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