER DW624EB526221 532 2009 JOHN DEERE SOD MINI EXCAVATOR FFOSODX270661 533 1996 JOHN DEERE 544G LOADER DW544GB557565 5$4 1995 KOMATSU WA -380 LOADER A46001 535 2008 KAUFMAN HP20TN TRAILER 5VGFH312X8L002032 -V90304 538 2009 LEEBOY 8515 PAVER 8515R-55194 539 2013 HITACHI ZX350 LC=5 EXCAVATOR (MEW) 1FFDDC70EDE930400 540 1996 JOHN DEERE 544G LOADER DWS44GB555909 541 2007 NEW HOLLAND 1_185 SKIDSTEER N7M447207 S42 2008 NEW HOLLAND L180 SKIDSTEER N8M489139 543 1999.JOHN DEERE 544H LOADER DW544HX572644 544 1998 NEW HOLLAND LX885 SKIDSTEER 116254 545 1998 JOHN DEERE 544H LOADER 1W544HX568061 546 2004 TAKEUCHI TBl-35-MINIEXCAVATOR 13511545 547 2004 TRIMAC 1200 HAMMER 166188 548 2009 TRIMAC 90® HAMMER 164932 549 2008 VIBROTECH SCM=758 SCREENER 08=136=SCM-75 550 2007 JOHN DEERE 41OG BACK HOE ID# 6509 PIN-#T0410GX899595 551 1996 MAXUM PERFECT EXCUSE — BOAT 552 1999 INGERSOLL RAND P185WJD AIR COMPRESSOR TRAILE1303963UHJ221 V68210 553 2005 FINN T75T — HYDROSEED-TRAIL_ER SE267 V94568, 554 2010 MCMILLEN EARTH AUGER X1475 W%12"&_8" BI 250979 555 ALL RENTAL EQUIPMENT USE PO -#555 556 is`,,... .., .. w .:.. 557 1998 JOHN DEERE 160LC-EXCAVATOR P00160X040649 558 2008 HAMM HD -10C ROLLER H1701250 559 1999 JOHN DEERE 544H LOADER 6WS44HXS71830 560 1994 JOHN DEERE 544G LOADER DW544GD540769 561 562 1991 CLARK C500=Y50 FORKLIFT 355-0524-5S05FA 563 2006 NEW HOLLAND L180:SKID5TEER 43958 564 2002 LESCO LTL25O'LEAF VACUUM TRAILER 072125QJ191S2004 565 2006 HITACHI 19OW ZAXIS RUBBER'TI-RE EXCAVATI FFOCCBQ001170 566 2010 JOHN DEERE HH50 HAMMER TOHH50X130080 567 2001 HOLDER C240SIDEWALK'MACHINE 202001286 568 1993 JOHN DEERE 5446 LOADER DW544GB539996 569 2003 HOLDER 242 POWER ANGLE BLADE SANDER 202001819 570 571 1993 JOHN DEERE- 5446 LOADER DWS44GB543753 572 2007 HOLDER 9.88 SIDEWALK. MACHINE 52410554H 573 1998 MT5 TRACKLESS W/BLOWER'& SANDER MTST 1354 '574 1997 .CAT 9286 LOADER W/BUCKET & TREESF 06XR00328 575 576 2011 CARMATE CM820EGL BOX TRAILER' SAX820D8BLO01151 V99841 577 578 2011 KAUFMAN TILTTRAILER SVGF0222XBL000793 V99183 5791 .2011 KAUFMAN TILT TRAILER 5VGFD2226BL000791 V-99182 580 2010 BIG TEX DUMP TRAILER '16VDS1425B2369608 581 2005 TRIMAC V45 HAMMER(270) 828 0662251 .582 1996 HOLDER SIDEWALK MACHINE 41460-326 583 584 2008 NEW HOLLAND C190 -TRACK SKI DSTEER NSM480431 585 586 587 588 589 590 591 592 593 594 595 596 597 598 599 600 601 602 603 2007 HITACHI 2000 JOHN DEERE 1999 AVENGER 2009 PJTRAILERS 2008 BLAW KNOX 2010 LEEBOY' 2006 HITACHI 1992 JOHN DEERE 1995 JOHN DEERE 2002 JOHN DEERE 2008 JOHN DEERE 2005 JOHN DEERE 2006 PEGSON. 2012EAGERBEAV 2012- LEEBOY 2012 JOHN DEERE '2013 CARMATE ZX350-3 EXCAVATOR 850 DOZER UTILITY TRAILER - GREEN U8202 LANDSCAPE TRAILER PF -5510 PAVER 851511 PAVER, ZX35OLC-3 EXCAVATOR 624EH LOADER 624G LOADER 544H LOADER 700J BULLDOZER 27OLC EXCAVATOR XA400 JAW CRUSHER 8515 ELECTRIC HEAT PAVER 500 MINI EXCAVATOR, CM822EGL BOX TRAILER FFO1V7QO51910 T0850CX888116 4T6LIB1226XM010282 4P5U8202692135854 1888182 8515R-69043' FF01V7Q050784- GW624EH536621 DW624GD554128 DW554HX583865 T0700JX171756 FF2700X702488 40.0029DEXA V92-132 V92119 112SE2462CLO77980 W11496&7 87254/ MOTOR# V3600TBU6814 1F0050DNKCG277331 5A3C$22D3DL001575 604 2011 MULTI QUIP RAMMAX ISIOCI TRENCH ROLLER 60306 605 2005 HITACHI ZX225USLC EXCAVATOR 606 2012 NEW HOLLAND = SKIDSTEER. JAFOL22SECM446991 607 2010 JOHN DEERE. SOD MINIEXCAVATORIFFO5ODXV0275178 631 008 D - EERE 2008 JOHN.DEERE 35D MINI EXCAVATOR FF0351)X260411 609 2012 NEW HOLLAND 1223 SKIDSTEER JAFOI_223HGM452528 620 2000 MSdINC 1,100 - - HYDROSEED TRAILER 1GMPF1925YD018106 611 2009 BOBCAT 570 SKIDSTEER A3W611686 612 .2003, CASE CX279 MINI EXCAVATOR PV10-27804 611 2006 JOHN DEERE: SOD MIN ' UEXCAVATOR� FFOSODX-245156 614 .2007 JOHN DEERE 624G LOADER DW624GDS_45209 615 2010 DOWN2EAATH LANDSCAPE TRA LER P 'I 5MYVV1215A8032862 616 :2011. BRI-MAR DUMP TRAILER -43YIjC1623CCO88O64 617 2013 DOWN EASTER LANDSCAPE TRAILER 5RSLU1929_DT000325 619 2606 INGERSOLL RAND- SD77-DXROLLER- 186615 610 -2004 HITACHI 27OLC EXCAVATOR ARV810066 620 1955 JOHN DEERE 544G LOADER DW544G-8539107 621 2009 JOHN DEERE 544K LOADER DW52404622007 622 2008 VOLVO. DD_qOHFROLLER. 198714 623 1006 BOBCAT Sigs SKIDSTEER 519034891 624 :1596 JOHN DEERE 5.44E LOADER DW544GB555119 625 2011 VOLVO DD38HF.ROLLER 275956 -626 2001 JOHN DEERE 544H LOADER DWS44HX580859 627 1999 TRACLESS M/T MTSTSIDEWALMACHINE 2185 628 .1999 TRACLESS M/f MT5T SIDEWALK MACHINE- 2002 629 2008 VOLVO DD118HF'ROLLER 199204 631 2007 NEW HOLLAND L.190 SKID STEER N7M459445 631 2012 HITACHI ZX22OLC-5 1FFDJ70LCE330074 ,633. 2013 DOWNEASTER LANDSCAPE TRAILER 5RSW1829DT000325 W1722O. 634 2013 DOWNEASTER LANDSCAPE TRAILER 5RSLUI827,DT000324 W17828 635 2000 HIfCHI EX330L05 lHlPO22073 636 2013 NEW HOLLAND L223 SKIDSTEER NDM474376 637 1998 TRACKLESS MTS'StDEWALK MACHINE 2309 638 2014 NEW HOLLAND L225 SKIDSTEER NEM47-9298 Hot Mix Asphalt Concrete "Type 6 Top" Item # 5 Year 2015-16 ITEM NO. 5 SPECIFICATIONS FOR THE PURCHASE & APPLICATION OF ASPHALT ROAD MATERIALS HOT MIX ASPHALT CONCRETE "Type 6 Top" NOTE: THE TOWN OF SOUTHOLD WILL ALSO REQUIRE +/- 3 0, 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. Hot Mix Asphalt Concrete Item # 5 "Type 6 Top" Year 2015-16 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 Hot Mix Asphalt Concrete "Type 6 Top" E. AWARD OF CONTRACT Item # 5 Year 2015-16 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 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 Hot Mix Asphalt Concrete Item # 5 "Type 6 Top" Year 2015-16 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. Hot Mix Asphalt Concrete Item # 5 "Type 6 Top" Year 2015-16 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 Hot Mix Asphalt Concrete "Type 6 Top" DATE: �JC� NAME OF BIDDER: TO: SOUTHOLD TOWN BOARD TOWN HALL PO BOX 1179 53095 MAIN ROAD SOUTHOLD, NEW YORK 11971 MEMBERS OF THE BOARD: PROPOSAL FORM cL-, i Item # 5 Year 2015-16 NOTE: All items listed herein must be bid. Failure to bid any item will be grounds for disqualification. 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, 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 FURNISH AND PLACE THE FOLLOWING WITHIN HOT Mix ASPHALT CONCRETE "Type 6 Top" which includes Tack Coat application MADE WITH ALL (VIRGIN MATERIALS) SOUTHOLD TOWN: (written in words) Per Ton n In oil-oz,hu 'Kd (written in numbers) Per Ton 2X 100 — 250 Tons FISHERS ISLAND: 0 (written in words) Per Ton u written in numbers ' c > Per Ton Glr 6 Hot Mix Asphalt Concrete Item # 5 "Type 6 Top" Year 2015-16 SOUTHOLD TOWN: Wtv �Ao(L dollov-s (written in rds) Per Ton 2X 250 — 500 Tons FISHERS ISLAND: g�uK written in words Per Ton q^. 4r - /I -- p- -\ If t 00 's (written in numbers) Per Ton (written in numbers) Per Ton 3X 500 — 1,000 Tons SOUTHOLD TOWN: FISHERS ISLAND: dol lays ind-rtc( do" (written in ords) Per Ton (written in words) Per Ton C, 1®0 L # cc) (written in numbers) Per Ton (written in numbers) Per Ton 4X Over 1,000 Tons SOUTHOLD TOWN: FISHERS ISLAND: N � I VC dGW4--V-S 'ne4 -o -��e- A dobia — (written in wo ds) Per Ton (written in words) Per Ton U, -*' ®D 3 (written in numbers) Per Ton (written in numbers) Per Ton BID #2 FURNISH AND PLACE THE FOLLOWING WITHIN HOT Mix ASPHALT CONCRETE "Type 6 Top" which includes Tack Coat application MADE WITH AN ALLOTMENT OF (30% OF RAP) RECYCLED ASPHALT PRODUCT INCLUDED IN THE MIXTURE 2X 100 — 250 Tons SOUTHOLD TOWN: FISHERS ISLAND: Q �� ��\�i"'s 711 e h1nd,)fd q,, C IS (written in w rds) Per Ton (written in words) Per Ton �0o C)0 (written in numbers) Per Ton (written in numbers) Per Ton Hot Mix Asphalt Concrete "Type 6 Top" SOUTHOLD TOWN: ki's (writte w s) Per Ton 5g0U (written in numbers) Per Ton SOUTHOLD TOWN:. w (written in wor_A Per Ton Item # 5 Year 2015-16 2X 250 — 500 Tons FISHERS ISLAND: (written in words) Per Ton 0 (written in numbers) Per Ton 3X 500 — 1,000 Tons FISHERS ISLAND: un (written in words) Per Ton (written in numbers) Per Ton (written in numbers) Per Ton 4X SOUTHOLD TOWN: lad (written in w s) Per Ton FLU4 Over 1,000 Tons FISHERS ISLAND: �Hnne�2 horde -CA (written in words) Per Ton -5-1-1 1b C, "�, (written in numbers) Per Ton (written in numbers) Per Ton BID #3 COLD MILLING & REMOVAL SOUTHOLD TOWN: FISHERS ISLAND: � ov- 0 U ays 0 Ve O A no f (written in words) Per Sq Yd (written in words) Per Sq Yd (written in numbers) Per Sq Yd (written in numbers) Per Sq Yd Hot Mix Asphalt Concrete "Type 6 Top" BID #4 PAVEMENT KEY CUT SOUTHOLD TOWN: :� c�Jg afA(,C"Otn (written in words) Per Linear Foot Item # 5 Year 2015-16 FISHERS ISLAND: 0a bi 6' (written in words) Per Linear Foot (written in numbers) Per Linear Foot (written in numbers) Per Linear Foot BID #5 HOT RUBBERIZED CRACK SEALING SOUTHOLD TOWN: a yh ce-vi (written in words) Per Lie Foot FISHERS ISLAND: V-) 0 to d C� (written in words) Per Linear Foot (written in numbers) Per Linear Foot (written in numbers) Per Linear Foot 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 inrpy extend t4is time period. Signature of Bidder: C-9'�Q-/ Business Address: �� g cf/I 06/- LIe /V y Telephone Number: (3 Date: � l) /moi O/ VT X Hot Mix Asphalt Concrete "Type 6 Top" 1. DESCRIPTION Item # 5 Year 2015-16 Bids are requested for the purchase and placement of Asphalt Concrete Pavement, Type 6, for the use in repair & maintenance of the Town Highways and related parking facilities for a period of one (1) year beginning on the date that the contract was executed. All Asphalt Concrete shall be delivered and machine spread upon the surface of roads, driveways, parking fields, street intersections or any other areas requiring pavement within Town right-of-ways or any other areas under the jurisdiction of the Commission of Public Works where and as required. 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 % 111 100 -- 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 Mixing & Placing Temperature Range - degrees F 250-325 NOTE: At No Time Will any Recycled Material (RAP) be used without the permission of the Superintendent of Highways 3. WEATHER LIMITATIONS The material shall be placed only when: 1. The road surface and atmospheric temperatures are at least 45 degrees F 2. The weather is not foggy or raining. 3. There is no forecast of temperatures below 32 degrees F within 48 hours from the time of placement of the Asphalt Concrete Material. 4. EQUIPMENT, DELIVERY & APPLICATION All asphalt concrete pavement materials shall be delivered and placed in select quantities at a time, place and thickness as specified by the Southold Town Highway Superintendent. No materials will be delivered on Saturdays, Sundays or Holidays except in the case of an emergency. Asphalt Plants must have adequate capacity and sufficient storage for the items to be furnished. 10 Hot Mix Asphalt Concrete Item # 5 "Type 6 Top" Year 2015-16 All work shall commence within five (5) Calendar days after receipt of written order. Any reason for delay in work shall be submitted to the Town in writing explaining the delay. If the reason is not acceptable to the Town, work must continue without any further delay. Bituminous pavers shall be self -powered units, provided with an activated screed or strike -off assembly. The machine shall be capable of spreading and finishing courses of bituminous plant mix material in lane widths up to twelve (12) feet or thickness up to four (4") inches as may be specified by the Highway Superintendent. After placement, the Asphalt Concrete Material shall be thoroughly and uniformly compacted with an approved vibrator type or static steel wheel roller conforming to section 401-3.12 of the NYSDOT construction manual to obtain a thoroughly compacted pavement. All manholes, catch basins, curbs and other structures shall be protected against the application of asphalt concrete material. 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. :'�ffli1-' 1W. 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. BIDDER QUALIFICATIONS The bidder will be required to show, to the satisfaction of the Superintendent of Highways, that he is a responsible contractor experienced in the kind of work to be performed; that he is financially able to execute the contract; and that he has adequate equipment and fixed storage facilities to satisfactorily and efficiently perform the work as directed within the specified time limits. The bidder must state exact location of his Plant Facilities. 8. 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 the Town of Southold from the date of award up to and 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 of compacted material in place. The unit price per ton shall include the cost of furnishing all materials, equipment, labor and incidentals necessary to complete the work. Hot Mix Asphalt Concrete "Type 6 Top" 9. TRAFFIC MAINTENANCE Item # 5 Year 2015-16 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. 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 12 V Hot Mix Asphalt Concrete Item # 5 "Type 6 Top" Year 2015-16 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 A `e— of the (Name of signatory) Na Be authorized to sign and submit the bid (Name of Corp ration) Or proposal of this corporation for the following Project: Item # 5 Hot Mix Asphalt Concrete "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. n / The foregoing is true and correct copy of the resolution adopted by - q2_201' � rporarion at a meeting �f the Board of Directors, held on the day of , 20 Q 13 Hot Mix Asphalt Concrete "Type 6 Top" (SEAL OF THE CORPORATION) Laws of New York, 1965 Ch. 751, Sec. 103-d, as amended & effective on September 1, 1965. Item # 5 Year 2015-16 14 #12303 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 18th day of June, 2015. Sworn to before me this Principal Clerk day ofAJ-,Z2'015. COZE�l CHRISTINA VOLINSKI NftPY PUBLIC -STATE OF NEW YORK Nb, 01V06105050 tuallflitd in Suffolk County MV E"Fn'A s'%,h Rites Februafy 28, 2016 f "Thursday, July 2, 2015, at which tirue tHey •°^ will be opened and read aloud in public;: _ „ ._._.. _ �~ , The Town Board" of theTown of South- .i LEGAL NOTICE 'old reserves the right, to reject any and all NOTICE TO BIDDERS :bids and waive. -any and all informalities NOTICE IS HEREBY GIVEN`in ac- - in any bid should it be.deented in the.best : `s cordance with the.pro'visions of`Section interest of theTown of Southold to do so. 103 of 6e''eneral Municipal Law, that, „ All bids mustibe signed and sealed in } sealed.bids are soughi and requested for envelo'p'es" plainly, marked with the type , furnishing -and placingwithintheTownof of road .U66tment and item # being bid, Southold, the following road treatments: on, and'�submitted to the Office of the ? 2. Oil &"Stone Town Clerk. .. 5.T -�If of Miie Asphalt Con- � The bid price shall not include any tax,, "tretefederal, state,'or locali from which. the .; S. Type 6 Asphalt,(town.pick up) Town of Southold.is exempt. ' Specifications may be obtained at.the Aated:June2,2015 I' Office of the Town Clerk,Town of South- ELIZABETH A. NEVILLE old, Town Hall, 53695 Main R6ad,6outh-,' SOUTHOLD TOWNCI 8RK , old, New York 11971, Monday- ihrou' h' 12303-1T 648_' .Friday, 8:00 am to 4:00 pm j' The sealed bids, together with a Non- ;. Collusive Bid Certificate, and bank dr 1 { certified checl . or -bid bond 'in the amount s r : of $100.00: will be received by the"Town•', 'Clerk of theTown ofSouthold at theSouth- old Town Hall,`PO Box 1179',-53'095 Main ; Road, Souihold, Nexv York, until 2..-00 P.M., Principal Clerk day ofAJ-,Z2'015. COZE�l CHRISTINA VOLINSKI NftPY PUBLIC -STATE OF NEW YORK Nb, 01V06105050 tuallflitd in Suffolk County MV E"Fn'A s'%,h Rites Februafy 28, 2016 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 111h day of June , 2015, 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. Road Treatment # 5 af L, �)L - zabeth A. Neville Southold Town Clerk Sworn before me this 111h day of June , 2015. V Notary Public LYN®A M. RUDDER N0113ry Public, State of New York No. 01 RU6020932 Qualified in Suffolk County Commission Expires March 8, 2017 Hot Mix Asphalt Concrete "Type 6 Top" - Furnish only Item # 8 Year 2015-16 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. Hot Mix Asphalt Concrete Item # 8 "Type 6 Top" - Furnish only Year 2015-16 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. 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 "Type 6 Top" - Furnish only Item # 8 Year 2015-16 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 "Type 6 Top" - Furnish only Item # 8 Year 2015-16 Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. Public Liability and Property Damage Insurance: The Contractor shall take out and maintain during the life of this Contract such Public Liability and Property Damage Insurance as shall protect him and any subcontractor performing work covered by this Contract from claims for damages four personal injury including accidental death as well as from claims for property damage which may arise from operations under this Contract, whether such operations be by himself or by any subcontractor, to by anyone directly or indirectly employed by either of them, and the amounts of such insurance shall be as follows: Public Liability Insurance in an amount of not less than One Million Dollars ($1,000,000.00) for bodily injuries, including wrongful death to each person and subject to the same limit for each person in an amount not less that One Million Dollars. ($1,000,000.00) on account of each accident. Property Damage Insurance in an amount not less than One Million Dollars ($1,000,000.00) for damages on account of each accident and in an amount of not less than One Million Dollars ($1,000,000.00) for damages on account of all accidents. Liability and Property Damage Insurance: The above policies for Public Liability and Property Damage Insurance must be so written to include Contractor's Protective Liability and Property Damage insurance to protect the Contractor against claims arising from the operations of a subcontractor. The policies shall also name the Town of Southold as an additional insured. Owner's Protective Public Liability and Property Damage Insurance: The Contractor shall furnish to the Owner, with respect to the operations he or any of his subcontractors perform a regular Protective Public Liability Insurance Policy for, and in behalf of the Owner, providing 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. 0 Hot Mix Asphalt Concrete "Type 6 Top" - Furnish only DATE: NAME OF BIDDER: TO: SOUTHOLD TOWN BOARD TOWN HALL PO BOX 1179 53095 MAIN ROAD SOUTHOLD, NEW YORK 11971 QTY�707111IIa0,107_1110 Item # 8 Year 2015-16 PROPOSAL FORM NOTE: All items listed herein must be bid. Failure to bid any item will be grounds for disqualification. 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, 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 Hot Mix Asphalt Concrete Item # 8 "Type 6 Top" - Furnish only Year 2015-16 BID #2 SUPPLY LABOR AND MATERIAL TO FURNISH "Type 6 Top" INTO SOUTHOLD TOWN HIGHWAY TRUCKS MADE WITH AN ALLOTMENT OF (30% 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: 39 Hot Mix Asphalt Concrete Item # 8 "Type 6 Top" - Furnish only Year 2015-16 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 "Type 6 Top" - Furnish only Item # 8 Year 2015-16 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: Hot Mix Asphalt Concrete Item # 8 "Type 6 Top" - Furnish only Year 2015-16 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 # 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 0 Hot Mix Asphalt Concrete "Type 6 Top" - Furnish only (SEAL OF THE CORPORATION) Laws of New York, 1965 Ch. 751, Sec. 103-d, as amended & effective on September 1, 1965. Item # 8 Year 2015-16 Signature 10 Rudder, Lynda From: Reisenberg, Lloyd Sent: Friday, June 12, 2015 10:39 AM To: Rudder, Lynda Subject: RE. Road Treatments.doc for publication Posted Llovd H. Reisenberg Network and Systems Adrninistrator Town of Southold, New York www.southoldtownny.gov Iloydr@southoldtownny.gov 0: 631-765-1891 1 M:63 t-879-1554 I F: 631-765-5178 CONFIDENTIALITY NOTICE: This communication with its contents may contain confidential and/or legally privileged information. It is solely for the use of the intended recipient(s). Unauthorized interception, review, use or disclosure is prohibited and may violate applicable laws including the Electronic Communications Privacy Act. If you are not the intended recipient, please contact the sender and destroy all copies of the communication. From: Rudder, Lynda Sent: Friday, June 12, 2015 9:25 AM To: Orlando, Vincent; Jim Dinizio; Beltz, Phillip; Cushman, John; Doherty, Jill; Duffy, Bill; Ghosio, Bob; Kiely, Stephen; Krauza, Lynne; Louisa Evans; Michaelis, Jessica; Reisenberg, Lloyd; Russell, Scott; Standish, Lauren; Tomaszewski, Michelle; Tracey Doubrava (tdoubrava@timesreview.com); William Ruland Subject: Road Treatments.doc for publication Please publish in the 6/18 edition of the Suffolk times and the town website, thank you. Rudder, Lynda From: Cerria Torres <ctorres@timesreview.com> Sent: Friday, June 12, 2015 9:30 AM To: Rudder, Lynda; Orlando, Vincent; Jim Dinizio; Beltz, Phillip; Cushman, John, Doherty, Jill, Duffy, Bill; Ghosio, Bob, Kiely, Stephen; Krauza, Lynne; Louisa Evans; Michaelis, Jessica; Reisenberg, Lloyd; Russell, Scott; Standish, Lauren, Tomaszewski, Michelle; Tracey Doubrava; William Ruland Subject: Re: Road Treatments.doc for publication This notice has been scheduled to publish in the Suffolk Times on 6/18/2015. Thankyou IMF TIMES ,,,,REVIEW =? MEDIA GRQVP Cerria Orientale Torres Display Ad Coordinator 631.354.8011 (D) ctorresCoMirriesreview.corn legaIs timesreview.corn www.timesreview.com From: <Rudder>, Lynda Rudder <Iynda.rudder@town.southold.nv.us> Date: Friday, June 12, 2015 9:24 AM To: "Orlando, Vincent"<vincent.orlando@town.southold.ny.us>, Jim Dinizio <jim@iamesdinizio.com>, "Beltz, Phillip" <Phillip.Beltz@town.southold.ny.us>, "Cushman, John" <John.Cushman(c@town.southold.ny.us>, "Doherty, Jill" <iill.dohertv@town.southold.ny.us>, "Duffy, Bill" <billd@southoldtownny.gov>, "Ghosio, Bob" <bob.ghosio@town.southold.nv.us>, "Kiely, Stephen" <stephen.kiely@town.southold.nv.us>, "Krauza, Lynne" <lynne.krauza@town.southold.nv.us>, Louisa Evans <lpevans06390@gmail.com>, "Michaelis, Jessica" <jessicam@southoldtownny.gov>, "Reisenberg, Lloyd" <Lloyd.Reisenberg@town.southold.ny.us>, "Russell, Scott" <Scott.Russel l@town.southold.ny.us>, "Standish, Lauren" <Lauren.Standish@town.southold.ny.us>, "Tomaszewski, Michelle" <michellet@town.southold.nv.us>, Times Review <tdoubrava@timesreview.com>, William Ruland <rulandfarm@vahoo.com> Subject: Road Treatments.doc for publication Please publish in the 6/18 edition of the Suffolk times and the town website, thank you. 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, July 2, 2015, 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 2, 2015 ELIZABETH A. NEVILLE SOUTHOLD TOWN CLERK PLEASE PUBLISH ON JUNE 18, 2015, AND FORWARD ONE (1) AFFIDAVIT OF PUBLICATION TO ELIZABETH NEVILLE, TOWN CLERK, TOWN HALL, PO BOX 1179, SOUTHOLD, NY 11971 Copies to the following: Suffolk Times Town Attorney John Cushman, Comptroller Brown's Letters Construction Data Town Board Members Superintendent of Highways Dodge Reports Burrelle's Information Services Town Clerk's Bulletin Board Southold Town Board - Letter aune�T F RESOLUTION 2015-528 ADOPTED Board Meeting of June 2, 2015 Item # 5.34 DOC ID: 10908 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2015-528 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON JUNE 29 2015: 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 2015-16. sow 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 June 3, 2015 Page 44