Loading...
HomeMy WebLinkAboutRoad Treatments Southold Town Board - Letter Board Meeting of August 15, 2017 RESOLUTION 2017-714 Item# 5.13 3 ADOPTED DOC ID: 13296 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2017-714 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON AUGUST 15, 2017: RESOLVED that the Town Board of the Town of Southold hereby accepts the following bid for Item #5, Type 6 Asphalt Road Treatment: Corazzini Asphalt Southold Fishers Island Virgin Materials 100-250 ton $114.00 $375.00 250-500 ton $98.00 $335.00 500-1000 Ton $90.00 $290.00 over 1000 Ton $90.00 $290.00 30% RAP 100-250 ton $95.00 $299.00 250-500 ton $85.00 $295.00 500-1000 Ton $80.00 $260.00 over 1000 Ton $77.40 $260.00 Bid# 3 $4.00 $20.00 Bid#4 $8.00 $90.00 Bid# 5 $1.20 $7.00 Bid# 6 $120.00 Elizabeth A. Neville Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: James Dinizio Jr, Councilman SECONDER:William P. Ruland, Councilman AYES: Dinizio Jr, Ruland, Doherty, Ghosio, Evans, Russell Generated August 16, 2017 Page 20 ELIZABETH A. NEVILLE, MMC �Sgff k.4� Town Hall,53095 Main Road TOWN CLERK �� �� P.O. Box 1179 Southold,New York 11971 cc REGISTRAR OF VITAL STATISTICS Fax(631)765-6145 MARRIAGE OFFICER ®,� ® ®� Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER ®,� y,� www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD August 28, 2017 DeLalio Coal & Stone Inc dba South Fork Asphalt 224A North Main Street Southampton,NY 11968 Dear Sir: At the regular Town Board meeting held on August 15, 2017, the Town Board accepted the bid of Corazzini Asphalt for Item#5, Type 6 Asphalt. A certified copy of the resolution is enclosed. The bid deposit is being returned to you. Thank you for your bid. Very truly yours, Lynda M Rudder Deputy Town Clerk Ens. ��9EE04� ELIZABETH A. NEVILLE, MMC �� d�� Town Hall,53095 Main Road TOWN CLERK P.O.Box 1179 Southold,New York 11971 COD REGISTRAR OF VITAL STATISTICS Fax(631)765-6145 MARRIAGE OFFICER ®,� ��� Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD t August 28, 2017 Corazzini Asphalt PO Box 1251 Cutchogue, NY 11935 Dear Sir: Congratulations. At the regular Town Board meeting held on August 15, 2017, the Town Board accepted the bid of Corazzini Asphalt for Item #5, Type 6 Asphalt. A certified copy of the resolution is enclosed. The bid deposit is being returned to you. Thank you for your bid. Very truly yours, -Y Lynda M Rudder Deputy Town Clerk Ens. ELIZABETH A. NEVILLE, MMC ®� �� Town Hall,53095 Main Road TOWN CLERK �� �� P.O.Box 1179 Southold,New York 11971 REGISTRAR OF VITAL STATISTICS g Fax(631)765-6145 MARRIAGE OFFICER ,�. �� Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER ®,l �� www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD August 28, 2017 Rosemar Construction 56 Pine St East Moriches, NY 11940 Dear Sir: At the regular Town Board meeting held on August 15, 2017, the Town Board accepted the bid of Corazzini Asphalt for Item#5, Type 6 Asphalt. A certified copy of the resolution is enclosed. The bid deposit is being returned to you. Thank you for your bid. Very truly yours, U Lynda M Rudder Deputy Town Clerk Ens. ELIZABETH A. NEVILLE, MMC ®� '^®�� Town Hall,53095 Main Road TOWN CLERK P.O.Box 1179 Southold,New York 11971 REGISTRAR OF VITAL STATISTICS CIO Fax(631)765-6145 MARRIAGE OFFICER Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER ®� �`�� www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD August 28, 2017 Suffolk Asphalt 30A N. Dunton Avenue Bedford,NY 11763 Dear Sir: At the regular Town Board meeting held on August 15, 2017, the Town Board accepted the bid of Corazzini Asphalt for Item#5, Type 6 Asphalt. A certified copy of the resolution is enclosed. The bid deposit is being returned to you. Thank you for your bid. Very truly yours, Lynda M Rudder Deputy Town Clerk Ens. SAFF04 ELIZABETH A. NEVILLE, MMC ®� ®�� Town Hall, 53095 Main Road TOWN CLERK P.O.Box 1179 Southold,New York 11971 REGISTRAR OF VITAL STATISTICS coo Fax(631)765-6145 MARRIAGE OFFICER ,�i ® ®�• Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD August 28, 2017 East Island Asphalt Corp PO Box 124 Speonk, NY 11972 Dear Sir: Congratulations. At the regular Town Board meeting held on August 15, 2017, the Town Board accepted the bid of East Island Asphalt Corp for Item#8, Type 6 Asphalt, bid 91. A certified copy of the resolution is enclosed. The bid deposit is being returned to you. Thank you for your bid. Very truly yours, Lynda M Rudder Deputy Town Clerk Ens. ELIZABETH A. NEVILLE, MMC ®������®���®� Town Hall 53095 Main Road TOWN CLERK �� �� P.O.Box 1179 cz Southold,New York 11971 coo REGISTRAR OF VITAL STATISTICS Fax(631)765-6145 MARRIAGE OFFICER ®sof+ ® ®�� Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD August 28, 2017 Corazzini Asphalt PO Box 1251 Cutchogue, NY 11935 Dear Sir: Congratulations. At the regular Town Board meeting held on August 15, 2017, the Town Board accepted the bid of Corazzini Asphalt for Item#8, Type 6 Asphalt, bid #2. A certified copy of the resolution is enclosed. The bid deposit is being returned to you. Thank you for your bid. Very truly yours, Lynda M Rudder Deputy Town Clerk Ens. Southold Town Board - Letter Board Meeting of August 15, 2017 RESOLUTION 2017-713 Item # 5.12 � Y � • E yy°f f ia°� ADOPTED DOC ID: 13295 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2017-713 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON AUGUST 15, 2017: RESOLVED that the Town Board of the Town of Southold hereby accepts the following bids for Item#8, Type 6 Asphalt, to be picked up by the Town: East Island Asphalt Corp Bid #1 $85.00 Corazzini Asphalt Bid 92 $72.00 Elizabeth A. Neville Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: Robert Ghosio, Councilman SECONDER:Louisa P. Evans, Justice AYES: Dinizio Jr, Ruland, Doherty, Ghosio, Evans, Russell Generated August 16, 2017 Page 19 ELIZABETH A.NEVILLE,MMC may® �/y Town Hall,53095 Main Road TOWN CLERK ® P.O.Box 1179 CA = Southold,New York 11971 REGISTRAR OF VITAL STATISTICS S • Fax(631)765-6145 MARRIAGE OFFICER � ®t' Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD BID OPENING July 20, 2017 at 2:00 Pm #8 Type 6 Asphalf(town pick up) Two (2) bids were received: Bid#1 Bid#2 East Island Asphalt Corp PO Box 124 Speonk,NY 11972 $85.00 $83.00 Corazzini Asphalt PO Box 1251 Cutchogue,NY 11935 $95.00 $72.00 i, W /p ELIZABETH A.NEVILLE,MMC �� V �� Town Hall,53095 Main Road TOWN CLERK P.O.Box 1179 Cs Southold,New York 11971 REGISTRAR OF VITAL STATISTICS p ® Fax(631)765-6145 MARRIAGE OFFICER Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOM%�WNEOLD July 20, 2017 at 2:00 pm #5 Type 6 Top Four (4) bids were received: Town Fishers Island Rosemar Construction 56 Pine St East Moriches,NY 11940 Virgin Materials 100-250 ton $125.00 400.00 250-500 ton $110.00 350.00 500-1000 Ton $98.00 350.00 over 1000 Ton $92.00 350.00 30% RAP 100-250 ton $150.00 400.00 250-500 ton $100.00 350.00 500-1000 Ton $90.00 350.00 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 Bid# 6 $25.00 t ni Asphalt - 1281ue,NY 11935 Virgin Materials 100-250 ton $114.00 375.00 250-500 ton $98.00 335.00 500-1000 Ton $90.00 290.00 over 1000 Ton $90.00 290.00 30% RAP 100-250 ton $95.00 299.00 250-500 ton $85.00 295.00 500-1000 Ton $80.00 260.00 1 over 1000 Ton $77.40 260.00 Bid# 3 $4.00 20.00 Bid# 4 $8.00 90.00 Bid# 5 $1.20 7.00 Bid# 6 $120.00 Suffolk Asphalt 30A N. Dunton Avenue Bedford,NY 11763 Virgin Materials 100-250 ton $190.00 370.00 250-500 ton $190.00 315.00 500-1000 Ton $115.00 290.00 over 1000 Ton $104.00 265.00 30% RAP 100-250 ton $170.00 350.00 250-500 ton $170.00 295.00 500-1000 Ton $95.00 270.00 over 1000 Ton $85.97 245.00 Bid# 3 $4.50 15.00 Bid# 4 $5.00 15.00 Bid# 5 $2.50 7.50 Bid# 6 $100.00 DeLalio Coal & Stone Inc dba South Fork Asphalt 224A North Main Street Southampton,NY 11968 Virgin Materials 100-250 ton $118.00 - - - 250-500 - -250-500 ton $100.00 - - - 500-1000 - -500-1000 Ton $97.00 - - - over 1000 Ton $92.00 - - - 30% - -30% RAP 100-250 ton $96.00 - - - 250-500 - -250-500 ton $90.50 - - - 500-1000 - -500-1000 Ton $85.00 - - - over 1000 Ton $83.50 - - - Bid# 3 $5.00 - - - Bid#4 $10.00 - - - Bid# 5 $ - - - - - - Bid# 6 $40.00 ELIZABETH A. NEVILLE, MMC �� ®� Town Hall,53095 Main Road TOWN CLERK �� �� PO.Box 1179 cz Southold,New York 11971 REGISTRAR OF VITAL STATISTICS � Fax(631)765-6145 MARRIAGE OFFICER e�?+ ®� Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER °�®� �� www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD August 25, 2017 Corazzini Asphalt PO Box 1281 Cutchogue,NY 11935 Dear Sir: Congratulations. At the regular Town Board meeting held on August 15, 2017, the Town Board accepted the bid of Corazzini Asphalt for Oil and Stone Road Treatment. A certified copy of the resolution is enclosed. The bid deposit is being returned to you. Thank you for your bid. Very truly yours, Lynda M Rudder Deputy Town Clerk Ens. Southold Town Board - Letter Board Meeting of August 15, 2017 '..F.`` RESOLUTION 2017-707 Item # 5.6 D ADOPTED DOC ID: 13291 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2017-707 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON AUGUST 15, 2017: RESOLVED that the Town Board of the Town of Southold hereby accepts the bid of Corazzini Asphalt for Item#2, Oil and Stone: Southold Town Fishers Island Liquid Asphalt $4.90/sq yd $7.90/sq yd Schim Mix $115.00/ton $300.00/ton Fog Coat $25.00/ga ,r $100.00/ga �'f.?�� Elizabeth A. Neville Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: Louisa P. Evans, Justice SECONDER:Robert Ghosio, Councilman AYES: Dinizio Jr, Ruland, Doherty, Ghosio, Evans, Russell Generated August 16, 2017 Page 13 �ogVFFO(1rco ELIZABETH A.NEVILLE,MMC �.�® ea Town Hall,53095 Main Road TOWN CLERKo= P.O.Box 1179 to Z Southold,New York 11971 REGISTRAR OF VITAL STATISTICS • . Fax(631)765-6145 MARRIAGE OFFICER Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER �0.( �►� www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD BID OPENING July 20, 2017 at 2:00 PM 92 Oil & Stone One (1) bid was received Southold Town Fishers Island f I Corazzini Asphalt Liquid Asphalt $4.90/sq yd $7.90/sq yd PO Box 1281 Schim Mix $115.00/ton $300.00/ton Cutchogue, NY 11935 Fog Coat $25.00/ga $100.00/ga f . I i II ®ofFO`��0 ELIZABETH A.NEVILLE,MMC �y� r/y Town Hall,53095 Main Road TOWN CLERKo= P.O.Box 1179 H Southold,New York 11971 REGISTRAR OF VITAL STATISTICS • Fax(631)765-6145 MARRIAGE OFFICER ®l �a®� Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD BID OPENING Item #7 Type II Micro-Surfacing Bid Opening 7/20/2017 at 2:00 PM One (1) bid received BID # 1 Option#1 Option#2 Thomas Gannon& Sons Southold $4.49 $2.81 PO Box 505 Fishers Is. $5.50 $3.65 Middle Island,NY 11953 Bid# 2 Southold $1.23 Fishers Is. $1.85 ELIZABETH A. NEVILLE, MMC �t ®� Town Hall,53095 Main Road TOWN CLERK a� �� P.O. Box 1179 cz Southold,New York 11971 REGISTRAR OF VITAL STATISTICS J ® Fax(631)765-6145 MARRIAGE OFFICER ,d. ®�. Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD August 25, 2017 Thomas Gannon& Sons PO Box 505 Middle Island, NY 11953 Dear Sir: Congratulations. At the regular Town Board meeting held on August 15, 2017, the Town Board accepted the bid of Thomas Gannon& Sons for Type lI Micro- Surfacing. A certified copy of the resolution is enclosed. The bid deposit is being returned to you. Thank you for your bid. Very truly yours,' Lynda M Rudder Deputy Town-Clerk Ens. Southold Town Board - Letter Board Meeting of August 15, 2017 RESOLUTION 2017-708 Item# 5.7 ADOPTED DOC ID: 13292 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2017-708 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON AUGUST 15, 2017: RESOLVED that the Town Board of the Town of Southold hereby accepts the bid of Thomas H. Gannon & Sons, Inc., for the application of Polymer Modified Emulsified Asphalt Pavement Type II Micro-Surfacing within the Town of Southold, all in accordance with the bid specifications and Town Attorney, as follows: BID # 1 Option#1 Option#2 Thomas Gannon& Sons Southold $4.49 $2.81 Fishers Is. $5.50 $3.65 Bid#2 Southold $1.23 Fishers Is. $1.85 Elizabeth A. Neville Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: Robert Ghosio, Councilman SECONDER:Louisa P. Evans, Justice _ AYES: Dinizio Jr, Ruland, Doherty, Ghosio, Evans, Russell Generated August 16, 2017 Page 14 A Rudder, Lynda From: Orlando, Vincent Sent: Thursday, August 10, 2017 12:19 PM To: Rudder, Lynda Subject: Asphalt Bids Good Afternoon O, Please accept as is the following bids submitted. #8 Type 6 Asphalt(Town pick up) #7 Type II Micro –Surfacing #2 Oil Stone Reject all bid items #6 on (#5 Type 6 Top) #5 Type 6 Top Rosemar Construction low bid of bid #3 .......withdraws only low bids item.(seam sea[) Suffolk Asphalt Low Bid for item # 5..........withdraws/de only low bids item. (Key Cuts) With the 10% local Vender policy. Corazzini Asphalt is IcL — 6 Top Vincent Orlando Town of Southold Superintendent of Highways Office: _ vincent.oriando(a�-town.southold.ny.us CONFIDENTIALITY NOTICE: This communication with its contents may contain confidential and/or i 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. 2 #0002091300 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 weeks(s),successfully commencing on 07/13/2017 Principal Clerk Sworn to before me this dayofu gz /-q- V UR /INA�V5`LINSKI NOTARY PUBLIC-STATE OF NEW YORK No. 01V06105050 Quallfled In Suffolk County My COMMISOR 8881190 February 28,2020 TYPESET Mon Jul 10 15.12:35 EDT 2017 LEGAL NOTICE NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN,in accor- dance 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 fol- lowing road treatments. 2. Oil&Stone 5. Type 6 Top—Hot Mix Asphalt Concrete 7. Type 11 Micro-Surfacing 8. Type 6 Asphalt(town pick up) Specifications may be obtained at the Of- fice 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 20,2017,at which time they will be opened and read aloud in public The Town Board of the Town of Southold reserves the right to refect 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 en- velopes plainly marked with the type of road treatment and item#being bid on,and sub- mitted 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 July 5,2017 ELIZABETH A NEVILLE SOUTHOLD TOWN CLERK 2091300 >�I Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2017-18 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 +/- 309000 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. INSTRUCTIONS TO BIDDERS 1 Hot Mix Asphalt Concrete Item#5 ' "Type 6 Top" Year 2017-18 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 Cleric 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. E. AWARD OF CONTRACT 2 ` Hot Mix Asphalt Concrete Item#5 "Type 6 Top" Year 2017-18 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 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 3 i Hot Mix Asphalt Concrete Item#5 ' "Type 6 Top" Year 2017-18 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. 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 4 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2017-18 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 Prone 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 2017-18 PROPOSAL FORM DATE: d3,L q NAME OF BIDDER: Se Fc .A,�;,-; 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 #1 FURNISH AND PLACE THE FOLLOWING WITHIN HOT Mix ASPHALT CONCRETE "Type 6 Top" which includes Tack Coat and seam seal joint application MADE WITH ALL (VIRGIN MATERIALS) 100—250 Tons SOUTHOLD TOWN: FISHERS ISLAND: (written in words)Pe on (written in words) Per Ton (written in numbers) Per Ton (written in numbers)Per Ton 6 F Hot Mix Asphalt Concrete Item#5 "Type 6 Top" Year 2017-18 250–500 Tons SOUTHOLD TOWN: FISHERS ISLAND: `77 c •460.4 JV6 I7iGl (written in words)Per CD6n (written in words) Per Ton (written in numbers)Per Ton (written in numbers)Per Ton 500– 1,000 Tons SOUTHOLD TOWN: FISHERS ISLAND: 4-aZ3t VAn-r2jiO LIALA 00 (written in words) Per Ton (written in words) Per Ton (written in numbers)Per Ton (written in numbers)Per Ton Over 1,000 Tons SOUTHOLD TOWN: FISHERS ISLAND: 4�v c cr �jo 21-A (written i ords) Per Ton (written in words) Per Ton -S 479, — fic7 "hia (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 and seam seal joint application MADE WITH AN ALLOTMENT OF(30% OF RAP) RECYCLED ASPHALT PRODUCT INCLUDED IN THE MIXTURE 100–250 Tons SOUTHOLD TOWN: FISHERS ISLAND: 2tA44de4ZL -`-,d .',xvu-.& /fid Bid (written'W words)Per Ton (written in words) Per Ton AV (written in numbers) Per Ton (written in numbers) Per Ton 250–500 Tons 7 Hot Mix Asphalt Concrete Item#5 ' "Type 6 Top" Year 2017-18 SOUTHOLD TOWN: FISHERS ISLAND: (written words)Per Ton (written in words)Per Ton t ga 56 dj Ga •,i r (written in numbers) Per Ton (written in numbers)Per Ton 500— 1,000 Tons SOUTHOLD TOWN: FISHERS ISLAND: ."ec" W `iceA/c `Rod (wri n aWords) Per Ton (written in words)Per Ton ties � ryGy 3G1 (written in numbers)Per Ton (written in numbers)Per Ton Over 1,000 Tons SOUTHOLD TOWN: FISHERS ISLAND: (wri i ords)Per Ton (written in words) Per Ton fIr £3w �> dVt► ' gid' (written in numbers)Per Ton (written in numbers)Per Ton BID#3 COLD MILLING& REMOVAL SOUTHOLD TOWN: FISHERS ISLAND: jJ (written in words)Per Sq Yd (written in words) Per Sq Yd (written in numbers) Per Sq Yd (written in numbers) Per Sq Yd BID #4 8 AW Hot Mix Asphalt Concrete Item#5 "Type 6 Top" Year 2017-18 PAVEMENT KEY CUT SOUTHOLD TOWN: FISHERS ISLAND: v� (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 I&A 1v G SIA (written in numbers) Per Linear Foot (written in numbers)Per Linear Foot BID#6 SITE PREPARATION—COST PER SQUARE YARD. Site Preparation shall include the excavation of existing soil to a maximum depth of twelve (12") inches in depth as directed by the Town. Sub-soil shall be compacted and a four(4") inch lift of Recycled Concrete Aggregate meeting State DOT Specification shall be place, graded and compacted in preparation for the placement of asphalt pavement. Cost Per Square Yard ritten in words written in numbers 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 9 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2017-18 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 a e ent may extend is time period. Signature of Bidder: Business Address: _ .14 A kkV_w.Biu Telephone Number: 63i ,)-Z3-C,OW Date: csi,�a i"t, `j7 10 ! j Hot Mix Asphalt Concrete Item#5 "Type 6 Top" Year 2017-18 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% 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 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. 11 Hot Mix Asphalt Concrete Item#5 "Type 6 Top" Year 2017-18 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. 9. TRAFFIC MAINTENANCE 12 e Hot Mix Asphalt Concrete Item#5 "Type 6 Top" Year 2017-18 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 13 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2017-18 STATEMENT OF NON-COL.L. J4ION (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 p, (J0zti.JZ, Un— of the (Name f signatory) _NLS CokL+ &kti 5e•tcm Fo-g-tr-Asni%M-4- 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'baL%LW corporation at a meeting of the Board of Directors, held on the I'lAk day of Juin, , 20 V1 14 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2017-18 (SEAL OF THE CORPORATION) Laws of New York, 1965 Ch. 751, Sec. 103-d, as amended& effective on September 1, 1965. ignature 15 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2017-18 ITEM NO. S 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 Item# 5 "Type 6 Top" Year 2017-18 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 Item# 5 r "Type 6 Top" Year 2017-18 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 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 Hot Mix Asphalt Concrete Item# 5 ' "Type 6 Top" Year 2017-18 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 takeout and maintain during the life of this Contract, Workmen's Compensation Insurance for all his employees employed at the site of the project, and in case of any of the work being sublet, the Contractor shall require all subcontractors similarly to provide Workmen's Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. Public Liability and Property Damage Insurance: The Contractor shall take out and maintain during the life of this Contract such Public Liability and Property Damage Insurance as shall protect him and any subcontractor performing work covered by this Contract from claims for damages four personal injury including accidental death as well as from claims for property damage which may arise from operations under this Contract, whether such operations be by himself or by any subcontractor,to by anyone directly or indirectly employed by either of them, and the amounts of such insurance shall be as follows: Public Liability Insurance in an amount of not less than One Million Dollars ($1,000,000.00) for bodily injuries, including wrongful death to each person and subject to the same limit for each person in an amount not less that One Million Dollars. ($1,000,000.00) on account of each accident. Property Damage Insurance in an amount not less than One Million Dollars ($1,000,000.00) for damages on account of each accident and in an amount of not less than One Million Dollars ($1,000,000.00) for damages on account of all accidents. 4 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2017-18 Liability and Property amage 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 2017-18 PROPOSAL FORM DATE: riho l ri NAME OF BIDDER: SZ o �- n T-C- TO: cTO: 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#1 FURNISH AND PLACE THE FOLLOWING WITHIN HOT Mix ASPHALT CONCRETE "Type 6 Top" which includes Tack Coat and seam seal joint application MADE WITH ALL (VIRGIN MATERIALS) 100-250 Tons SOUTHOLD TOWN: FISHERS ISLAND: One E6444 A -rL 4A Pie- `FOIL-s 50--t- rid ire,l lr��g (written in words)Per Ton (written in words)Per Ton 400— (written in numbers) Per Ton (written in numbers)Per Ton 6 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2017-18 250—500 Tons SOUTHOLD TOWN: FISHERS ISLAND: (written in words)Per Ton (written in words)Per Ton � id� 350 (written in numbers)Per Ton (written in numbers) Per Ton 500— 1,000 Tons SOUTHOLD TOWN: FISHERS ISLAND: IOi& & kf -1—hre, N6ndmk 'RfJV Dollars (written in wor s)Per Ton (written in words) Per Ton 9$' 350 (written in numbers) Per Ton (written in numbers)Per Ton Over 1,000 Tons SOUTHOLD TOWN: FISHERS ISLAND: 0Two %)6-5 -fl.ree_ kw-re& r.A, flAgg (written in words)Per Ton (written in words)Per Ton 13 IS 0^ (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 and seam seal joint application MADE WITH AN ALLOTMENT OF (30% OF RAP) RECYCLED ASPHALT PRODUCT INCLUDED IN THE MIXTURE 100—250 Tons SOUTHOLD TOWN: FISHERS ISLAND: ra One Am rz rurw ipAi'S Jour Vt"re- imlars (written in words)Per Ton (written in words) Per Ton ISO, '400 (written in numbers)Per Ton (written in numbers) Per Ton 7 Hot Mix Asphalt Concrete Item#5 "Type 6 Top" Year 2017-18 250—500 Tons SOUTHOLD TOWN: FISHERS ISLAND: (written in words)Per Ton (written in words) Per Ton 100— 3!50T (written in numbers)Per Ton (written in numbers)Per Ton 500— 1,000 Tons SOUTHOLD TOWN: FISHERS ISLAND: 0,e q DoIlox-3 Trt� &J04 f;Pt, Do1�evS (written in words)Per Ton (written in words)Per Ton l0,", 35O (written in numbers) Per Ton (written in numbers)Per Ton Over 1,000 Tons SOUTHOLD TOWN: FISHERS ISLAND: €461a rive, 'S--�bIlan -F6re_ ia,m" 'Do 16rs (written in words)Per Ton (written in words)Per Ton 85 200" (written in numbers) Per Ton (written in numbers) Per Ton BID#3 COLD'MILLING & REMOVAL SOUTHOLD TOWN: FISHERS ISLAND: cel-JS en Mars (written in words) Per Sq d (written in words) Per Sq Yd 5© _!? I() (written in numbers)Per Sq Yd (written in numbers)Per Sq Yd 8 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2017-18 BID#4 PAVEMENT KEY CUT SOUTHOLD TOWN: FISHERS ISLAND: el Z�a1[a.cs -y"Ro 1:7)OUtLa (written in words)Per Linear Foot (written in words) Per Linear Foot t n SO_ (written in numbers)Per Linear Foot (written in numbers) Per Linear Foot I BID #5 HOT RUBBERIZED CRACK SEALING SOUTHOLD TOWN: FISHERS ISLAND: ue, ! QJlars (written in words) Per Linear Foot (written in words)Per Linear Foot l0 (written in numbers) Per Linear Foot (written in numbers) Per Linear Foot BID#6 SITE PREPARATION—COST PER SQUARE YARD. Site Preparation shall include the excavation of existing soil to a maximum depth of twelve (12") inches in depth as directed by the Town. Sub-soil shall be compacted and a four(4") inch lift of Recycled Concrete Aggregate meeting State DOT Specification shall be place, graded and compacted in preparation for the placement of asphalt pavement. Cost Per Square Yard ($) �i v Vzoe_ -DAL s 2s written in words written in numbers 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 9 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2017-18 proposal is a formal bid and shall remain ' fect for period of forty-five (45) days, the Town will accept or reject this proposal or by mutual a Bement is t' iod. Signature of Bidder: Business Address: SG Qy„v 3�-ee} P1 QY 111`10 Telephone Number: (431 bu-1323 Date: `]1 zoln 10 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2017-18 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% 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 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. 11 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2017-18 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 ofthe 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. 12 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2017-18 9. TRAFFIC MAINTENANCE The contractor shall be responsible for providing maintenance and protection of vehicular and pedestrian traffic associated with this work. Opening to traffic does not constitute acceptance of the work. The contractor shall also be responsible for providing all signage and traffic control during this work. 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 13 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2017-18 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) elief(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 Rtbll+ 6�ror_ of the (Name of signatory) ?,c 6!orNc-Jrv%r_b,&r�, `rte 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 Rase u,,— emiLsdnu.c.AAcorporation at a meeting of the Board of Directors,held on the Z t" day of 20 t'7 14 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2017-18 (SEAL OF THE CORPORATION) =J` Laws of New York, 1965 Ch. 751, Sec. 103-d, as amended& effective on September 1, 1965. Signature 15 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2017-18 ITEM NO. S 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 Item# 5 "Type 6 Top" Year 2017-18 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 Item# 5 "Type 6 Top" Year 2017-18 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 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 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2017-18 the certified check or bidder's bond accompanying the Proposal of such bidder shall be retained by the Town, not as a penalty, but as liquidated damages for such breach. In the event any bidder whose proposal shall, be accepted shall fail or refuse to execute the Contract as herein before provided, the Town may, at there option, determine that such bidder has abandoned the Contract, and thereupon, his proposal and acceptance thereof shall be null and void, and the Town shall be entitled to liquidated damages as above provided. J. PREVAILING WAGE RATES The New York State Department of Labor's Prevailing Wage Rate Schedules are part of this Contract. The Contractor is responsible for being familiar with the latest available schedules. INSURANCE REQUIREMENTS The Contractor shall not commence any work until he has obtained, and had approved by the Town of Southold, all of the insurance that is required under this contract which has been enumerated herein: COMPENSATION INSURANCE: Public Liability and Property Damage Insurance Contractor's Protective Liability and Property Damage Insurance Owner's Protective Public Liability and Property Damage Insurance The Contractor shall not permit any subcontractor to commence any operation of the site until satisfactory proof of carriage of the above required insurance has been posted with and approved by the Owner. Compensation Insurance: The Contractor shall take out and maintain during the life of this Contract, Workmen's Compensation Insurance for all his employees employed at the site of the project, and in case of any of the work being sublet, the Contractor shall require all subcontractors similarly to provide Workmen's Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. Public Liability and Property Damage Insurance: The Contractor shall take out and maintain during the life of this Contract such Public Liability and Property Damage Insurance as shall protect him and any subcontractor performing work covered by this Contract from claims for damages four personal injury including accidental death as well as from claims for property damage which may arise from operations under this Contract, whether such operations be by himself or by any subcontractor, to by anyone directly or indirectly employed by either of them, and the amounts of such insurance shall be as follows: Public Liability Insurance in an amount of not less than One Million Dollars ($1,000,000.00) for bodily injuries, including wrongful death to each person and subject to the same limit for each person in an amount not less that One Million Dollars. ($1,000,000.00) on account of each accident. Property Damage Insurance in an amount not less than One Million Dollars ($1,000,000.00) for damages on account of each accident and in an amount of not less than One Million Dollars ($1,000,000.00) for damages on account of all accidents. 4 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2017-18 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 2017-18 PROPOSAL FORM DATE: 7U �9 0 :DLC) n NAME OF BIDDER: Box l a J r q35 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 91 FURNISH AND PLACE THE FOLLOWING WITHIN HOT Mix ASPHALT CONCRETE "Type 6 Top" which includes Tack Coat and seam seal joint application MADE WITH ALL (VIRGIN MATERIALS) 100—250 Tons SOUTHOLD TOWN: FISHERS ISLAND: or)L iluady-(A (written in words) Per Ton (written in words) Per Ton (written in numbers) Per Ton (written in numbers) Per Ton 6 . Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2017-18 250— 500 Tons SOUTHOLD TOWN: FISHERS ISLAND: ef (written in w ds) PU Ton (written in words) Per Ton a (39 , 60 % -335 oa (written in numbers) Per Ton (written in numbers) Per Ton 500— 1,000 Tons SOUTHOLD TOWN: FISHERS ISLAND: P l�e (46 Qffvs D Athe OtdL(a� (written in wo ds) Per Ton (written in words) Per Ton I q0 , ®6 Fjgo ,. 6d (written in numbers) Per Ton (written in numbers) Per Ton Over 1,000 Tons SOUTHOLD TOWN: FISHERS ISLAND: My) do llav, -ruz i7an l �,'��. dollays- (written in w rds) Per Ton (written in words) Per Ton f 9 0e 0 0 IF d9�j0 Ou (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 and seam seal joint application MADE WITH AN ALLOTMENT OF (30% OF RAP) RECYCLED ASPHALT PRODUCT INCLUDED IN THE MIXTURE 100—250 Tons SOUTHOLD TOWN: FISHERS ISLAND: N ►ne-�N --(tee &b lka.v (written in words) Per Ton (written in words) Per Ton g5. 00 ` a9q. od (written in numbers) Per Ton (written in numbers) Per Ton 7 Hot Mix Asphalt Concrete Item # 5 "Type 6 Top" Year 2017-18 250— 500 Tons SOUTHOLD TOWN: FISHERS ISLAND: Ei �& � d-o LU VS Two hondm5liv)-dv WVodo1fqP-s- (writteWin iN ds) Per Ton (written in words) Per Ton I' F51o 6 " R 95 , 0-6 (written in numbers) Per Ton (written in numbers) Per Ton 500— 1,000 Tons SOUTHOLD TOWN: FISHERS ISLAND: El I A�� cUb Ua vs T-wo hu(4v-cd 5)�I-& dwaps (writt n words) Per Ton (written in words) Per Ton B °` ®, 00 (written in numbers) Per Ton (written in numbers) Per Ton Over 1,000 Tons SOUTHOLD TOWN: FISHERS ISLAND: S�c�r'1 S3 u-en doR aryFW0 dh6l t-eCf <Si 1C7�6 do Uat�� n (written inrds)) Per Ton (written in words) Per Ton —77 . (1QS 0 42670 d 01, (written in numbers) Per Ton (written in numbers) Per Ton BID #3 COLD MILLING & REMOVAL SOUTHOLD TOWN: FISHERS ISLAND: do((Q (written in words) Per Sq Yd (written in word ) Per Sq Yd (written in numbers) Per Sq Yd (written in numbers) Per Sq Yd g • Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2017-18 BID #4 PAVEMENT KEY CUT SOUTHOLD TOWN: FISHERS ISLAND: Fi�qh _dO (Jc7rs 6rd sYJ Q67 c-Wa ,�T (writtA in words) Per Linear Foot (written in word ) 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: 0l-w- doom and lzueny ce`,)h- Secwe,, d6 L(ays (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 #6 SITE PREPARATION—COST PER SQUARE YARD. Site Preparation shall include the excavation of existing soil to a maximum depth of twelve (12") inches in depth as directed by the Town. Sub-soil shall be compacted and a four(4") inch lift of Recycled Concrete Aggregate meeting State DOT Specification shall be place, graded and compacted in preparation for the placement of asphalt pavement. q ( ) ®lie. hundird -f�,� dol, IQ , C>� Cost Per Square Yard $ h � written in words written in numbers 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 9 Hot Mix Asphalt Concrete Item 4 5 "Type 6 Top" Year 2017-18 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: L Business Address: Dv--1 C�lC 1 Telephone Number: N— E�av� Date: -JV L4 0c) 10 • Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2017-18 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 % 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 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. 11 Hot Mix Asphalt Concrete Item # 5 "Type 6 Top" Year 2017-18 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. 12 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2017-18 9. TRAFFIC MAINTENANCE The contractor shall be responsible for providing maintenance and protection of vehicular and pedestrian traffic associated with this work. Opening to traffic does not constitute acceptance of the work. The contractor shall also be responsible for providing all signage and traffic control during this work. 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 13 Hot Mix Asphalt Concrete Item# 5 ' "Type 6 Top" Year 2017-18 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 ON Resolved that \ C,Vn Cts Q� L®�--(D�-.>_-?iL r\4 �� of the 1 A(Name of signatory[_)(2-0 _ q n- t 6` � �� C-. 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 ccy, (� � corporation at a meeting of the Board of Directors, held on the ao day of , 20_ 14 Hot Mix Asphalt Concrete =' Item# 5 "Type 6 Top" Year 2017-18 (SEAL OF THE CORPORATION) Laws of New York, 1965 Ch. 751, Sec. 103-d, as amended & effective on September 1, 1965. Signa e 15 i Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2017-18 ITEM NO. S SPECIFICATIONS FOR THE PURCHASE & APPLICATION OF ASPHALT ROAD MATERIALS HOT MIX ASPHALT CONCRETE; "Type 6 Top" NOTE: THE TOWN OF SOUTHOLD WILL ALSO REQUIRE +/- 309000 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 Item# 5 "Type 6 Top" Year 2017-18 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 ($ 10 0) 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 Item# 5 "Type 6 Top" Year 2017-18 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 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 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2017-18 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 amage 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 2017-18 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 2017-18 PROPOSAL FORM DATE: - 20 - 1 � NAME OF BIDDER: su r 1' I � P. 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 #1 FURNISH AND PLACE THE FOLLOWING WITHIN HOT Mix ASPHALT CONCRETE "Type 6 Top" which includes Tack Coat and seam seal joint application MADE WITH ALL (VIRGIN MATERIALS) 100—250 Tons SOUTHOLD TOWN: FISHERS ISLAND: ®/w: 01-1&-?A&9 Ni/`����'"ouC��nS �r�n/,` l'�v�✓yt �� L rTt'��c��� J (written in words) Per Ton (written in words) Per Ton 4 / 90 43 '70 (written in numbers) Per Ton (written in numbers) Per Ton 6 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2017-18 250-500 Tons SOUTHOLD TOWN: FISHERS ISLAND: D(yT dz1,V9A(--0rr'�"G'v- 4L l ffis�� y �C=/> �s'�-;L- �/Uc cJ (written in words) Per Ton (written in words) Per Ton -V / 9 ® 931 " (written in numbers) Per Ton (written in numbers) Per Ton 500- 1,000 Tons SOUTHOLD TOWN: FISHERS ISLAND: 0EJIV4/ [- �Vl~/_•o ���;��r QUC��^� O n,oit � l✓gr'G�r �vc��� J (written in words) Per Ton (written in words) Per Ton f4 // S f4 2 9 o (written in numbers) Per Ton (written in numbers) Per Ton Over 1,000 Tons SOUTHOLD TOWN: FISHERS ISLAND: Y11/VN/ y n (written in words) Per Ton (written in words) Per Ton f* / () y JwZ6S (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 and seam seal joint application MADE WITH AN ALLOTMENT OF (30% OF RAP) RECYCLED ASPHALT PRODUCT INCLUDED IN THE MIXTURE 100-250 Tons SOUTHOLD TOWN: FISHERS ISLAND: O.Ala. v/V�il/-D S���rf!" �yCc��� /(�n� c `/ i/���1_-0 ��ri r 0L)CLqVJ (written in words) Per Ton (written in words) Per Ton - 's ) -� 0 ro 3so (written in numbers) Per Ton (written in numbers) Per Ton 7 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2017-18 250—500 Tons SOUTHOLD TOWN: FISHERS ISLAND: r®u t -mss (written in words) Per Ton (written in words) Per Ton 4 / `? L-) rr295- (written in numbers) Per Ton (written in numbers) Per Ton 500— 1,000 Tons SOUTHOLD TOWN: FISHERS ISLAND: r r-Z r 6Lv 6,L/,C/--, r- ax (written in words) Per Ton (written in words) Per Ton 9Y 4 -2 --) ® (written in numbers) Per Ton (written in numbers) Per Ton Over 1,000 Tons SOUTHOLD TOWN: FISHERS ISLAND: G1(�Itj r 6-r-016 O,t`.gn� � N�N ;��r�lr- � w� v,,,o✓or-� fZ^i1` �'i�� (written in words) Per Ton (written in words) Per Ton -e) (written in numbers) Per Ton (written in numbers) Per Ton BID #3 COLD MILLING & REMOVAL SOUTHOLD TOWN: FISHERS ISLAND: `oti �U C C.A . S � C'1/�i►� ��/�-i S �` �i/-�r✓ y��}r► 1 (written in words) Per Sq Yd (written in words) Per Sq Yd o (written in numbers) Per Sq Yd (written in numbers) Per Sq Yd 8 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2017-18 BID #4 PAVEMENT KEY CUT SOUTHOLD TOWN: FISHERS ISLAND: yz-- A CC./�sr (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: 10A) 00u.1r �r� ¢�:-;�;r C�rT� ,✓ 9U t f f- j'-:7 r;rC�-T s (written in words) Per Linear Foot (written in words) Per Linear Foot 2 . (written in numbers) Per Linear Foot (written in numbers) Per Linear Foot BID #6 SITE PREPARATION— COST PER SQUARE YARD. Site Preparation shall include the excavation of existing soil to a maximum depth of twelve (12") inches in depth as directed by the Town. Sub-soil shall be compacted and a four (4") inch lift of Recycled Concrete Aggregate meeting State DOT Specification shall be place, graded and compacted in preparation for the placement of asphalt pavement. Cost Per Square Yard ($) 0rjr_ n oil I / () 0 written in words written in numbers 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 9 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2017-18 proposal is a formal bid and shall remain in effect for a period of forty-five (45) days, the Town will accept or reject this proposal or by mutual agreement may extend this time period. Signature of Bidder: Business Address: r �L'- Telephone Number: 631 — U J Date: Zy 1 10 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2017-18 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 % F1 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. 11 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2017-18 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. 12 4 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2017-18 9. TRAFFIC MAINTENANCE The contractor shall be responsible for providing maintenance and protection of vehicular and pedestrian traffic associated with this work. Opening to traffic does not constitute acceptance of the work. The contractor shall also be responsible for providing all signage and traffic control during this work. 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 13 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" ' Year 2017-18 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. RESOLIU/TION Resolved that C1-1 n r S%0111/,'>1 G t,/� 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# 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 J�%'°'���' 4SAh®'4`f_corporation at a meeting o?e Board of Directors, held on the 2 ;) 7'4 day of v L_/- , 20 l 1 . 14 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2017-18 (SEAL OF THE CORPORATION) Laws of New York, 1965 Ch. 751, Sec. 103-d, as amended & effective on September 1, 1965. Signature 15 Hot Mix Asphalt Concrete Item# 8 "Type 6 Top" - Furnish only Year 2017-8 ITEM NO. 8 SPECIFICATIONS FOR THE FURNISHING OF ASPHALT ROAD MATERIALS INTO TOWN HIGHWAY TRUCKS HOT MIX ASPHALT CONCRETE. "Type 6 Top" INSTRUCTIONS TO BIDDERS A. PROPOSALS Proposals must be made in strict accordance with the "Proposal Form" provided. The Proposal form shall not be detached from the bid package. Failure to comply with this requirement will constitute grounds for rejection of the bid subject to the digression of the Highway Superintendent. Any and all exceptions to the specifications shall be listed on a separate sheet bearing the designation: 'Exceptions to the Specifications", and attached to the Bid Form. Each proposal must be signed in writing with the full name and address of bidder. The bidders shall write in ink, both in words & numerals, the price for which he proposed to furnish all materials & to perform all labor and services necessary for the proper completion of the work, and subject at all times to the approval of the Highway Superintendent. Proposals, together with the entire bid package, shall be delivered enclosed in an opaque sealed envelope and shall be addressed as indicated on Invitation to Bid. The envelope shall be marked "Proposal" bearing the title of work and the Bidders Name. Bidders may bid on one or any combination of items listed on the proposal sheet. No proposal shall be considered which has not been received by the Southold Town Clerk prior to the hour and date stated. B. PROPOSAL GUARANTY A proposal will not be accepted or considered unless accompanied by a guaranty in the form of a bid bond or certified check in the amount of one hundred ($100) dollars payable to the Town of Southold. 1 Hot Mix Asphalt Concrete Item# 8 "Type 6 Top" - Furnish only Year 2017-8 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 ry Hot Mix Asphalt Concrete Item# 8 "Type 6 Top" - Furnish only Year 2017-8 obligations of the contract and to complete the work contemplated therein. Conditional bids will not be accepted. H. PLANT & EQUIPMENT The bidder shall State in his bid that be has available or under his control, plant and equipment of the character and in the amount required to complete the proposed work within the specific time. I TIME FOR EXECUTION OF CONTRACT Any bidder whose proposal shall be accepted will be required to appear before the Town in person; or if a firm or corporation, a duly authorized representative shall so appear, and execute six (6) copies of the Contract and furnish satisfactory Performance and Payment Bond within ten (10) days after notice that the Contract has been awarded to him. Failure to execute Contract shall constitute a breach of the agreement effected by the acceptance of the Proposal The damages to the Town for such breach will include loss from interference with his construction program and other items, the accurate amount of which it will be difficult or impossible to compute. The amount of the certified check or bidder's bond accompanying the Proposal of such bidder shall be retained by the Town, not as a penalty, but as liquidated damages for such breach. In the event any bidder whose proposal shall, be accepted shall fail or refuse to execute the Contract as herein before provided, the Town may, at there option, determine that such bidder has abandoned the Contract, and thereupon, his proposal and acceptance thereof shall be null and void, and the Town shall be entitled to liquidated damages as above provided. J. PREVAILING WAGE RATES The New York State Department of Labor's Prevailing Wage Rate Schedules are part of this Contract. The Contractor is responsible for being familiar with the latest available schedules. INSURANCE REQUIREMENTS The Contractor shall not commence any work until he has obtained, and had approved by the Town of Southold, all of the insurance that is required under this contract which has been enumerated herein: COMPENSATION INSURANCE: Public Liability and Property Damage Insurance Contractor's Protective Liability and Property Damage Insurance Owner's Protective Public Liability and Property Damage Insurance The Contractor shall not permit any subcontractor to commence any operation of the site until satisfactory proof of carriage of the above required insurance has been posted with and approved by the Owner. Compensation Insurance: The Contractor shall take out and maintain during the life of this Contract, Workmen's Compensation Insurance for all his employees employed at the site of the project, and in case of any of the work being sublet, the Contractor shall require all subcontractors similarly to provide Workmen's 3 Hot Mix Asphalt Concrete Item # 8 "Type 6 Top" - Furnish only Year 2017-8 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 Pro e�rty 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. 4 Y Hot Mix Asphalt Concrete Item# 8 "Type 6 Top" - Furnish only Year 2017-8 PROPOSAL FORM DATE: v ao l NAME OF BIDDER: Co�a2 1�2 n I ea Q tT)C, (� 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 #1 SUPPLY LABOR AND MATERIAL TO FURNISH "Type 6 Top" INTO SOUTHOLD TOWN HIGHWAY TRUCKS MADE WITH ALL (VIRGIN MATERIALS) Nthe'fFve- doQays V 96-. 06 (written id words) Per Ton (written in numbers words) Per Ton 5 v' Hot Mix Asphalt Concrete Item# 8 "Type 6 Top" - Furnish only Year 2017-8 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 SemryN two CIO Giav-s V -7 Q . 0 (written i ords) Per Ton (written in numbers words) Per Ton And he further agrees that if this proposal shall be accepted by the Town and that if he shall refuse, fail or neglect to enter into a Contract pursuant to such proposal and to the requirements of the Town, shall have been deposited in the mail addressed to him at the address given in the proposal, that he shall be considered to have abandoned the contract. We the undersigned, further agree that this proposal shall be reviewed by the Town to correct any deficiencies in the proposed scope of work and, if no corrections are necessary, further agree that this proposal is a formal bid and shall remain in effect for a period of forty-five (45) days, the Town will accept or reject this proposal or by mutual apreernent may extend this time period. Signature of Bidder: 1 � Business Address: PV/`11 �ox �"1 Telephone Number: Date: `J o v 6 i' Hot Mix Asphalt Concrete Item# 8 "Type 6 Top" - Furnish only Year 2017-8 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 0 l Hot Mix Asphalt Concrete Item# 8 "Type 6 Top" - Furnish only Year 2017-8 including one (1) year thereafter. The contract period may be extended for up to one (1) additional year upon mutual written agreement of the Town and the Contractor. Payment shall be made to the contractor at the unit price(s) submitted in the Proposal. The asphalt concrete will be measured by the number of tons. The unit price per ton shall include the cost of furnishing all materials, equipment, labor and incidentals necessary to complete the work. NOTE: The winning bidder will supply the Highway Department with daily mix reports showing the composition of the asphalt mix that day, and endeavor to submit them to us along with the invoices submitted for payment. END OF SPECIFICATION: 8 r i� Hot Mix Asphalt Concrete Item# 8 "Type 6 Top" - Furnish only Year 2017-8 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 w Resolved that dna yc A COV-0,2—I,�,rN1 �'� of the (Name of signatory) CO\f 0CL-L.Y� LQ,01)2S '?A3C61Qb Be authorized to sign and submit the bid (Name of Co or tion) 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 perjuuryy.. a 01 The foregoing is true and correct copy of the resolution adopted bQ Z;kat pa � corpora on at a meeting of t e Board of Directors, held on the day of J , 20 �_ . 9 Hot Mix Asphalt Concrete Item# 8 "Type 6 Top" - Furnish only Year 2017-8 (SEAL OF THE CORPORATION) Laws of New York, 196506a Ch. 751, Sec. 103-d, as amended & effective on September 1, 1965. Si ature 10 • Hot Mix Asphalt Concrete Item# 8 "Type 6 Top" -Furnish only Year 2017-8 ITEM NO. 8 SPECIFICATIONS FOR THE FURNISHING OF ASPHALT ROAD MATERIALS INTO TOWN HIGHWAY TRUCKS HOT MIX ASPHALT CONCRETE "Type 6 Top" INSTRUCTIONS TO BIDDERS A. PROPOSALS Proposals must be made in strict accordance with the "Proposal Form"provided. The Proposal'form shall not be detached from the bid package. Failure to comply with this requirement will constitute grounds for rejection of the bid subject to the digression of the Highway Superintendent. Any and all exceptions to the specifications shall be listed on a separate sheet bearing the designation: 'Exceptions to the Specifications", and attached to the Bid Form. Each proposal must be signed in writing with the full name and address of bidder. The bidders shall write in ink, both in words &numerals,the price for which he proposed to furnish all materials &to perform all labor and services necessary for the proper completion of the work, and subject at all times to the approval of the Highway Superintendent. Proposals,together with the entire bid package, shall be delivered enclosed in an opaque sealed envelope and shall be addressed as indicated on Invitation to Bid. The envelope shall be marked "Proposal" bearing the title of work and the Bidders Name. Bidders may bid on one or any combination of items listed on the proposal sheet. No proposal shall be considered which has not been received by the Southold Town Clerk prior'to the hour and date stated. B. PROPOSAL GUARANTY A proposal will not be accepted or considered unless accompanied by a guaranty in the form of a bid bond or certified check in the amount of one hundred($100) dollars payable to the Town of Southold. 1 • Hot Mix Asphalt Concrete Item# 8 "Type 6 Top" -Furnish only Year 2017-8 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 Item# 8 "Type 6 Top" - Furnish only Year 2017-8 obligations of the contract and to complete the work contemplated therein. Conditional bids will not be accepted. H. PLANT&EQUIPMENT The bidder shall State in his bid that be has available or under his control,plant and equipment of the character and in the amount required to complete the proposed work within the specific time. I TIME FOR EXECUTION OF CONTRACT Any bidder whose proposal shall be accepted will be required to appear before the Town in person; or if a firm or corporation, a duly authorized representative shall so appear, and execute six (6) copies of the Contract and furnish satisfactory Performance and Payment Bond within ten(10) days after notice that the Contract has been awarded to him. Failure to execute Contract shall constitute a breach of the agreement effected by the acceptance of the Proposal The damages to the Town for such breach will include loss from interference with his construction program and other items,the accurate amount of which it will be difficult or impossible to compute. The amount of the certified check or bidder's bond accompanying the Proposal of such bidder shall be retained by the Town,not as a penalty, but as liquidated damages for such breach. In the event any bidder whose proposal shall, be accepted shall fail or refuse to execute the Contract as herein before provided, the Town may, at there option, determine that such bidder has abandoned the Contract, and thereupon, his proposal and acceptance thereof shall be null and void, and the Town shall be entitled to liquidated damages as above provided. J. PREVAILING WAGE RATES The New York State Department of Labor's Prevailing Wage Rate Schedules are part of this Contract. The Contractor is responsible for being familiar with the latest available schedules. INSURANCE REQUIREMENTS The Contractor shall not commence any work until he has obtained, and had approved by the Town of Southold, all of the insurance that is required under this contract which has been enumerated herein: COMPENSATION INSURANCE: Public Liability and Property Damage Insurance Contractor's Protective Liability and Property Damage Insurance Owner's Protective Public Liability and Property Damage Insurance The Contractor shall not permit any subcontractor to commence any operation of the site until satisfactory proof of carriage of the above required insurance has been posted with and approved by the Owner. Compensation Insurance: The Contractor shall take out and maintain during the life of this Contract, Workmen's Compensation Insurance for all his employees employed at the site of the project, and in case of any of the work being sublet, the Contractor shall require all subcontractors similarly to provide Workmen's 3 • Hot Mix Asphalt Concrete Item# 8 "Type 6 Top" - Furnish only Year 2017-8 Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. Public Liabili1y and Propejjy 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. 4 • Hot Mix Asphalt Concrete Item# 8 "Type 6 Top" -Furnish only Year 2017-8 PROPOSAL FORM DATE: tl&X17 NAME OF BIDDER: C- TO: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#1 SUPPLY LABOR AND MATERIAL TO FURNISH "Type 6 Top" INTO SOUTHOLD TOWN HIGHWAY TRUCKS MADE WITH ALL (VIRGIN MATERIALS) C; (wn en in words) Per Ton (written in numbers words)Per Ton 5 • Hot Mix Asphalt Concrete Item# 8 "Type 6 Top" -Furnish only Year 2017-8 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 C;JhF Tkree, (wr�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 eviewed by the Town to correct any deficiencies in the proposed scope of work and, if rre 'ons are necessary, further agree that this proposal is a formal bid and shall remain in ct for eriod of forty-five (45) days,the Town will accept or reject this proposal or by mutual agr ent in xtend th' period. Signature of Bidder: Business Address: �2 l'l 5�zon6,� �1ver� V S N-0 n Qy U992 92 Telephone Number: g03 — m 2-'i Date: 11hn/t i 6 Hot Mix Asphalt Concrete Item# 8 "Type 6 Top" -Furnish only Year 2017-8 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% ill 100 -- 1/2" 95-100 -- 1/4" 65-85 +/- 7 1/8" 36-65 +/- 7 No. 20 15-39 +/- 7 No. 40 8-27 +/- 7 No. 80 4-16 +/- 4 No. 200 2-6 +/- 2 Asphalt Content, % 5.8-7.0 +/- 4 5. TESTING The Town shall have the absolute right to make tests before and after delivery and placement of asphalt material to determine conformity to Specifications, quality and standards of excellence. The Contractor agrees to bear the cost and pay for all tests which are deemed to be necessary in the opinion of the Town. The Contractor shall repair or replace at no additional cost to the Town, any materials found to not meet the Specifications and quality intended. The work shall be executed in the best and most workmanlike manner. 6. SAMPLES The town at its discretion can request samples of asphalt material provided by winning bidder to have periodic testing of the mix at a DOT approved facility at the vendor's expense to help insure that the mix provided is to our specification. 7. MEASUREMENT&PAYMENT The prices quoted in this bid, and subsequently awarded, are to be used in establishing prices for actual materials furnished and placed within Town of Southold Highway Trucks from the date of award up to and 7 Hot Mix Asphalt Concrete Item# 8 "Type 6 Top" -Furnish only Year 2017-8 including one(1)year thereafter. The contract period may be extended for up to one (1) additional year upon mutual written agreement of the Town and the Contractor. Payment shall be made to the contractor at the unit price(s) submitted in the Proposal. The asphalt concrete will be measured by the number of tons. The unit price per ton shall include the cost of furnishing all materials, equipment, labor and incidentals necessary to complete the work. NOTE: The winning bidder will supply the Highway Department with daily mix reports showing the composition of the asphalt mix that day, and endeavor to submit them to us along with the invoices submitted for payment. END OF SPECIFICATION: 8 Hot Mix Asphalt Concrete Item# 8 "Type 6 Top" -Furnish only Year 2017-8 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 ` -r4- Qo,.s,r c_ of the (Name of signatory) -- 1GSj� k pl-.a.ly -T.-c Be authorized to sign and submit the bid (Name of orporation) 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 &_SF =Ta6, ASA corporation at a meeting of the Board of Directors, held on the 2-0`'� day Of'_ wl� , 20 0 9 -a Hot Mix Asphalt C6nc>f&e Item# 8 "Type 6 Top" -Furnish wily T'_ Year 2017-8 (SEAL OF THE CORPORATION) Laws of New York, 1965- Ch. 751, Sec. 103-d, as amended& effective on September 1, 1965. Signature 10 RC-250 LIQUID ASPHALT Item# 2 "OIL & STONE" Year 2017-18 ITEM NO. 2 SPECIFICATIONS FOR THE PURCHASE & APPLICATION OF ASPHALT ROAD MATERIALS BITUMINOUS SURFACE TREATMENT RC-250 LIQUID ASPHALT "OIL & STONE" NOTE: THE TOWN OF SOUTHOLD WILL ALSO REQUIRE +/- 30,000 5 QUARE YARDS (more or less as may be needed) OF PAVEMENT TO BE APPLIED ON FISHERS ISLAND. THE CONTRACTOR SHALL BE REQURIED TO NOTIFY EACH RESIDENT AT LEAST 24 HOURS PRIOR TO ANY WORK ON TOWN ROADS. RESIDENTS MUST BE RE-NOTIFIED AFTER DELAYS DUE TO INCLEMENT WEATHER OR JOB OPERATIONS. I RC-250 LIQUID ASPHALT Item#2 4 "OIL & STONE" Year 2017-18 INSTRUCTIONS TO BIDDERS A. PROPOSALS Proposals must be made in strict accordance with the "Proposal Form" provided. The Proposal form shall not be detached from the bid package. Failure to comply with this requirement will constitute grounds for rejection of the bid subject to the digression of the Highway Superintendent. Any and all exceptions to the specifications shall be listed on a separate sheet bearing the designation: 'Exceptions to the Specifications", and attached to the Bid Form. Each proposal must be signed in writing with the full name and address of bidder. The bidders shall write in ink, both in words &numerals, the price for which he proposed to furnish all materials, plant, equipment, tools, shoring or bracing, or other facilities, &to perform all labor and services necessary for the proper completion of the work in strict accordance with the plans and specifications, and subject at all times to the approval of the Highway Superintendent. Proposals, together with the entire bid package, shall be delivered enclosed in an opaque sealed envelope and shall be addressed as indicated on Invitation to Bid. The envelope shall be marked "Proposal" bearing the title of work and the Bidders Name. Bidders may bid on one or any combination of items listed on the proposal sheet. No proposal shall be considered which has not been received by the Southold Town Clerk prior to the hour and date stated. B. PROPOSAL GUARANTY A proposal will not be accepted or considered unless accompanied by a guaranty in the form of a bid bond or certified check in the amount of one hundred ($100) dollars payable to the Town of Southold. As soon as the proposal prices have been compared, the Owner shall return the bidder's bond or the certified checks accompanying such proposals as, in his judgment, would not likely be involved in making the award. All other proposal quantities will be held until the contract and contract bond have been executed after which they will be released or returned to the respective bidders whose proposals they accor0panied. C. OMISSIONS AND DISCREPANCIES Bidders should carefully examine the specifications and fully inform .themselves of all conditions and matters which can in any way affect the work or the cost thereof. Should a bidder find discrepancies in or omissions from the specifications, or other documents or should he be in doubt as to their meaning, he should at once notify the Highway Superintendent who may issue a written instruction to all bidders. D. PUBLIC OPENING OF PROPOSALS Proposals will be opened and read publicly at the time and place indicated in the Invitation for Bids. Bidders, authorized agents, and other interested parties are invited to be present. 2 RC-250 LIQUID ASPHALT Item#2 "OIL & STONE" Year 2017-18 E. AWARD OF CONTRACT Award of contract will be made as soon as practical. The Superintendent of Highways reserves the fight to make awards by items, or as a whole, or not at all, whichever the Superintendent deems to be in the best interest of the Town. A contract may be awarded to a responsible bidder other than the lowest money bidder, if it is in the best interest of the Town.No bid may be withdrawn after scheduled closing time for receipt of bids for a period of 45 days pending execution of a contract by successful bidder. The competency and responsibility of the bidder and his sub-contractors will be considered in making, the award. The Town reserves the right to waive any technical error, to accept any bid, or to reject any or all bids. The contract form will be a Standard form of Agreement between Owner and Contractor. The Town will either award the project or reject all proposals received within forty-five (45) days after formal opening of proposals. Acceptance of a proposal will be a written notice signed by the Town Clerk& no other act shall constitute the acceptance of a proposal. F. WITHDRAWALS OF PROPOSALS Any bidder upon his or her authorized representative's written request presented not later than the hour set for the opening thereof, will be given permission to withdraw his proposal. At the time of opening the proposals, when such proposals are reached, it will be returned to him unread. G. REJECTION OF PROPOSALS The Town reserves the right to waive any technical error and to reject any and/or all proposals. Without limiting the generality of the foregoing, any proposal which in incomplete, obscure, or irregular may be rejected; any proposal accompanied by an insufficient or irregular certified check or bidder's bond bay be rejected, any proposal having interlineations, erasure or corrections may be rejected. The Town also reserves the fight to reject any bid if the evidence submitted in the qualification statement or an investigation of such bidder fails to satisfy the Town that such bidder is property qualified to carry out the obligations of the contract and to complete the work contemplated therein. Conditional bids will not be accepted. H. PLANT & EQUIPMENT The bidder shall State in his bid that be has available or under his control, plant and equipment of the character and in the amount required to complete the proposed work within the specific time. I TIME FOR EXECUTION OF CONTRACT Any bidder whose proposal shall be accepted will' be required to appear before the Town in person; or if a firm or corporation, a duly authorized representative shall so appear, and execute six (6) copies of the Contract and furnish satisfactory Performance and Payment Bond within ten (10) days after'notice that the Contract has been awarded to him. Failure to execute Contract shall constitute a breach of the agreement effected by the acceptance of the Proposal The damages to the Town for such breach will include loss from interference with his construction program and other items, the accurate amount of which it will be difficult or impossible to compute. The amount of 3 RC-250 LIQUID ASPHALT Item # 2 , "OIL & STONE" Year 2017-18 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 Damalze 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 9 RC-250 LIQUID ASPHALT Item #2 "OIL & STONE" Year 2017-18 Liability and Property Damage Insurance: The above policies for Public Liability and Property Damage Insurance must be so written to include Contractor's Protective Liability and Property Damage insurance to protect the Contractor against claims arising from the operations of a subcontractor. The policies shall also name the Town of Southold as an additional insured. Owner's Protective Public Liability and Property Damage Insurance: The Contractor shall furnish to the Owner, with respect to the operations he or any of his subcontractors perform a regular Protective Public Liability Insurance Policy for, and in behalf of the Owner, providing for a limit of not less than One Million Dollars ($1,000,000.00) for all damages arising out of bodily injuries to, or death of, one person and subject to that limit for each person, a total limit of One Million Dollars ($1,000,000.00) for all damages arising out of bodily injuries to, or death of, two or more persons in any one accident; and regular Protective Property Damage Insurance providing for a limit of not less than One Million Dollars ($1,000,000.00) for damages arising out of injury to, or destruction of,property in any one accident and subject to that limit per accident, a total (or aggregate limit of Two Million Dollars ($ 2,000,000.00) for all damages arising out of injury to, or destruction of,property during the policy period. This insurance must fully cover the legal liability of the Owner. The coverage provided under his policy must not be affected if the Owner performs work in connection with the project either for or in cooperation with the Contractor or as an aid thereto whether the same be a part of the Contract or separate therefrom, by means of its own employees or agents or if the Owner directs or supervises the work to be performed by the Contractor. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the Owner with certificates of each insurer insuring the Contractor of any subcontractor under this Contract except with respect to part D. As listed above. In respect to this paragraph, the Contractor shall furnish the Owner with the original insurance policy. Both certificates, as furnished, and the insurance policy, as required, shall bear the policy numbers, the expiration date of the policy and the limits of liability there under. Both the certificates and the policy shall be endorsed to provide the Owner with any notice of cancellation or non-renewal. 5 RC-250 LIQUID ASPHALT Item#2 "OIL & STONE" Year 2017-18 1 PROPOSAL/ -7FORM DATE: lU 001 a l I NAME OF BIDDER: �raza7 n i Asp h Qt+ 1.n C TO: SOUTHOLD TOWN BOARD NOTE: All items listed herein must TOWN HALL be bid. Failure to bid any PO BOX 1179 item will be grounds for 53095 MAIN ROAD disqualification. SOUTHOLD, NEW YORK 11971 MEMBERS OF THE BOARD: The undersigned as bidder, declares that the only persons, company, or parties interested in this proposal as principals are named below; that this proposal is made without any connection, directly or indirectly with any other bidder for the same work; that it is in all respects fair and without collusion or fraud, and that no person acting for or employed by the aforementioned owner is or will be interested directly or indirectly, in the performance of the contract, or the supplies relating to it, or in any portion of the profit thereof; that he has carefully examined all project requirements, including bidding requirements, contract, general and special conditions, specifications, and addenda, if any (Note: acknowledgment of addenda and their dates must be included as indicated on bottom page); that he has satisfied himself by personal examination of the proposed work, and by such other means as he may have chosen, as to the conditions and requirements of the work; and he proposed and agrees that if his proposal be accepted he will contract to furnish all materials not provided by the Town (See Specifications) and to perform all the work required to construct, perform and complete the specified work; and that he will start the work as directed by the Town, he will accept, in full payment thereof as listed below: BID ON ASPHALT ROAD MATERIALS, BITUMINOUS SURFACE TREATMENT RC-250 LIQUID ASPHALT "OIL & RECYCLED STONE", IN ACCORDANCE WITH THE PROJECT REQUIREMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED CUMULATIVE "UNIT PRICE" OF: FURNISH AND PLACE THE FOLLOWING WITHIN Bituminous Surface Treatment Liquid Asphalt Grade RC-250 & lA Stone (50,000 +/- sq.yds.) SOUTHOLD TOWN FISHERS ISLAND I" � aid n�h e- ce,� d() �(a� Q� n l�ef' at (written in words) Per Sq. Yd. (written in words) Per Sq. Yd. 6 RC-250 LIQUID ASPHALT Item#2 "OIL & STONE" Year 2017-18 (written in numbers) Per Sq. Yd. (written in numbers) Per Sq. Yd. Schim Mix Asphalt Concrete - Type 5 (500 +/-Ton) SOUTHOLD TOWN FISHERS ISLAND Onphundltd Mav_r 7Arre-e_ A&P-dr4 d®tfays (written in words) Per Ton (written in words) Per Ton 4 1 I g, 01 &,3 0c) , 00 (written in numbers) Per Ton (written in numbers) Per Ton Fog Coat: RC-250 Liquid Asphalt (50 +/- Gallons) SOUTHOLD TOWN FISHERS ISLAND TWeIq )"-(" -{� do(tays dna hundrrd d00aT (written in wo ds) Per Gallon (written in words) Per Gallon C X5-100 1 /00. 00 (written in numbers) Per Gallon (written in numbers) Per Gallon And he further agrees that if this proposal shall be accepted by the Town and that if he shall refuse, fail or neglect to enter into a Contract pursuant to such proposal and to the requirements of the Town, shall have been deposited in the mail addressed to him at the address given in the proposal, that he shall be considered to have abandoned the contract. We the undersigned, further agree that this proposal shall be reviewed by the Town to correct any deficiencies in the proposed scope of work and, if no corrections are necessary, further agree that this proposal is a formal bid and shall remain in effect for a period of forty-five (45) days,the Town will accept or reject this proposal or by mutual agreement may extend this time period. Signature of Bidder: Business Address: —PO B x 1 ;)- ,T I CuL/4-choqve (*\II 1 �i35 Telephone Number: �Q ` 3 l aR0b Date: �V C;)® oao t 7 RC-250 LIQUID ASPHALT Item#2 "OIL & STONE" Year 2017-18 1. DESCRIPTION Bids are requested for the purchase and application of Bituminous Surface Treatment that consists of OIL (Grade RC-250) & STONE (No. lA 1/4" Blue Stone) for the use in repair &maintenance of the Town Highways for the calendar year. The contractor shall also be required to provide &place quantities of Schim Mix Asphalt (Type 5) as needed and directed by the Superintendent of Highways. The attention of the bidder is specifically called to the fact that the quantities specified herein are considered an estimate only and may not be the quantity of material that will actually be required by the Town for the calendar year. 2. MATERIALS Asphalt Road Material shall be Grade RC-250 and shall meet the following Specifications: TEST Grade RC-250 Water, Max. (%) 0.2 Flash Point, C.O.C. F., Min. - Kinematic Viscosity @ 140 F. Centistokes 250 - 500 Distillation: % Total Distillate to 680 F. by Vol. To 437 F Min. 35 To 500 F Min. 60 To 600 F Min. 80 Residue from Distillation to 680 F % Volume by Difference, Min. 65 Tests on Residue Absolute Viscosity 140 F 600 - 2400 Ductility, 5 cra/min. @ 77 F cm. min. 100 % Sol. In CCL4, Min. 99 Required Temperature Mixing 100 - 175 Spraying 80 - 250 Blue Stone shall be No. IA - 1/4" Stone. Percent passing 1/4" screen 90 - 100 Percent passing 1/8" Screen 0 3. WEATHER LIMITATIONS The material shall be spread only when: I. The read surface and atmospheric temperatures are at least 45 degrees F and rising. 2. The weather is not foggy or raining. 3. There is no forecast of temperatures below 32 degrees F within 48 hours from the time of 8 e RC-250 LIQUID ASPHALT Item#2 "OIL & STONE" Year 2017-18 placement of the Asphalt Material. 4. Construction limits shall be between May 1 &November 1. 4. EQUIPMENT, DELIVERY & APPLICATION All asphalt & stone materials must be delivered to and applied within the Town of Southold. The successful bidder will be required to deliver and apply such asphalt& stone materials in quantities as directed by the Superintendent of Highways. All bituminous material distribution vehicles shall have full circulation spray bars &be equipped with a wheel calibrated instrument that will indicate pump output in gallons per minute to verify accuracy of application. Aggregate spreader shall be capable of spreading material up to ten(10') feet in width on a single pass and shall be capable of providing variable widths. The spreader shall be self propelled and have dual operator stations. Pneumatic tired rollers shall be required for compacting the surface treatment. Schim Mix Asphalt Concrete (Type 5) shall be applied at the discretion of the Highway Superintendent. Applications at all pot holes, broken & uneven pavement surfaces and other required areas shall be as directed by the Town. All existing pavement surfaces where Schim Mix Asphalt Concrete work is required shall be fog sealed with RC 250 at 0.10 gallon per Square Yard prior to placement of pavement. All manholes, catch basins, curbs and other structures shall be protected against the application of bituminous material. After the area to be treated has been prepared to the satisfaction of the Highway Superintendent, an application of bituminous material (RC-250 Liquid Asphalt) shall be applied at the rate of three tenths (0.3) gallons per square yard and immediately covered with No. IA 1/4" Stone at the approximate rate of 25 lbs. per square yard. The stone course shall be completely rolled twice with a self-propelled pneumatic roller. 5. TRAFFIC MAINTENANCE The contractor shall be responsible for providing maintenance and protection of vehicular and pedestrian traffic associated with this work. Opening to traffic does not constitute acceptance of the work. The contractor shall also be responsible for providing all signage and traffic control during this work. END OF SPECIFICATION: 9 RC-250 LIQUID ASPHALT Item#2 "OIL & STONE" Year 2017-18 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 I C'�'l�✓� G`M2,A n i of the (Name of signatory) rnVa-2.-RA' Y')�l ��`{�1�� � n C_ Be authorized to sign and submit the bid (Name of Corporation) Or proposal of this corporation for the following Project: Item # 2 BITUMINOUS SURFACE TREATMENT RC-250 LIQUID ASPHALT "OIL & STOKE" 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 �(�(0,27iw1; /` 'Wioration at a meeting of the Board of Directors, held on the D day of __ , 20 l`1 10 RC-250 LIQUID ASPHALT Item#2 "OIL & STONE" Year 2017-18 (SEAL OF THE CORPORATION) Laws of New York, 1965 Ch. 751, Sec. 103-d, as amended & effective on September 1, 1965. Si ture 11 Type II Micro-Surfacing. Item# 7 Calendar Year 2017-18 ITEM NO. 7 SPECIFICATIONS FOR THE PURCHASE & APPLICATION OF ASPHALT ROAD MATERIALS POLYMER MODIFIED EMULSIFIED ASPHALT PAVEMENT TYPE II MICRO - SURFACING NOTE: THE TOWN OF SOUTHOLD WILL ALSO REQUIRE +/- 305000 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. Type II Micro-Surfacing Item# 7 Calendar Year 2017-18 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. Type II Micro-Surfacing Item# 7 Calendar Year 2017-18 D. PUBLIC OPENING OF PROPOSALS Proposals will be opened and read publicly at the time and place indicated in the Invitation for Bids. Bidders, authorized agents, and other interested parties are invited to be present. E. AWARD OF CONTRACT Award of contract will be made as soon as practical. The Superintendent of Highways reserves the fight to make awards by items, or as a whole, or not at all,whichever the Superintendent deems to be in the best interest of the Town. A contract may be awarded to a responsible bidder other than the lowest money bidder, if it is in the best interest of the Town.No bid may be withdrawn after scheduled closing time for receipt of bids for a period of 45 days pending execution of a contract by successful bidder. The competency and responsibility of the bidder and his sub-contractors will be considered in making,the award. The Town reserves the right to waive any technical error, to accept any bid, or to reject any or all bids. The contract form will be a Standard form of Agreement between Owner and Contractor. The Town will either award the project or reject all proposals received within forty-five (45) days after formal opening of proposals. Acceptance of a proposal will be a written notice signed by the Town Clerk&no other act shall constitute the acceptance of a proposal. F. WITHDRAWALS OF PROPOSALS Any bidder upon his or her authorized representative's written request presented not later than the hour set for the opening thereof, will be given permission to withdraw his proposal. At the time of opening the proposals, when such proposals are reached, it will be returned to him unread. G. REJECTION OF PROPOSALS The Town reserves the right to waive any technical error and to reject any and/or all proposals. Without limiting the generality of the foregoing, any proposal which in incomplete, obscure, or irregular may be rejected; any proposal accompanied by an insufficient or irregular certified check or bidder's bond bay be rejected, any proposal having interlineations, erasure or corrections may be rejected. The Town also reserves the fight to reject any bid if the evidence submitted in the qualification statement or an investigation of such bidder fails to satisfy the Town that such bidder is property qualified to carry out the obligations of the contract and to complete the work contemplated therein. Conditional bids will not be accepted. H. PLANT&EQUIPMENT The bidder shall State in his bid that be has available or under his control, plant and equipment of the character and in the amount required to complete the proposed work within the specific time. Type II Micro-Surfacing Item# 7 Calendar Year 2017-18 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 proposaland 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. Type II Micro-Surfacing Item# 7 Calendar Year 2017-18 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 ($1,000,00.0.00) 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 Type II Micro-Surfacing Item# 7 Calendar Year 2017-18 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. Type II Micro-Surfacing Item# 7 Calendar Year 2017-18 PROPOSAL FORM DATE: July 20, 2017 NAME OF BIDDER: Thos. H. Gannon &Sons, Inc. PO Box 505, 372 Country Road, Middle Island, NY 11953 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 TYPE "Il"MICRO-SURFACING OF TOWN ROADS WITH POLYMER MODIFIED EMULSIFIED ASPHALT PAVEMENT IN ACCORDANCE WITH THE PROJECT REQUIREMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED CUMULATIVE"UNIT PRICE" OF: Type II Micro-Surfacing Item# 7 Calendar Year 2017-18 BID#1 Option #1 * Rate of Application. The Micro-Surfacing mixture shall be of proper consistency at all times so as to provide an application rate of: FIRST COAT: 13 lbs/Sq. Yd, SECOND COAT: 17 lbs/Sq. Yd. TYPE II MICRO-SURFACING SOUTHOLD TOWN: FISHERS ISLAND: Four Dollars and Forty Nine Cents Five Dollars and Fifty Cents (written in words)Per Sq. Yd. (written in words) Per Sq. Yd , $449 $550 (written in numbers) Per Sq. Yd. (written in numbers)Per Sq. Yd. Option#2 ** Rate of Application. The Micro-Surfacing mixture shall be of proper consistency at all times so as to provide an application rate of: 20-22 lbs/Sq. Yd. TYPE H MICRO-SURFACING SOUTHOLD TOWN: FISHERS ISLAND: Two Dollars and Eighty One Cents Three Dollars and Sixty Five Cents (written in words)Per Sq. Yd. (written in words) Per Sq. Yd $2.81 $3.65 (written in numbers)Per Sq. Yd. (written in numbers)Per Sq. Yd. BID #2 HOT RUBBERIZED CRACK SEALING SOUTHOLD TOWN: FISHERS ISLAND: One Dollar and Twenty Three Cents One Dollar and Eighty Five Cents (written in words)Per Linear Foot (written in words)Per Linear Foot $1.23 $1.85 (written in numbers)Per Linear Foot (written in numbers)Per Linear Foot Type II Micro-Surfacing Item# 7 Calendar Year 2017-18 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: Frank C ofe''r P sident Business Address: PO Box 505, 372 Middle Country Road _ Middle Island, NY 11953 Telephone Number: (631)205-0060 -Date: July 20,2017 Type II Micro-Surfacing Item# 7 Calendar Year`2017-18 1. DESCRIPTION Bids are requested for the purchase and application of a Polymer Modified Asphalt Pavement Course to fill ruts or provide a wearing course for the existing pavement. The paving material shall be "Macroseal" or approved equal. The surface shall provide a dense smooth topping free of ravels and blemishes. It shall fill minor depressions, cracks and voids, and be non-bleeding. The mixture shall consist of a polymer modified,cationic asphalt emulsion, mineral aggregate, mineral and field control additives and water. The mixture shall be properly proportioned, mixed-and spread on the paved surface in accordance with this specification and as directed-by the engineer. The contractor shall also be required to provide&place quantities of Schim Mix Asphalt("Type 5") as needed and directed by the Superintendent of Highways, The attention of, the bidder is specifically called to the fact that the quantities specified herein are considered an estimate only and may not be the quantity of material that will actually be required by the Town for the calendar year. 2. MATERIALS Emulsified Asphalt. The emulsified Asphalt shall be a quick-set polymer modified CSS-,1H { emulsion and shall conform to the requirements specified in AASHTO M208 and ASTM D2397. The polymer material shall be milled or blended into the asphalt or blended into the emulsifier solution prior to the emulsification process. The Emulsified Asphalt shall be produced by an approved materials manufacturing company capable of manufacturing a Micro- Surfacing Emulsion (MSE)-meeting the following requirements. When tested,the Micro-Surfacing Emulsion (MSE) shall meet the requirements of AASHTO M208 and ASTM D2397 for CSS-1H plus the following: Test Ouality Specification AASHTO T59 Residue after 62%Min. SDTM F244 Distillation * The temperature for this test should be held below 280 F (138,C). Tests on Residue AASJTP T59 Softening Point 135°F (57°C)min ASTM D36 AASHTO T49 Penetration at 40 - 90 ASTM D36 77°F (25°C) ASTM 2170 Kenematic Vis 650 cSt/sec, min. @ 275°F (135°C) Each load of emulsified asphalt shall be accompanied with a certificate of analysis/compliance to assure that it is the same as that used in the mix design. Aggregate. The Type 11 mineral aggregate shall be manufactured crushed stone, sand, slag, crusher fines,.or combination thereof. Smooth textured sand of less than 1.25%water Type II Micro-Surfacing Item# 7 Calendar Year 2017-18 absorption, as tested by ASTM C'128, shall not exceed 50%of the total combined aggregate. The aggregate shall be clean and free from organic matter, dirt, dust, and other deleterious substances. When tested,the Type II aggregate shall meet the following requirements Test Quality Specification AASHTO T176 Sand Equivalent 60 min. ASTM D2419 AASHTO T104 Soundness 15%max.-using ASTM C88 NA2 SO4 or 25%max. using MgSO4 AASHTO T96 -Abrasion 30%max. ASTM C131 Resistance Abrasion tests shall be run on the aggregate before it is crushed.All aggregate shall meet New York State approved polishing values. Grading. When tested in accordance to AASHTO T27 - (ASTM 0136)and AASHTO TI I - (ASTM C117),the target mix design or aggregate gradation shall meet the following: Type II Aggregate Sieve Size Percent Passing Sieve Size Percent Passing 3/8" 100 #30 30- 50 (+/- 5%) #4 90- 100 (+/- 5%) #50 18 -30 (+/-4%) #8 '65-90 (+/-5%) #100 10 -21-(+/-3%) #16 45-70 (+/-5%) #200 5 - 15 (+/-2%) Water. The water shall be potable and shall be free of harmful soluble salts. Polymer Modifier. The Polymer Modifier shall be milled into the asphalt emulsion. The emulsified asphalt shall be so formulated that when the paving mixture is applied at a thickness of three eighths (3/8)inch with the relative humidity at not more than 50 %and-the ambient air temperature of at least 75 degrees F., the material will.cure sufficiently so that rolling traffic can be allowed in one (1)hour with no damage to the surface, as verified by the engineer! Mineral Filler. The mineral filler shall be any recognized brand of non-air entrained portland cement or hydrated lime that is free from lumps. The type and amount of mineral filler needed shall be determined by laboratory mix design and will be considered as part of the mineral gradation requirement. An increase or decrease of less than one percent may be permitted when the Micro-Surfacing is being placed if it is found to be necessary for better consistency or set times. Type II Micro-Surfacing Item# 7 Calendar Year 2017-18 3. GENERAL REQUIREMENTS: Truing &Leveling with Bituminous Asphalt Concrete. The pavement shall•be equal to NYSDOT-Type 5 Shim and shall be applied at the discretion of the Highway Superintendent. 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. All existing pavement surfaces where Schim Mix Asphalt Concrete work is required shall be fog sealed with RC 250 at 0.10 gallons per Square Yard prior to placement of pavement.After placement, the Asphalt Concrete Materials shall be thoroughly and uniformly compacted with an approved vibrator type or static steel wheel roller conforming to section 461-3.12 of the NYSDOT construction manual to obtain a thoroughly compacted pavement. Mix Design.Before the work commences, the contractor shall submit a signed mix design report covering the specific materials to be used on the project. This design shall be performed by the emulsion producer. Once the materials are approved, no substitutions will be permitted unless first tested and approved by the emulsion producer and the engineer. The materials manufacturer shall develop the job mix design and present certified test results for the engineer's approval.'Compatibility of the aggregate and the emulsion shall be verified by the mix design. The job mix formula shall provide a minimum Marshall stability of 1;800 pounds and a flow of 6 to,18 units when tested according to the ASTM 1559 or AASHTO 2450 procedure.All component materials used in the mix design shall be representative of the materials proposed by the contractor for use on the project. Specifications. The engineer shall approve the design mix and all Micro-Surfacing materials and methods prior to use. The component materials shall be within the following limits. Residual Asphalt - 5%to 9%by dry weight of aggregate Mineral Additive - 0.5%to 3%by dry weight of aggregate Polymer Based Modifier -minimum 3% solids based on bitumen weight-content Field Control Additive -As needed to provide specified properties Water -As needed to provide_proper consistency Rate of Application. The Micro-Surfacing mixture shall be of proper consistency at all times so as to provide an application rate of. FIRST COAT: 13 lbs/Sq. Yd, SECOND COAT: 17 lbs/Sq. Yd. Rate of Applieation. The Micro-Surfacing mixture shall be of proper consistency at all times so as to provide an application rate of: 20-22 lbs/Sq. Yd. Type Il Micro-Surfacing Item# 7 Calendar Year 2017-18 Equipment.All equipment,tools and machines used in the performance of this work shall be maintained in satisfactory working order at all times. Descriptive information of the mixing and application equipment to be used shall be submitted for approval not less than 10 days before work starts. (a.)Mixing Equipment-The material shall be mixed by a mixing machine which shall'be a continuous-flow mixing unit able to accurately deliver and proportion the aggregate, emulsified asphalt, mineral filler, field control additive and water to a revolving multi-blade mixer and discharge the thoroughly mixed-product on a continuous basis. The machine shall have sufficient storage capacity for aggregate, emulsified asphalt, mineral filler, field control additive and water,to maintain an adequate supply to the proportioning controls. (b.)Proportioning Devices - Individual volume or weight controls for,proportioning each material to.be added to the mix shall be provided. Each material control device shall.be so calibrated and properly-marked. They shall be accessible for ready calibration and to be equipped with a revolution-counter or similar device so that the engineer may determine the amount of.each material used at any time. (c.)Emulsion Pump -The emulsion pump shall be a heated positive displacement type. (d.)'Spreading Equipment- The paving mixture shall be spread uniformly by means of a mechanical type squeegee box, equipped with paddles to agitate and spread the materials throughout the box: The equipment shall provide sufficient turbulence to prevent the mix from setting in the box or causing excessive side build-up or lumps. Flexible seals shall be in contact with the mad surface to prevent loss of mixture from the box. The rear seal shall act as a final strike off and shall be adjustable. The contractor shall operate the spreading equipment in such a manner to prevent the loss of the mixture on super-elevated curves.The mixture shall be spread to fill cracks and minor surface irregularities and leave a uniform skid-fesistant surface without causing skips, lumps or tears in the finished surface. (e.)Auxiliary Equipment-Other tools or equipment such as brushes,hand squeegees,hose equipment,tank truck water distributors and flushers, power blowers,, barricades, etc., shall be provided as required. Machine Calibration. Each mixing unit to be used in the performance of the work shall be calibrated in the presence of the engineer prior to construction, or previous calibration documentation covering the exact materials to be used may be acceptable provided they were made during the current calendar year. Weather Limitations. The'material shall be spread only when: 1. The road surface and atmospheric temperatures are at least 45 degrees F. and rising. 2., The weather is not foggy or rainy- 3 There is no forecast of temperatures below 32 degrees F.within 48 hours from the time of placement of the mixture. Type II Micro-Surfacing Item # 7 Calendar Year 2017-18 Surface Preparations. The area to be surfaced shall be thoroughly cleaned of vegetation, loose aggregate, dirt, grease, oil or any type of objectionable surface film. Manholes, valve boxes and other service entrances shall.be protected from the surfacing material. Stockpiles. Precautions shall be taken to insure that stockpiles do not become contaminated. Stockpiles shall be kept in areas that drain readily. Application. The surface shall be pre-wetted by fogging ahead of the spreader box. The entire surface should be damp with no apparent flowing water in front of the box. The surfacing mixture shall be of the desired consistency upon leaving the mixer and no additional materials should be added. A sufficient amount of material shall be carried in all parts of the spreader at all times so that a complete coverage is obtained. Overloading of the spreader box should be avoided.No lumping, bailing, or unmixed aggregate shall be permitted.No streaks, such as those caused by oversized aggregate,will be left in the finished surface. If excess oversize develops, the job will be stopped until the contractor proves to the engineer that the situation has been corrected.No excess build-up, uncovered areas or unsightly appearances shall be permitted on longitudinal or transverse joints. The contractor shall provide suitable width spreading equipment to produce a minimum number of joints. The finished surface shall present a uniform and skid resistant texture satisfactory to the engineer.Areas which cannot be reached with the mixing machine shall be surfaced using hand squeegees to provide complete and uniform coverage. The area to be hand-worked shall be lightly dampened prior to the mix placement. Care shall be exercised to leave no unsightly appearance from hand-work. Quality Control. The contractor shall be responsible for any and all fees relating to materials testing. The contractor will permit the engineer to take samples of the aggregate and asphalt emulsion to be used in the project at the engineer's discretion. Gradation and sand equivalent tests may be run on the aggregate and residual asphalt tests on the emulsion. Test results will be compared to the specifications. Samples of the mixture could be taken as often as two (2)times each day. Consistency and residual asphalt content tests may be made on the samples and compared to the specifications. The contractor will be notified immediately if any test fails to meet the specifications. If any two successive tests on the material fail,the job shall be stopped. If any two successive tests on the mix from the same machine fail, the use of that machine will be suspended. Traffic Maintenance. The contractor shall be responsible for providing maintenance and protection of vehicular and pedestrian traffic associated with this work. Opening to traffic does not constitute acceptance of the work. The contractor shall also be responsible for providing all signage and traffic control during this work. Method of Payment. The quantity to be paid for under this item shall be the number of square yards of pavement covered in accordance with the specification. Qualifications. The contractor shall have or be associated with a company that has a minimum of three years experience in the application of micro-surfacing material. In order to insure the efficient application of the product,the contractor must own or show the ability to rent and Type II Micro-Surfacing Item# 7 Calendar Year 2017-18 maintain a minimum of two mixing units capable of meeting the minimum requirements set forth in`these specifications. Submittals. The contractor shall be required to submit the following information with his bid: A letter of availability from the intended'MSE supplier. A certified mix design from the materials manufacturer. A typical analysis of Macroseal Emulsion or approved equal. A list of at least(5)micro-surfacing projects which used the same emulsion and design mix indicated in the bid documents. These projects must have been completed within the last three years and the list must include the locations, amount of square yards applied and a reference name and telephone number. *Note: Any and all exceptions or substitutions to the specifications contained herein must be listed separately and included within the contractors formal bid proposal. END OF SPECIFICATION: Type II Micro-Surfacing Item# 7 Calendar Year 2017-18 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 Frank Capoferri of the (Name of signatory) Thos. H Gannon&Sons. Inc Be authorized to sign and submit the bid (Name of Corporation) Type II Micro-Surfacing Item# 7 Calendar Year 2017-18 Or proposal of this corporation for the following Project: Item#7 TYPE "Il" MICRO-SURFACING 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 Thos. H. Gannon&Sons Inc corporation at a meeting of the Board of Directors, held on the 17th day of July , 2017 (SEAL OF THE CORPORATION) a Laws of New York, 1965 Ch. 751, Sec. 103-d, as amended & L effective on September 1, 1965. Signat e Frank Capoferri, Pr sident 7'r 26� ' A ".aroma rr Document A310 -2010 CONTRACTOR: SURETY: Thos.H.Gannon&Sons,Inc. Hartford Fire Insurance Company 372 Middle Country Rd. One Hartford Plaza Middle Island,NY 11953 Hartford,CT.06155 OWNER: Town of Southold 53095 Main Road Southold,NY 11971 BOND AMOUNT: One Hundred Dollars ($100) PROJECT: For the Purchase and Application of Asphalt Road Materials Polymer Modified Emulsified Asphalt Pavement Type 11 Micro-Surfacing The Contractor and Surety are bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a Surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof;or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner 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.The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain Surety's consent for an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in his Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project,any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 20'h day of July , 2017 e Thos.H.Gan on& ons, nc. Frank Ingemi,Secretary Frank Ca erri,Preside NdHartford Fire Insurance Company Michelle McGinn,Witness r (Surety) i, Steven Raffuel,Att y-in-Fact CONSENT OF SURETY KNOW ALL MEN BY THESE PRESENTS, that for and consideration of the sum of$1.00, lawful money of the United States of America, the receipt whereof is hereby acknowledged, paid the undersigned, and for other valuable consideration the Hartford Fire Insurance Company Surety Company, (Name) One Hartford Plaza Hartford Ct. 06155 (Address) existing under the laws of the Connecticut and licensed to do business in the State of New York certifies and agrees, that if the contract for(Contracting Agency): Town of Southold for: (Project) For the Purchase and Application of Asphalt Road Materials Polymer Modified Emulsified Asphalt Pavement —Type II Micro-Surfacing is awarded to (Bidder)Thos. H. Gannon & Sons Inc.. the.undersigned will execute the bond or bonds as required of the contract documents and will become Surety in the full amount set forth in the contract documents for the faithful performance of all obligations of the Bidder, provided however, that'this commitment shall expire sixty (60) days from the bid opening, unless agreed upon by Bidder, Owner and Surety to be extended. Signed, sealed and dated this 20th day July, 2017 Hartford Fire Insurance Company Surety Company By: (Name) Steven Raff Attorney-in-Fact (To be accompanied by the usual proof of Authority of Officers of the Surety Company to execute same) Direct Inquiries/Claims to: THE HARTFORD BOND,T-12 POWER OF ATTORNEY HartfOne ord,Co ne tcl t06155 Bond.Claims(cDthehartford.com call.888-266-3488 or fax.860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 13-653536 0 Hartford Fire insurance Company,a corporation duly organized under the laws of the State of Connecticut Hartford Casualty insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Accident and Indemnity Company,a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company,a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest,a corporation duly organized under the laws of the State of Indiana Hartford insurance Company of the Southeast,a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the"Companies")do hereby make, constitute and appoint, up to the amount of Unlimited : Steven Raffuel of PRINCETON, New Jersey their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments 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 permitted in any actions or proceedings allowed by law. In Witness Whereof,and as authorized by a Resolution of the Board of Directors of the Companies on May 6, 2015 the Companies have caused these presents to be signed by its Senior Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies,the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. f�#.W �ntn'°'+ ti �t�itrY_Nr yyyi�i��o,,q {y��pep;��� ..re•. q�/� �� �`�4a•ri Nfri pfyr 3 �Q�� _n�� + _t}- �'D^� �fes'-'" � , + ar •+ w p�atrnr,tv,0 a�yt ► ,x.,,.197 f - ;{�"y,r879j 1 97 i * �%l..•� �'bewia° iip"�t9�t • 3"•.y'lcu/oi5 ri•ru�' �:.�ira7`. John Gray,Assistant Secretary M Ross Fisher,Senior Vice President STATE OF CONNECTICUT ss. Hartford COUNTY OF HARTFORD On this 11th day of January, 2016, before me personally came M. Ross Fisher, to me known,who being by me duly sworn, did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is the Senior Vice President of the Companies, the corporations described in and which executed the above instrument, that he knows the seals of the said corporations, that the seals affixed to the said instrument are such corporate seals, that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority f Nora M Stranko Notary Public CERTIFICATE My Commission Expires March 31,2018 I,the undersigned,Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing,is a true and correct copy of the Power of Attorney executed by said Companies,which is still in full force effective as of July 20, 2 017 Signed and sealed at the City of Hartford �,YYif�y �yts>.ogq. ti xF,'trS:gJ Kti,� pJy��9 4 q ANr yri �ntPoo" `n ••r � ,;.'+ r 19'e7 .� ' • o� � tic 1�• • ;:- � b i ',i►� _ :. �,•,axv,irtv`'„ • a•ati!' :y:f:1879)sa aoi iy79 b �` � �"•.asaa ,yrR v tv°�/ • � I;`:,''c ir/oi5° 4nN�' �. t/Z V• Kevin Heckman,Assistant Vice President POA?1116 C HARTFORD FIRE INSURANCE COMPANY Hartford!, Connecticut Financial Statement December 31, 2016 Statutory Basis ASSETS LIABILITIES I.S. Government Bonds................... $ 470,088,466 Reserve for Claims $ 3onds of Other Govemments............. 157,991,464 and Claim Expense.......................... 7,803,571,492 State,County Municipal Reserve for unearned Premiums................ .2,123,228,931 Miscellaneous Bonds............ 11,611,543,509 Reserve for Taxes,License Stocks............................... 5,786,059,5{}0 and Fees....................................... 57,955,851 'hort7e►m Investments ................... 736,098,910 Miscellaneous Liabilities................. 3,041,210,461 $ 18,761,781,851 Total Llabilities..................................... 13,026,864,735 Zeal Estate......—........................... $ 339,636,601 Capital Paid In $ 55,320,000 Sash........................................... 80,696,904 Surplus..........,..... 12,459,301,011 kgents' Balances(tinder 90 Day) ...... 2,963,110,122 3ther Invested Assets..................... 494,820,965 Surplus as regards Policyholders........... $ 12,514,621,011 Aiscellaneous............................... 2,900,534,297 Total Liabilities,Capital rotal Admitted Assets................... $ 281,540,585,746 and Surplus................................. $ ,2;5,540,585,746 STATE OF CONNECTICUT ;OUNTY OF HARTFORD SS. '171Y OF HARTFORD Michael R. Hazel,!lice President and Controller.and Allen R.Craig,Assistant Secretary of the Hartford Fire Insurance Company,being duly 3wom, each deposes and say that the foregoing is a true and correct statement of the said company's Financial condition as of December 31. 2016. 3ubscvbed and sworn to before me this ?0th day of April,2017, Vice Presided a d Cg ntroller r Notary Public LAURIE HANSE!N Assistant Secretary NOTARY PLISUC State of Connecticut My Commission Expires December 31,2018 Form CS-19-37 HF printed In U.S.A. State of New York DEPARTMENT OF FINANCIAL SERVICES Y1 nE tEm rr APPEARS TtiAT Hartford Fire Insurance Company Home Office Address Hartford, Connecticut Organized under the Laws of Connecticut 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, elevator,animal,collision,personal injury liability,property damage liability,workers'compensation and employers' liability,fidelity and surety,credit,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, 10, 11, 12, 13, 14, 15, 16, 17, 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 1113(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),and as authorized by Section 4102(c), insurance of every kind or description outside of the United States and reinsurance of every kind or description to the extent permitted by certified copy of its charter document on file in this Department until July 1,2016. In Witness Whereof, I have hereunto set IO RKmy hand and affixed the official seal of this Department at the City of Albany, New York, this * 1st day of July, 2015 1 U Anthony J. Albanese > Acting Superintendent ��ti FxC8L5ioR h Qac 4V rOP FINA1 00 y v Jacqueline Catalfamo Special Deputy Superintendent Original on Watermarked Paper f CERTIFICATE OF SOLVENCY UNDER SECTION 1111 OF THE NEW YORK INSURANCE LAW STATE OF NEW YORK DEPARTMENT OF FINANCIAL SERVICES It is hereby certified that HARTFORD FIRE INSURANCE COMPANY Of Hartford, Connecticut a corporation organized under the laws of the State of Connecticut and duly authorized to transact the business of insurance in this State, is qualified to become surety or guarantor on all bonds, undertakings, recognizances, guaranties and other obligations required or permitted by law; and that the said corporation is possessed of a capital and surplus including gross paid-in and contributed surplus and unassigned funds (surplus) aggregating the sum of$12,514,621,011(Capital $55,320,000) as is shown by its sworn financial statement for the Year End as of December 31, 2016, on file in this Department, prior to audit. The said corporation cannot lawfully expose itself to loss on any one risk or hazard to an amount exceeding 10% of its surplus to policyholders, unless it shall be protected in excess of that amount in the manner provided in Section 4118 of the Insurance Law of this State. Yoa� In Witness Whereof, I have here- unto set my hand and affixed • - the official seal of this Department r°�' ` _ ��, in the City of Albany, this ( a 10th day of July, 2017 Maria T. Vullo Su erintendent B Jacqueline Catalfamo Special Deputy Superintendent www.dfs.ny.gov ACKNOWLEDGMENT OF SURETY STATE OF New Jersey COUNTY OF Burlington On July 20, 2017 , Steven Raffuel to me known,who, being by me duly sworn, did depose and say that he/she is an Attorney In Fact of Hartford Fire Insurance Company the corporation described in and which executed the within instrument;that he/she knows the corporate seal of said corporation; that the seal affixed to the within instrument is such corporate seal; and that he/she signed the said instrument and affixed the said seal as Attorney In Fact by authority of the Board of Directors of said corporation and by the authority of his/her office under Standing Resolutions thereof. OTARY PUBLIC C==BROVWVNNotary PeyMy PA .11US P.O.Box 530-Hammonton,Nl 08037 Phone(609)561-4161-Fax(609)561-0920 July 20, 2017 Thos. H. Gannon &Sons, Inc. 372 Middle Country Rd Middle Island, NY 11953 Attn: Pat Austin RE: Towyn of Southold For the Purchase&Application of Asphalt Road Materials Polymer Modified Emulsified Asphalt Pavement—Type If Micro-Surfacing Gentlemen: As an approved supplier of Asphalt Emulsions for the states of New York, New Jersey, Pennsylvania, Delaware and Maryland, we will provide the Asphalt Emulsion needs as specified by the Town of Southold Specifications. We can provide both timely deliveries and specified material for this project. Very truly yours, ASPHALT PAVING SYSTEMS, INC. eqJ-itVXf;t-- Robert Bevilacqua Project Manager RB/Id Thos. H. gannon an Sons, Inc. PO 0®x 505 Middle Island, NY 11953 (631) 205-0060 fax (631) 205-0073 Equipment List Quantity Make Year Model Description 8 Bergkamp 2001 L-9000 Mobil Mix Paver 6 Bergkamp 2003 L-9000 Mobil Mix Paver 3 Bergkamp 2004 L-9000 Mobil Mix Paver 3 Bergkamp 2010 L-9000 M-1 Paver 4 Bergkamp 2004 L-9000 Mobile Support 12 (13 CY) 2007 L-9000 Trucks 2 Bergkamp 2008 L-9000 Mobile Support (21 CY) L-9000 Trailers 7 Ford 2006 F350 Stake Body 8 Ford 2010 F350 Utility Body 12 Ford 2010 F350 Crew Cabs 2 Athey Mobil 2010 Broom 4 CAT 1996 PS-130 Rubber Tire Roller 6 CAT 2011 PS-360 Rubber Tire Roller 8 CAT 2012 936g Wheel Loader 13 CAT 2010 938 Loader 1 CAT 2009 938 Loader 2 CAT 2008 926 Loader 6 Etnyre 1998 Series 6000 Bulk Tanker 12 Fruehauf 1992 6000 gal Bulk Tanker 14 Heil 1991 6500 Bulk Tanker 4 Etnyre 1990 6000 Bulk Tanker 4 Etnyre 2000 Centenial Oil Distributor (2000) 3 Etnyre 2006 Black Topper Oil Distributor (2000) 2 Etnyre 2011 Black Topper Oil Distributor (2000) 2 Etnyre 2011 Black Topper Oil Distributor (4000) 1 Etnyre 2011 Model 4WD Chipper(10-20') 1 Etnyre 2012 Model 4WD Chipper(11-22') MICRO-SURFACING MIX DESIGN AND MATERIALS ANALYSIS Project Na.: _1_01V'� s'.41,01i District: Date: -2//e7'/1-7 State Route No.: Location: Uk rt o,,s ErnulsionSource: Bw.dq Sys%�ms Type: CTS 11%p r , Aggregate Source: Ti t.co� Ox ropzo 0-3— Type: 4_X Aggregate Test Results 140 Aggregate Gradation Chart Sand Equivalency: 3 90 1 Gradation Sieve Size % Passing Spec. 80 1/2-inch loci I ba 3/8-inch70 lOS? SOC No. `I 8 q0- ion 60 No. 8 // ?p bO No. 16 7a a 50 No. 30 3Q 3o-.5o 40 No. 50 �Za 1�-30 No. 100 Iq_ 30 �\ No. 200 to S-1S 20 Filler 10 Product: 36 QT LA M D tE_" Type: Y Source: 1=Ss P-cic 0 3!8 4 8 16 30 50 100 200 Sieve Size Additive Asphalt Emulsion Test Results z o /��tS L✓ Residue After Distillation: 6 /° Product: /L�9 1 aKK Softening Paint: Source: Ck>> Eo(-E Z'iscostt at 60bC (1401; : Ge —poise Mix Desimn Test Results Recommended Mix Design Mia Time: seconds Aggregate: 100 % 'feet Cohesion, 30 Minutes: 13 kg-cm r 60 Minutes: d� k -cm Emulsion: / Wet Track Abrasion Loss, I Hour Soak: 3:3y/square foot Filler: � =r � % 6 Day Soak: 4-� ==S/square foot water: A_�� �1.7fD % Loaded Wheel Test,Lateral Displacement: % Additive: As N:,i` Classification of Com atibility: ti total points x Wet Stripping% Mixing, Setting and 1420 Resistance PA-ss Signed: C ems_G .x Title: a, C . Date: "7 i w ty nge it� Iologies Pavement Technologies 5255 Virginia Avenue North Charleston,SC 29406 Micro Surfacing Mix Design Asphalt Paving Systems March 24,2017 The Job Mix Formula(JMF)below was determined following a laboratory evaluation of the submitted materials: Design Materials Aggregate: Tllcon Oxford Quarry Type II(Received February 9,2016) Emulsion Source: Asphalt Paving Systems Specification: NJDOT 902.09 Micro Surfacing A series of tests was performed in the lab to optimize the Job Mix Formula. The cement dosage was varied to establish its effect on mix time. Six-day Wet Track Abrasion and Loaded Wheel Displacement tests were performed at the design JMF dosage to establish a working range for the residual solids content of the mix. Cohesion and other system tests were verified on the job mix formulation. Job Mix Formula(percentages based on dry weight of aggregate) ':s a,;';Y e.�" _ Coiriporienf' -,-• Minimum";,; `E.;` `:1MFV,Maximum Type I Portland Cement' 0.5 1.0 1.5 Total ater;,, ;�; -;;,,.•-.��,�i°���,¢ � rieeded�far conslstency:�' _�i Emulsion(based on 64.2%) 12.0 13.0 14.0 Residual•so_I_id_s content..,_._.. .;.,.;�.:.s;.._;.a;.:`..�w.:..�:7;7. .�..._..�._._`�=-3``8:3:W w; ;�.`,.:�: '-9:Oj'�;.`,,,:_�':= lAggregate 100 'Increases in cement content reduce mix time. Page 1 of 4 F—I Ingevity L-z-J Pavement Technologies P n dgelvity 5255 Virginia Avenue North Charleston,SC 29406 Aggregate Testing Sieve Analysis �.-'Welq t(q gie'Ve# "' a h -) .:,%Retained,,--,--- pect icaftri 1/2" 0.5000 0.00 0.00 100 4 0.1870 26.13 2.43 98 90-100 0937, 8"" 25.8 ..-- -'72' ` 16 0.0469 254.18 23.59 48 45-70 50 0.0117 112.84 10.47 22 18-30 ... ....... 200 0.0029 48.84 4.53 10 5-15 Pan, z,.107510 Totals 1077.39 100.00 Sieve Analysis (0.45 Power Chart) 100 80 60 40 20 I0, 0 #200 #50 #30 #16 #8 #4 3/8" 1/2" 1 #100 Sieve Sand Equivalent R6iult ' Specification, 73 65 minimum Page 2 of 4 Ingevity Pavement Technologies 'ingievity 5255 Virginia Avenue North Charleston,SC 29406 Mixture Testing Wet Track Abrasion,6-Day Soak(ISSA TB 100) -To Emulsion, 6r aii'd ernen '4Lo 11.0 9.3 1.0 75 84 Average 12.0 8.3 10 53 53� 14.0 7.3 1'.0 37 73- 38 Average Wet Track Abrasion,I-Hour Soak(ISSA TB 100) miA on" 'l'.T601 Wit 12.0 8.3 1 0 40 14.0. i f7j;3 Loaded Wheel Test,Stability and Resistance to Compaction(ISSA TB 147) n, I er a 12.0 7.3 1.0 2 14.0 :}.,:9:0. Sand Adhesion,Loaded Wheel Test(ISSA TB 109) wt mu V­14on,z,f! 6 Total Wates: "{`,%Portlynd:'Ce"menu: Adhesiontq/ft�} 12.0 7.3 1.0 27 _14.0, 6.3– x_ T,Q,,_ Schulze-Breuer and Ruck Compatibility(ISSA TB 144) t D Sample— Absorption(g) 1.0 1.0 1.0 1.0 - 4korpsion Loss.(g) bw 4- k j 100 100 t 100 100 4 Integrity 73 3 POINT TOTAL 11 Page 3 of 4 , ED, /»o*»*Y Pavement Technologies 119 ev I ty oz5sVirginia Avenue North Charleston,aCcn4ws Mixture Characteristics,Job Mix Formula Mix Time 77'F ISSA TB 113 120s 135 Mix Time Cohesion 2 30 minute ISSA TB 139 12 kg-cm 13 Wet Stripping ISSA TB 114 90% 100 6-Day Soak 75 g/ft2 46 4 SS 14 Specific Gravity ISSA TB 147 2.10 1.97 16f�ssification SBR ISSA TB 144 11 Points 2These values were obtained from samples cured outdoors with an air temperature of 71*F ^According mmaArallo.1ao.the equivalent value muspin mozkg-cm 4 The wet track and loaded wheel values were interpolated at the job mix formulation emulsion content Please boaware that while these results were favorable,they were achieved under laboratory conditions. Raw material samples utilized in this evaluation may or may not be representative of the materials used in the field. Variations in those me0*ho|x,production oquipment,and environmental conditions at the time of application may require adjustments homaintain optimum product performance Thank you for allowing|ngewity 0owork with you on this pnxocL If you have any questions or comments,please contact me —3<— Ernie Rowland ,—smmnmw|anu Pavement Preservation Development Chemist Phone. (843)746-8676 oob«�mwland inge ily��Lcii� Page 4of4 qS—I hPMC ASPHALT PAVING SYSTEMS, INC. ASPHALT PAVING SYSTEMS PRODUCT: C-Q-1 hP6 TANK NO. 4- READING AVENUE TERMINAL:HAMMONTON QUANTITY HAMMONTON,N]08037 DATE IN: 5fl>-117 SAMPLED 13Y:,(vjc,Z2ev 609-5614161 DATE TESTED: h/1("f,7 LOT NUMBER: ,- TEST ANALYSIS OF EMULSIFIED ASPHALT TEST N-2 SPEC Particle Cha a Positive Viscosi , Sa bolt IoI 25C77F),sec. 100 Stora a StabHi t24 hr., % Note 2 1.0 Sieve Test o 0.1 Distillation: Note 3 s halt, ercent b mass 2+TEST ON RESIDUE FROM DISTILLATION Penetration 25C 7 , 100 5 sec. 90Ductili at 25C 7 5cm/minute, cm +Rin anal Ball Softenin Point +Absolute Viscosi at 60C 140 30 cm ,Poises + Solubili in trichloroeth Iene, percent 9 96+ Note 2: This test regfri c#;0n representative samples is waived if succes sU10i4lation of the material has been ach ei ved in the field. Note 3: AAS-HTO T-59 modified to maintain a 176.5C+5.5C (350F+ 10F) maximum temperature for 15 minutes. Use an ASTM 16C thermometer to monitor the temperature of the emulsion I hereby certify that these re, Its obtained by the current Test Methods are accurate for the sample taken. Signature: ✓;S q,;j Title: Tech Consultant Date: ; F 'hs® H. gannon an Sons, Inc. PO Box 505 Middle Island, NY 11953 (631) 205-0060 fax (631) 205-0073 'PROJECTS COMPLETED OF A SIMILAR NATURE Location Year of Project Square Yards of Project Contact Town of Smithtown, NY 2015 117,187 Glenn Jorgenson 631-360-7500 Town of Babylon, NY 2016 76,746 Vincent Galdiero 631-957-3092 Town of Southold, NY 2016 49,577 Vincent Orlando 631-734-5211 East Hampton Village, NY 2016 19,091 Mike Booker 631-324-4150 Sag Harbor, NY 2016 18,995 Dee Yardley 631-725-0107 w r THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, THAT WE Suffolk Asphalt Corp 30A North Dunton Avenue, Medford NY 11763 as Principal, hereinafter called the Principal, and The Ohio Casualty Insurance Company 1200 MacArthur Boulevard Mahwah NJ 07430 a corporation duly organized under the laws of the State of NH as Surety, hereinafter called the Surety, are held and firmly bound unto Town of Southhold 53095 Main Road, Southold, NY 11971 as Obligee, hereinafter called the Obligee, in the sum of One Hundred Dollars 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"Type 6 Top" 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 18th day of July 2017 Suffolk Asphalt Corp. _ (Principal) (Seal) (Witness) B ��� !/X -r (Title) The Ohio Casualty Insurance Company (Surety) (Seal) ( (Witne ) j Atto ey-in a homas Ni and (Tide) AIA DOCUMENT A310•BID BOND AIA•FEBRUARY 1970 ED.i THE AMERICAN INSTITUTE OF ARCHITECTS,1735 N.Y.AVE.,N.W.,WASHINGTON,D.C.20006 ACKNOWLEDGEMENT OF CONTRACTOR, IF A CORPORATION STATE OF NEW YORK COUNTY OF Su T-1- l ON THE a0 DAY OF JULY 2017 BEFORE ME PERSONALLY CAME C�rj46ow \Jtccko- TO ME KNOWN, WHO BEING BY ME DULY SWORN, DID DEPOSE AND SAY THAT (S)HE RESIDES AT old en, N�I • THAT (S)HE IS THE ?Ce,50er+ OF SUFFOLK ASPHALT CORP. A CORPORATION DESCRIBED IN AND WHICH EXECUTED THE ABOVE INSTRUMENT; AND THAT (S)HE SIGNED HIS/HER NAME THERETO BY ORDER OF THE BOARD OF DIRECTORS OF SAID CORPORATION RENEE AMM NOTARY P`BBC,Stag d W"'kRok o � No.01AP16n.Sum lq ACKNOWLEDGEMENT OF SURETY STATE OF NEW YORK COUNTY OF SUFFOLK ON THE 18TH DAY OF JULY 2017, BEFORE ME PERSONALLY CAME THOMAS M. NILAND TO ME KNOWN, WHO, BEING BY ME DULY SWORN, DID DEPOSE AND SAY THAT (S)HE RESIDES AT LIDO BEACH, NY THAT (S)HE IS THE ATTORNEY IN FACT OF THE OHIO CASUALTY INSURANCE COMPANY THE CORPORATION DESCRIBED IN AND WHICH EXECUTED THE ABOVE INSTRUMENT; THAT (S)HE KNOWS THE SEAL OF SAID CORPORATION; THAT ONE OF THE SEALS AFFIXED TO THE FOREGOING INSTRUMENT IS SUCH SEAL; THAT IT WAS SO AFFIXED BY ORDER OF THE BOARD OF DIRECTORS OF SAID CORPORATION; AND THAT (S)HE SIGNED HIS/HER NAME THERETO BY LIKE ORDER 1 � 2 Notary ublic BAiYP CON�� ` p�uwic,State 0 N(10 a W, 01004 12 ovollied in Nassau Com i - Sune 10, 20 J - THIS POWER OF ATTORNEY IS NOT-VALID'UNLESS:IT,IS-PRINTED'ON-RED_BAGKG ROUND: __ This Power of Attorney limits the acts of those named herein,and they have no`author6 Co.bind the_Company except i_the manner and to the extent herein stated. -Certificate No.7783825_ _ `Liberty Muttial,ln"surance`Company _ ; - _ = -_ -_ _ The,Ohio Casualty Insurance;.Company _ _..,'West=American Insurancd Companq P011VER OFATTO:RNEY -KNOWN ALL PERSONS-BY THESE;PRESENTS That'The_Ohio Casualty-lnsurapce Company,Is,a-'corporation duly,o-rganized under the.laws of-the=State=of New Hampshirei that _ ,Liberty.Mutual Insurance Company-is`a=corporation,ably,organiied undeFthe;liwi of'the;State,of Massachusetts;and:VVestAmericari.insurance Company is`a corporation duly :organized under the laws.of tFie:State-of-Indiana_(herein collectively;catled;the'Co'nfpaoles}purs`uant to and-by adthonly herein_set fori_h;does fierebyname,constitute and a_'ppoin_t, Gaye E.Conklin;'Leonard-Scloscia;-ThomasM Nlfand, all,ofthe city of East Hampton-: state of"N4 each Individually if_there be mor 3fian one named„its Vac and'lawful"attorney--1W-fact to,make;eXecute;seal;acknowledge- , and deliver,for and ori its behalf as surety and as its actanddeed,,8o nd-all undertakings;bonds,recognisances and other-surety otiligatioits in ptirsuance of_these presents and shall' - be.as"`binding upon the Companies asif ttiey-have been du(y"_signed by."fhe p�esideiit and`attested by the secretary:of tfie Companies in thea own proper-persons` ::IN:WITNESS:WHEREOF,,ffiis''P6wer ofAitorney:kras-6een,sutiscnbed b ao-aultiorized=officer of A_fficta_I-of ttie Coro aniesand the-co orate sealsof,thetC mpinies have been affixed y p. p atiereto_ltiis'30th' day:of May'__ 2017_ = '- = = =- > = = - :ca - PL o� (iq- - •,JPS. ?-1,p C1,r`. R7��r _ - - - - - -- - J•roe rt,, 9.� rcr�,F �. �. �grr:yaT> r _ _ - _ _ _ -_ The:Ohio,GasUalty'Insu`rance Com ail - -tits - P_ _Y N - r r Lille"-;Mutual-lrisurance-company, - m 1919• n > o P Y c 1912 ,:1991 s - - c: - - eC = West' merlcari lnsUr`ance-Com an- p --�--. _P ,Y� 41' 1- - y' ++, _ - David _ - M-C a ssistan,Secretary 'C STATEOEPENNSYLVANIA� ss =COUNT�OFMONTGOM RY -= - - - - - - - - - - - - - - - - - - - _ O 30th= M ' ��Onahls_ day�of ay - - =,=2017 'before'me' ersonall a"�eared;Da"vid M=Care�;-who=acknowletl�ed himself-to-be'the'AssistanLSecreta •hof-L'ibert;Mulual'Insurance- - - .:�_ Y, _,-9 __, -_._ ._ �- ry� - _�Y�.. �??d;=Goinp =The Ohro Gas`tially:Compahy, grid West-American In`surarici ..Compariy,:and'tha['he,-a,s"such,-bemg aut}iorize`d so-to;ao;ezecuteAhC-f6egoing iristrument-for,the.pur`poses .�,�- 0-—;-therein contained.by-signing on behalf of the'corpo'rations by himself as,a-'duly'authonzed-officer : - _ = - - _ jb IN WITNESS WHEREOF;I have hereunto subscnb d my,name`and;affixed my notafiafseal at King'oF P•russie;;Penrisylvania,on the day and:year first above.wniten.` PAST COMMONWEALTH OFtP.ENNSYLVANIA: ���y�ovw�(�{�•- N4�' Not'ar,al,SeaL': - a-- N, l ;TerPsa;Pastella Notary Pul he= - -Q ` _ oF_^ - i-Upper-BAarionTwp K4onlgomnry t ornly = Teresa=Pastella;Notary Ptibhc` =� ComnnSs on,F�pfies:March 28t 2021' - - ��,0 _ _ - _ _ - _ '•,yam{-VP�G_ ,Member;Penn Nann Assumban of Notarles- - ,_, _- - - ;Q,_ -C-m,.This.Power of Attorney'is_made and-executed pursuant to_and:by authorityof-iheFfollo�igi,,3.-taws, nd,Authorizati ns_of`The,Ohio_Castialty,,l_nsurance,Com_pan' bberty Mutual- :rA-p" '', ln`surance'Cornpahy,and West American Insurance Company wiilch,resolutions are now in full`fo?ce'and effect:readmg as follows: -t'a-ar =ARTICLE I OFFICERS=Section 12 Power of Attorney.An officer or ofher-;official'of.the Co ora6on;authorized;for that ur ose m wnbn by-the Chairman or the President;and subject-"O_c 4`,4;,to,-6d6h•h6tatioh as the;Chairman or,the'President may prescribe;shall appoint such attomeys;m=fact,as may oe:necessary fo_act iri behalf of the Corporation;to make,=execute,:s'_ -07a";acknowledge antl deliver as surety any and all undertakings,bonds,recognizance"sand other surety obligations Sticfi'attomeys m:fact,subject to;th"e,llmltations seffofih to their respective z `�4+ _powers of attorney,shall have full power fo bind"the,Corporatfon by their signature and execution=of;any such instruments and to'attach thereto the s­4eal:of-the Corporation When. —u �_ p sti,executed,such instruments shall be as binding as if signed,by the Pre`sidenf and etfesfed to by.ttie Secteta_`ry Any power or auttionty granted to any representative or attorney-tri-fact under => ;the,provisrons of this article may be revoked-at any time by-the,Board,the Chairman,the President or by the officer of officers granting such power or authority, : ARTICLE XIII-Execution of Contracts-SECTION 5-Surety=Bonds and Undertakings•Any,officer ofifie-Coinpany authonzed for-that purpose in writing bythe chairman or the president, eo_ >,as' and sub dct to such limitations as the chairman or the resident ma rescnbe_shall a omt such atlorne s m fact:"as ma be,necessa to act rn.behalf of the Company to make:execute,-:=-N Q j _seal;acknowledge and deliver.as surety any and ail undertakings;boil-0s,-recognizances and oilier surety_obligations Such attomeys-in fact subject to-the-6mltahons set forth in Uieir Z U respective powers of attorney,shall have full power to bind the Company by their,signature and'eaecution of anysuch instruments and to attach thereio'theseal of tfie Company When so _v executed such instruments shall be as binding asif signed by.tfie president-afid atfested bylhQ secretary._ cfl Certificate of Designation-The President of the Company'acting pursuant to the Byfawsof the Company,-authorizes David M.Carey;Assistant Secretary to appoint such attorneys-in-- Certificate ~ fact as may be necessary to act on behalf of the�Company-to m"ake,.eicecat6,seal,acknowledge and deliver as suretyany and all undertakinngs,bonds,recognlzances and other surety- obligations _ Authorization-By unanimous consent of the Company's-Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with"surety bonds.shall be-valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C Llewellyn, the undersigned, Assistant Secretary, The Ohio:Casualty Insurance:Company, Liberty'klutual Insurance Company, and_West American Insurance Company do hereby certify that the onginal power of attorney of which the foregoing is a fu)], true and corrkt copy of the Power of Attorney by said Companies, is in full force and effect and has not been revoked = _ IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this day of L - 20� TtiSY:;aS� 0 19 g Ip 797? 1941 t By: Renee C Llewe ,A--ssistant Secretary 11 of 100 LMS__12873_022017 Liberty THE OHIO CASUALTY INSURANCE COMPANY mutu,�L FINANCIAL STATEMENT—DECEMBER 31,2016 SURETY Assets Liabilities Cash and Bank Deposits................ .... ........... $62,496,514 Unearned Premiums......... ..............................$1,108,755,728 *Bonds—U.S Government..... .................. 391,344,337 Reserve for Claims and Claims Expense..............-- 2,757,420,371 Funds Held Under Reinsurance Treaties............... 0 *Other Bonds..................... ............. ... ......... 3,464,047,735 Reserve for Dividends to Policyholders..... . . ..... 151,185 *Stocks. ........ ..... ................ .......................... 281,912,685 Additional Statutory Reserve........ .... .............. 0 Real Estate .......... ............................................ 24,710,290 Reserve for Commissions,Taxes and Agents'Balances or Uncollected Premiums......... 668,153,487 Other Liabilities........................................ 53.393.377 Accrued Interest and Rents................. .... ........ - 31,694,708 Total.............................................................$3,919,720,661 Special Surplus Funds................. $ 15,241,173 Other Admitted Assets ....................................... 717,271,701 Capital Stock............ ............... 4,500,000 Paid in Surplus......................... 738,183,897 Unassigned Surplus.................... 963,985,727 Total Admitted Assets..................................... Surplus to Policyholders............................... 1,721,910,797 Total Liabilities and Surplus................................ P5.C,41 31.45R N INS& yJ 0 2(` * Bonds are stated at amortized or investment value;Stocks at Association Market Values. 1919 0 The foregoing financial information is taken from The Ohio Casualty Insurance Company's financial statement filed with the state of Ohio Department of Insurance. 1,TIM MIKOLAJEWSKI,Assistant Secretary of The Ohio Casualty Insurance Company,do hereby certify that the foregoing is a true,and correct statement of the Assets and Liabilities of said Coiporation,as of December 31,2016,to the best of my knowledge and belief. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Corporation at Seattle, Washington, this 23,d day of March,2017. Assistant Secretary S-12620CIC/a 3/17 BID BOND Travelers Casualty and Surety Company of America Hartford, CT 06183 KNOWN ALL BY THESE PRESENTS, That we, Rosemar Construction Inc.56 Pine St.,E.Moriches,NY119410, as Principal, and Travelers Casualty and Surety Company of America , as Surety, are held and firmly bound unto Town of Southold 53095 Main Road.,Southold,NY 11971 , as Obligee, in the sum of One Hundred Dollars Dollars ( $100-' )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 Hot Mix Asphalt Concrete"Type 6 Ton" ("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;wort: 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 17th day of 7By: 2017 ion In (Principal Travelers Casualty and Surety/oom�f ny of A a By: /� ✓ a`r Theresa reanis , A torney-in=Fact A' WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY TRAVELERSJ 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. 230351 Certificate No. 006709304 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 James Harnett,and Theresa Treimanis of the City of Garden City State of New York their true and lawful Attorney(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 permittediin any'actions or•pcoceedings allowed by law IN WITNESS WHEREOF,the Companies have caused this instrument?to be signed andytheivcoiporate seals to be hereto affixed,this 23rd day of March 2016 Farmington Casualty Company St.Paul Mercury Insurance Company -< Fidelity and Guaranty'Insurance""any�'a. " 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 { , °oF1RE�a�M1Vp2 .r' H III,SG .�t "'r„ Jp ly Arya �,,�p su yCt� Q� C p2L0� 1)AL t4p0. �p G ar _ �P v�ONPORA>y1 Qom'" ryn` oP 9 eaY� G 5 D cl ry7 tN��fltfll ®y�,gs* Z3 �l ... f m iW.CpRPOR4 Tf"m= w k � I) 1982 0 19/! "' �^• -a• --_ "= a NnRiFORD, `Tt�EGI� < z S i r �tQ 19Sf mI �`SEAL.ool i •SEAL,s CONN o CONN J�Y� n 1896 t 'eco �d•. a3�f i'o- :der ORD �........`.�0 rye >� `mid T� %m"`s�"ems°d° fB.:.A.N..•'j is - ra•{ e` �N+ yen v� �A1N� State of Connecticut By City of Hartford ss. Robert L Raney, error Vice President On this the 23rd day of March 2016 before me personally appeared Robert L Raney,who acknowledged Himself to be the Senior Vice President 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,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 G.TIT In Witness Whereof,I hereunto set my hand and official seal. VN My Commission expires the 30th day of June.2016 `� �[ Mane C Tetreault,Notary Public 58440-8-12 Printed in U S.A. WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER luapualupecInS A;ndaa 1p,laedg owejlele0 cull boar Ae luapuajumadng A4snneq VII ulwefuaq -9LOZ'IljdV jo Aap •`' LRLZ slyl'Auegly•}o AlIO 04118 i luawpbdaQ slyl}o leas Ielol}}o Q� ay} paxgje pue puey Aw las olun t -atay aney I 'JoalayM ssauliM ul 61S k8t71. •elels sly110 Meq aoujuI eyl �o g L Ltr uoilaaS ul papinold ieuup,w eql ul lunowe leyl to ssaaxa ul paloeloA eq lleys 11 ssalun 'saaployAollod o}snldms slt jo c/01, bulpaaoxe lunowp, ue dol paezey to:1sla quo Aue uo esol o}dlasll esodxa Alnimel louup,o uollejodioo pies eq •llpna of loud 'luawpEclaQ sly;, ul Gig uo 't LOZ 'Lg JagwaoaQ Papua JeGA eqj ao}luawalels leloueug UaoMs s}i/SCI UMoys sl s-e (-000`Ogt lg$ ILIideo)'9LP'L�g't,6L'Z$ to wns ail}6u11e69.tOa (snldms) spun}pau6lssaun pue snldlns patngla}uoo pue ul-pled ssoj6 6ulpnloul snldms pue lepcipm p,jo passessod sl uollaaodioo pies ayl IbLil pue :noel Aq palllwied ao pailnbei suolte6llgo maylo pue s6llueaan6 'saounvu6oaaj 's6ui>iupepun 'spuoq Ile uo joluejenb to Ala.ms awooaq of pag!lenb s1 'alp,ls sltll ul eomnsul jo sseulsnq ayl loesueil ol. pazliowe Alnp pue '}nolloemoo jo eIBIS ayl 10 sMel ay}aapun pazlue6jo uoll816dioo e lnolloauuoo 'pJOPPH}o E eoljawy jo Attp,dwoo Alamg pup,Allensuo sIalaneJl I IP-41 POINJOo Agaaay s!11 I , i MVI�IONVwSNl MOA MIN 9HI=10 G I.4 G NOIIO�IS 2IAG 1 AONAAIOS JO BIVOIA I �I�O Siff OIAH►3S rIONVf%U►a aO ►TiK3WIaVcIa,Q x�roa AAAA j10 91EsV�ns State of New York D$PA13'IMM OF FINANCIAL SERVICES -WilEIJEAS 1T APP AFX,THAT Travelers Casualty and Surety Company of Amerlea Home Office Address _ Hartford,Connect►cut Organized under the Laws of Connecticut has compiled 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,miscellanecusproperty,water damage;burglary and theft,glass,boiler�and machinery, elevator,animal,collision,personal injury liability,property damage liability,workers`compensation and employers' liability,fidelily and surety,credit,motor vehicle and aircraft physical damage,marine and inland marine,marine protection and indemnity,residual value,service contract reimbursement,legal services and gap insurance,as specified in paragraph(s)3,4,5,6,7,8,9, 10,-11, 12, 13, 14, 15, 16,17, 19,20,21,22,28,29 and 26(A)(B)(C)(D) of Section 1113(n)of theNew York Insurance Law and also such workers'compensation insurance as may be Moldeut to coverages contemplated under paragraphs 20 and 21 of Section 1113(a),including insurances described in the Longshoremen's and Harbor Workers'Compensation Act(Public,Law No.803,69 Cong.as amended;33 USC Section 90 f et seq.as amended),and as authorized by Section 4102(e),insurance of every kind or description outside of the United States and reinsurance of every kind or description to the extent permitted by certified copy of its charter document on file in this Departmentuntil July 1,2016. In Witness Whereof, x have hereunto set CORK s my hand and affixed the official seal-of this Department at the City of Albany, New York, this_ 1st day of July, 2015 u' rn v1 Anthony J.Albanese > Acting Superintendent cis SOA' YO By ` ` OF FI1�PAN Jacqueline Catalfama Special Deputy Superintendent original on Watermarked Papef e TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA HARTFORD,CT. 06183 ATTORNEY-IN-FACT JUSTIFICATION PRINCIPAL'S ACKNOWLEDGMENT—IF A CORPORATION State of New York,County of ss. m On this t� day of ,20 - ,before me personally appeare to me kno wh be' me ui sworn,deo s and sa s: Thai he/she resides in the Ci of that he/she is a y�� y City of corporation described in and which executed the within instrument that he/she knows the seal of said corporation;that the seal affixed to said instrument is such corporate seal;that it was so affixed by order of the Board of Directors of said corporation,and that he/she signed his/her name th Alikorde. , Cynthia Bunch ( _1�L� Notary Public State of NY No. 01-B00033778 Qualified in Suffolk Coun PRINCIPAL'S ACKNOWLEDGMENT-IF INDIMUAL OR FIRM Terra I Cores unty 10T l Srtate ofNew of uo o I }ss. On this day of .20 ,before me personally appeared to me known to be(the individual)(one of the firm of ) described in and who executed the within instrument,and he/she thereupon duly ac ki owledged to me that he/she executed the some(as the act and deed of said fum), - SURETY COMPANY'S ACKNOWLEDGMENT State of New York,County of On this �� day of Vu ,20�� before me personally appeared I a m r to me known,who,being by me duly 10-1.did depose and say: That he/he resides in the City of Q S�- {�- . that he/she is Attomey-in-Fact of TRAVELERS CASUALTY A"SURETY COMPANY OF AMERICA,the corpoorritton described in andAhich executed the within instrument;that he/she knows the corporate seal of said Company;that the seal affixed to said instrument is such corporate seal;and that he/she signed said instrument as Attorney-in-Far tby authority of the Board)of Directors of said Company,and affiant did further depose and say that the Superintendent d'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 qualified to become and be accepted as surety or guarantor on all bonds,undertakings,recognizances,guaranties,and other obligations required or permitted bylaw;and that such certificate has not been revoked. V A ejpry Public TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICAv` Q��,'pTA'R Hartford,Connecticut 06183 2�'• _ : ~'NtlUAL FEED IN •i FINANCIAL STATEMENT AS OF DECEMBER 31,2016 :NASSAU COUNTY i AS FILED WITH THE INSURANCE DEPT.OF THE STATE OF NEW YORK = COMM,EXP. CAPITAL STOCK 6,480,000 N °•,, 0111412018 ;' 4r e ASSETS LIABILITIES t£SURPLUS,'9r .s %% CASH AND INVESTED CASH S 23,923,843 UNEARNED PREMIUMS �t 11111 i 614��79,381,216 BONDS 3,472,067,233 LOSSES 758,091,002 STOCKS321,318,705 LOSS ADJUSTMENT EXPENSES 224,272,289 INVESTMENT INCOME DUE AND ACCRUED 42,069,894 COMMISSIONS 39,769,777 OTHER INVESTED ASSETS 3,108,073 TAXES,LICENSES AND FEES 13,875,052 PREMIUM BALANCES 217,161,397 OTHER EXPENSES 42,557,048 NET DEFERRED MASSET 69,571,966 CURRENT FEDERAL AND FOREIGN INCOME TAXES 11,351,548 REINSURANCE RECOVERABLE 23,137,819 REMITTANCES AND ITEMS NOT ALLOCATED 9,443,140 SECURITIES LENDING REINVESTED COLLATERAL ASSETS 6,917,816 AMOUNTS WITHHELD/RETAINED BY COMPANY FOR OTHERS 73,697,600 RECEIVABLES FROM PARENT.SUBSIDIARIES AND AFFILIATES 9,661,930 RETROACTIVE REINSURANCE RESERVE ASSUMED 977,978 ASSUMED REINSURANCE RECENABLEAND PAYABLE 593,147 POLICYHOLDER DIVIDENDS 9,082,602 OTHER ASSETS 6,199,678 PROVISION FOR REINSURANCE 3,555,060 ADVANCE PREMIUM 1,786,267 PAYABLE FOR SECURITIES 3,948,166 PAYABLE FOR SECURITIES LENDING. 6,917,816 CEDED REINSURANCE NET PREMIUMS PAYABLE 26,818,735 REINSURANCE PAYABLE ON PAID LOSSES&LOSS ADJ.EXPENSES 686,744 OTHER ACCRUED EXPENSES AND LIABILITIES 1,349,281 TOTAL LIABILITIES S 2,107,562,219 CAPITAL STOCK S 6,480,000 PAID IN SURPLUS 433,8D3,760 OTHER SURPLUS 1,647,905,524 TOTAL SURPLUS TO POLICYHOLDERS S 2,088,189,284 TOTAL ASSETS S 4,195,751,503 TOTAL LIABILITIES&SURPLUS $ 4,195,751,503 Securities carried at$6,654,005 in the above statement are deposited with public authorities,as required by law t TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA HARTFORD,CONNECTICUT 06183 FINANCIAL STATEMENT AS OF DECEMBER 31.2016 CAPITAL STOCK$6,480,000 ASSETS LIABILITIES&SURPLUS CASH AND INVESTED CASH $ 23,923,843 UNEARNED PREMIUMS $ 879,381,216 BONDS 3,472,067,233 LOSSES 758,091,002 STOCKS 321,318,705 LOSS ADJUSTMENT EXPENSES 224,272,289 INVESTMENT INCOME DUE AND ACCRUED 42,069,894 COMMISSIONS 39,769,777 OTHER INVESTED ASSETS 3,108,073 TAXES,LICENSES AND FEES 13,875,052 PREMIUM BALANCES 217,161,397 OTHER EXPENSES 42,557,946 NET DEFERRED TAXASSET 69,571,968 CURRENT FEDERAL AND FOREIGN INCOME TAXES 11,351,548 REINSURANCE RECOVERABLE 23,137,819 REMITTANCES AND ITEMS NOT ALLOCATED 9,443,140 SECURITIES LENDING REINVESTED COLLATERAL ASSETS 6,917,816 AMOUNTS WITHHELD/RETAINED BY COMPANY FOR OTHERS 73,697,600 RECEIVABLES FROM PARENT,SUBSIDIARIES AND AFFILIATES 9,661,930 RETROACTIVE REINSURANCE RESERVE ASSUMED 977,978 ASSUMED REINSURANCE RECEIVABLE AND PAYABLE 593,147 POLICYHOLDER DIVIDENDS 9,082,602 OTHER ASSETS 6,199,678 PROVISION FOR REINSURANCE 3,555,060 ADVANCE PREMIUM 1,786,267 PAYABLE FOR SECURITIES 3,948,166 PAYABLE FOR SECURITIES LENDING 6,917,816 CEDED REINSURANCE NET PREMIUMS PAYABLE 26,818,735 REINSURANCE PAYABLE ON PAID LOSSES&LOSS ADJ.EXPENSES 686,744 OTHER ACCRUED EXPENSES AND LIABILITIES 1,349,281 TOTAL LIABILITIES $ 2.107,562,219 CAPITAL STOCK $ 6,480,000 PAID IN SURPLUS 433,803,760 OTHER SURPLUS 1,647,905,524 TOTAL SURPLUS TO POLICYHOLDERS $ 2,086189,284 TOTAL ASSETS $ 4,195,751,503 TOTAL LIABILITIES&SURPLUS $ 4,195,751,503 STATE OF CONNECTICUT ) COUNTY OF HARTFORD )SS CITY OF HARTFORD ) MICHAEL J.DOODY,BEING DULY SWORN,SAYS THAT HE IS SECOND VICE PRESIDENT,OF TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, AND THAT TO THE BEST OF HIS KNOWLEDGE AND BELIEF,THE FOREGOING IS A TRUE AND CORRECT STATEMENT OF THE FINANCIAL CONDITION OF SAID COMPANY AS OF THE 31ST DAY OF DECEMBER,2016. SECOND VICE PRE I ENT ...r\� �. i`� �\ Lt) A 1 L` SUBSCRIBED AND SWORN TO BEFORE ME THIS NOTARY PUBLIC 17TH DAY OF MARCH,2017 SUSAN M.WEISSLEDER Nof Public Aly Covnn"_,ion Expires Arovem6r3 0,2017 ri sW �= J � c\°\ 111114111\\ 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 12th day of July , 2017, a notice of which the annexed printed notice is a true copy was affixed, 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 Bids izabeth A. Neville outhold Town Clerk Sworn before me this 12th day of Jul 2017. H IL Notary Pub is LYNDA M. RUDDER Notary Public, State of New York No.01 RU6020932 Qualified in Suffolk County Commission Expires March 8,20�, RC-250 LIQUID ASPHALT Item#2 "OIL & STONE" Year 2017-18 ITEM NO. 2 SPECIFICATIONS FOR THE PURCHASE & APPLICATION OF ASPHALT ROAD MATERIALS BITUMINOUS SURFACE TREATMENT RC-250 LIQUID ASPHALT "OIL & STONE" NOTE: THE TOWN OF SOUTHOLD WILL ALSO REQUIRE +/- 309000 SQUARE YARDS (more or less as may be needed) OF PAVEMENT TO BE APPLIED ON FISHERS ISLAND. THE CONTRACTOR SHALL BE REQURIED TO NOTIFY EACH RESIDENT AT LEAST 24 HOURS PRIOR TO ANY WORK ON TOWN ROADS. RESIDENTS MUST BE RE-NOTIFIED AFTER DELAYS DUE TO INCLEMENT WEATHER OR JOB OPERATIONS. 1 RC-250 LIQUID ASPHALT Item#2 "OIL & STONE" Year 2017-18 INSTRUCTIONS TO BIDDERS A. PROPOSALS Proposals must be made in strict accordance with the "Proposal Form" provided. The Proposal form shall not be detached from the bid package. Failure to comply with this requirement will constitute grounds for rejection of the bid subject to the digression of the Highway Superintendent. Any and all exceptions to the specifications shall be listed on a separate sheet bearing the designation: 'Exceptions to the Specifications", and attached to the Bid Form. Each proposal must be signed in writing with the full name and address of bidder. The bidders shall write in ink, both in words &numerals,the price for which he proposed to furnish all materials, plant, equipment,tools, shoring or bracing, or other facilities, &to perform all labor and services necessary for the proper completion of the work in strict accordance with the plans and specifications, and subject at all times to the approval of the Highway Superintendent. Proposals, together with the entire bid package, shall be delivered enclosed in an opaque sealed envelope and shall be addressed as indicated on Invitation to Bid. The envelope shall be marked "Proposal" bearing the title of work and the Bidders Name. Bidders may bid on one or any combination of items listed on the proposal sheet. No proposal shall be considered which has not been received by the Southold Town Clerk prior to the hour and date stated. B. PROPOSAL GUARANTY A proposal will not be accepted or considered unless accompanied by a guaranty in the form of a bid bond or certified check in the amount of one hundred ($100) dollars payable to the Town of Southold. As soon as the proposal prices have been compared, the Owner shall return the bidder's bond or the certified checks accompanying such proposals as, in his judgment, would not likely be involved in making the award. All other proposal quantities will be held until the contract and contract bond have been executed after which they will be released or returned to the respective bidders whose proposals they accor0panied. C. OMISSIONS AND DISCREPANCIES Bidders should carefully examine the specifications and fully inform .themselves of all conditions and matters which can in any way affect the work or the cost thereof. Should a bidder find discrepancies in or omissions from the specifications, or other documents or should he be in doubt as to their meaning, he should at once notify the Highway Superintendent who may issue a written instruction to all bidders. D. PUBLIC OPENING OF PROPOSALS Proposals will be opened and read publicly at the time and place indicated in the Invitation for Bids. Bidders, authorized agents, and other interested parties are invited to be present. 2 RC-250 LIQUID ASPHALT Item#2 "OIL & STONE" Year 2017-18 E. AWARD OF CONTRACT Award of contract will be made as soon as practical. The Superintendent of Highways reserves the fight to make awards by items, or as a whole, or not at all, whichever the Superintendent deems to be in the best interest of the Town. A contract may be awarded to a responsible bidder other than the lowest money bidder, if it is in the best interest of the Town. No bid may be withdrawn after scheduled closing time for receipt of bids for a period of 45 days pending execution of a contract by successful bidder. The competency and responsibility of the bidder and his sub-contractors will be considered in making, the award. The Town reserves the right to waive any technical error, to accept any bid, or to reject any or all bids. The contract form will be a Standard form of Agreement between Owner and Contractor. The Town will either award the project or reject all proposals received within forty-five (45) days after formal opening of proposals. Acceptance of a proposal will be a written notice signed by the Town Clerk& no other act shall constitute the acceptance of a proposal. F. WITHDRAWALS OF PROPOSALS Any bidder upon his or her authorized representative's written request presented not later than the hour set for the opening thereof, will be given permission to withdraw his proposal. At the time of opening the proposals, when such proposals are reached, it will be returned to him unread. G. REJECTION OF PROPOSALS The Town reserves the right to waive any technical error and to reject any and/or all proposals. Without limiting the generality of the foregoing, any proposal which in incomplete, obscure, or irregular may be rejected; any proposal accompanied by an insufficient or irregular certified check or bidder's bond bay be rejected, any proposal having interlineations, erasure or corrections may be rejected. The Town also reserves the fight to reject any bid if the evidence submitted in the qualification statement or an investigation of such bidder fails to satisfy the Town that such bidder is property qualified to carry out the obligations of the contract and to complete the work contemplated therein. Conditional bids will not be accepted. H. PLANT & EQUIPMENT The bidder shall State in his bid that be has available or under his control, plant and equipment of the character and in the amount required to complete the proposed work within the specific time. I TIME FOR EXECUTION OF CONTRACT Any bidder whose proposal shall be accepted will' be required to appear before the Town in person; or if a firm or corporation, a duly authorized representative shall so appear, and execute six (6) copies of the Contract and furnish satisfactory Performance and Payment Bond within ten (10) days after notice that the Contract has been awarded to him. Failure to execute Contract shall constitute a breach of the agreement effected by the acceptance of the Proposal The damages to the Town for such breach will include loss from interference with his construction program and other items, the accurate amount of which it will be difficult or impossible to compute. The amount of 3 RC-250 LIQUID ASPHALT Item#2 "OIL & STONE" Year 2017-18 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. Propertyage Insurance in an amount not less than One Million Dollars ($1,000,000.00) for damages on account of each accident and in an amount of not less than One Million Dollars ($1,000,000.00) for damages on account of all accidents. 4 RC-250 LIQUID ASPHALT Item#2 "OIL & STONE" Year 2017-18 Liability and Property Damage Insurance: The above policies for Public Liability and Property Damage Insurance must be so written to include Contractor's Protective Liability and Property Damage insurance to protect the Contractor against claims arising from the operations of a subcontractor. The policies shall also name the Town of Southold as an additional insured. Owner's Protective Public Liability and Property Damage Insurance: The Contractor shall furnish to the Owner, with respect to the operations he or any of his subcontractors perform a regular Protective Public Liability Insurance Policy for, and in behalf of the Owner, providing for a limit of not less than One Million Dollars ($1,000,000.00) for all damages arising out of bodily injuries to, or death of, one person and subject to that limit for each person, a total limit of One Million Dollars ($1,000,000.00) for all damages arising out of bodily injuries to, or death of, two or more persons in any one accident; and regular Protective Property Damage Insurance providing for a limit of not less than One Million Dollars ($1,000,000.00) for damages arising out of injury to, or destruction of, property in any one accident and subject to that limit per accident, a total (or aggregate limit of Two Million Dollars ($ 2,000,000.00) for all damages arising out of injury to, or destruction of, property during the policy period. This insurance must fully cover the legal liability of the Owner. The coverage provided under his policy must not be affected if the Owner performs work in connection with the project either for or in cooperation with the Contractor or as an aid thereto whether the same be a part of the Contract or separate therefrom, by means of its own employees or agents or if the Owner directs or supervises the work to be performed by the Contractor. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the Owner with certificates of each insurer insuring the Contractor of any subcontractor under this Contract except with respect to part D. As listed above. In respect to this paragraph, the Contractor shall furnish the Owner with the original insurance policy. Both certificates, as furnished, and the insurance policy, as required, shall bear the policy numbers, the expiration date of the policy and the limits of liability there under. Both the certificates and the policy shall be endorsed to provide the Owner with any notice of cancellation or non-renewal. 5 RC-250 LIQUID ASPHALT Item#2 "OIL & STONE" Year 2017-18 PROPOSAL FORM DATE: NAME OF BIDDER: TO: SOUTHOLD TOWN BOARD NOTE: All items listed herein must TOWN HALL be bid. Failure to bid any PO BOX 1179 item will be grounds for 53095 MAIN ROAD disqualification. SOUTHOLD,NEW YORK 11971 MEMBERS OF THE BOARD: The undersigned as bidder, declares that the only persons, company, or parties interested in this proposal as principals are named below; that this proposal is made without any connection, directly or indirectly with any other bidder for the same work; that it is in all respects fair and without collusion or fraud, and that no person acting for or employed by the aforementioned owner is or will be interested directly or indirectly, in the performance of the contract, or the supplies relating to it, or in any portion of the profit thereof; that he has carefully examined all project requirements, including bidding requirements, contract, general and special conditions, specifications, and addenda, if any (Note: acknowledgment of addenda and their dates must be included as indicated on bottom page); that he has satisfied himself by personal examination of the proposed work, and by such other means as he may have chosen, as to the conditions and requirements of the work; and he proposed and agrees that if his proposal be accepted he will contract to furnish all materials not provided by the Town (See Specifications) and to perform all the work required to construct, perform and complete the specified work; and that he will start the work as directed by the Town, he will accept, in full payment thereof as listed below: BID ON ASPHALT ROAD MATERIALS, BITUMINOUS SURFACE TREATMENT RC-250 LIQUID ASPHALT "OIL & RECYCLED STONE", IN ACCORDANCE WITH THE PROJECT REQUIREMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED CUMULATIVE "UNIT PRICE" OF: FURNISH AND PLACE THE FOLLOWING WITHIN Bituminous Surface Treatment Liquid Asphalt Grade RC-250 & 1A Stone (50,000 +/- sq.yds.) SOUTHOLD TOWN FISHERS ISLAND (written in words) Per Sq. Yd. (written in words) Per Sq. Yd. 6 RC-250 LIQUID ASPHALT Item#2 "OIL & STONE" Year 2017-18 (written in numbers) Per Sq. Yd. (written in numbers) Per Sq. Yd. Schim Mix Asphalt Concrete - Type 5 (500 +/- Ton) SOUTHOLD TOWN FISHERS ISLAND (written in words) Per Ton (written in words) Per Ton (written in numbers) Per Ton (written in numbers) Per Ton Fog Coat: RC-250 Liquid Asphalt (50 +/- Gallons) SOUTHOLD TOWN FISHERS ISLAND (written in words) Per Gallon (written in words) Per Gallon (written in numbers) Per Gallon (written in numbers) Per Gallon And he further agrees that if this proposal shall be accepted by the Town and that if he shall refuse, fail or neglect to enter into a Contract pursuant to such proposal and to the requirements of the Town, shall have been deposited in the mail addressed to him at the address given in the proposal, that he shall be considered to have abandoned the contract. We the undersigned, further agree that this proposal shall be reviewed by the Town to correct any deficiencies in the proposed scope of work and, if no corrections are necessary, further agree that this proposal is a formal bid and shall remain in effect for a period of forty-five (45) days,the Town will accept or reject this proposal or by mutual agreement may extend this time period. Signature of Bidder: Business Address: Telephone Number: Date: 7 RC-250 LIQUID ASPHALT Item#2 "OIL & STONE" Year 2017-18 1. DESCRIPTION Bids are requested for the purchase and application of Bituminous Surface Treatment that consists of OIL (Grade RC-250) & STONE (No. lA 1/4" Blue Stone) for the use in repair&maintenance of the Town Highways for the calendar year. The contractor shall also be required to provide &place quantities of Schim Mix Asphalt(Type 5) as needed and directed by the Superintendent of Highways. The attention of the bidder is specifically called to the fact that the quantities specified herein are considered an estimate only and may not be the quantity of material that will actually be required by the Town for the calendar year. 2. MATERIALS Asphalt Road Material shall be Grade RC-250 and shall meet the following Specifications: TEST Grade RC-250 Water, Max. (%) 0.2 Flash Point, C.O.C. F., Min. - Kinematic Viscosity @ 140 F. Centistokes 250 - 500 Distillation: % Total Distillate to 680 F. by Vol. To 437 F Min. 35 To 500 F Min. 60 To 600 F Min. 80 Residue from Distillation to 680 F % Volume by Difference, Min. 65 Tests on Residue Absolute Viscosity 140 F 600 - 2400 Ductility, 5 cra/min. @ 77 F cm. min. 100 % Sol. In CCL4, Min. 99 Required Temperature Mixing 100 - 175 Spraying 80 - 250 Blue Stone shall be No. IA - 1/4" Stone. Percent passing 1/4" screen 90 - 100 Percent passing 1/8" Screen 0 3. WEATHER LIMITATIONS The material shall be spread only when: 1. The read surface and atmospheric temperatures are at least 45 degrees F and rising. 2. The weather is not foggy or raining. 3. There is no forecast of temperatures below 32 degrees F within 48 hours from the time of 8 RC-250 LIQUID ASPHALT Item#2 "OIL & STONE" Year 2017-18 placement of the Asphalt Material. 4. Construction limits shall be between May 1 &November 1. 4. EQUIPMENT, DELIVERY & APPLICATION All asphalt & stone materials must be delivered to and applied within the Town of Southold. The successful bidder will be required to deliver and apply such asphalt& stone materials in quantities as directed by the Superintendent of Highways. All bituminous material distribution vehicles shall have full circulation spray bars & be equipped with a wheel calibrated instrument that will indicate pump output in gallons per minute to verify accuracy of application. Aggregate spreader shall be capable of spreading material up to ten (10') feet in width on a single pass and shall be capable of providing variable widths. The spreader shall be self propelled and have dual operator stations. Pneumatic tired rollers shall be required for compacting the surface treatment. Schim Mix Asphalt Concrete (Type 5) shall be applied at the discretion of the Highway Superintendent. Applications at all pot holes, broken &uneven pavement surfaces and other required areas shall be as directed by the Town. All-existing pavement surfaces where Schim Mix Asphalt Concrete work is required shall be fog sealed with RC 250 at 0.10 gallon per Square Yard prior to placement of pavement. All manholes, catch basins, curbs and other structures shall be protected against the application of bituminous material. After the area to be treated has been prepared to the satisfaction of the Highway Superintendent, an application of bituminous material (RC-250 Liquid Asphalt) shall be applied at the rate of three tenths (0.3) gallons per square yard and immediately covered with No. IA 1/4" Stone at the approximate rate of 25 lbs. per square yard. The stone course shall be completely rolled twice with a self-propelled pneumatic roller. 5. TRAFFIC MAINTENANCE The contractor shall be responsible for providing maintenance and protection of vehicular and pedestrian traffic associated with this work. Opening to traffic does not constitute acceptance of the work. The contractor shall also be responsible for providing all signage and traffic control during this work. END OF SPECIFICATION: 9 RC-250 LIQUID ASPHALT Item#2 "OIL & STONE" Year 2017-18 STATEMENT OF NON-COLLUSION (To be completed by each Bidder) In accordance with Section 103-d General Municipal Law, effective September 1, 1966, every bid or proposal hereafter made to a political subdivision of the State of any public department, agency, or official thereof or to a fore district or any agency or official thereof for work or services performed or to be performed or goods sold or to be sold, shall contain the following statement subscribed to by the bidder and affirmed by such bidder as true under the penalties of perjury; non-collusive bidding certification. A. By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief: (1) The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or any competitor. (2) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor. , (3) No attempt has been made or will be made by the bidder to induce any other person, partnership, or corporation to submit or not to submit a bid for the purpose of restricting competition. B. The person signing this bid or proposal certifies that he has fully informed himself regarding the accuracy of the statements contained in this certification, and under the statements contained in this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being applicable to the bidder, as well as the person signing in its behalf. C. That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signature of this bid or proposal on behalf of the corporate bidder. RESOLUTION Resolved that of the (Name of signatory) Be authorized to sign and submit the bid (Name of Corporation) Or proposal of this corporation for the following Project: Item #2 BITUMINOUS SURFACE TREATMENT RC-250 LIQUID ASPHALT "OIL & STONE" Peconic Lane, Peconic, New York 11958 and to include in such bid or proposal the certificate as to non-collusion required by section one-hundred-three- d (103-d) of the General Municipal Law as the act and deed of such corporation, and for any inaccuracies or miss-statements in such certificate this corporate bidder shall be liable under the penalties of perjury. The foregoing is true and correct copy of the resolution adopted by corporation at a meeting of the Board of Directors, held on the day of , 20 10 RC-250 LIQUID ASPHALT Item# 2 "OIL & STONE" Year 2017-18 (SEAL OF THE CORPORATION) Laws of New York, 1965 Ch. 751, Sec. 103-d, as amended& effective on September 1, 1965. Signature 11 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2017-18 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 +/- 305000 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 Item# 5 "Type 6 Top" Year 2017-18 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 Item# 5 "Type 6 Top" Year 2017-18 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 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 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2017-18 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 amagte 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 2017-18 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 PropeM 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 2017-18 PROPOSAL FORM DATE: NAME OF BIDDER: TO: SOUTHOLD TOWN BOARD NOTE: All items listed herein must TOWN HALL be bid. Failure to bid any PO BOX 1179 item will be grounds for 53095 MAIN ROAD disqualification. SOUTHOLD,NEW YORK 11971 MEMBERS OF THE BOARD: The undersigned as bidder, declares that the only persons, company, or parties interested in this proposal as principals are named below; that this proposal is made without any connection, directly or indirectly with any other bidder for the same work; that it is in all respects fair and without collusion or fraud, and that no person acting for or employed by the aforementioned owner is or will be interested directly or,indirectly, in the performance of the contract, or the supplies relating to it, or in any portion of the profit thereof; that he has carefully examined all project requirements, including bidding requirements, contract, general and special conditions, specifications, and addenda, if any (Note: acknowledgment of addenda and their dates must be included as indicated on bottom page); that he has satisfied himself by personal examination of the proposed work, and by such other means as he may have chosen, as to the conditions and requirements of the work; and he proposed and agrees that if his proposal be accepted he will contract to furnish all materials not provided by the Town (See Specifications) and to perform all the work required to construct, perform and complete the specified work; and that he will start the work as directed by the Town, he will accept, in full payment thereof as listed below: BID ON ASPHALT ROAD MATERIALS, 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 and seam seal joint application MADE WITH ALL (VIRGIN MATERIALS) 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 6 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2017-18 250—500 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 500— 1,000 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 Over 1,000 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 BID #2 FURNISH AND PLACE THE FOLLOWING WITHIN HOT Mix ASPHALT CONCRETE "Type 6 Top" which includes Tack Coat and seam seal joint application MADE WITH AN ALLOTMENT OF (30% OF RAP) RECYCLED ASPHALT PRODUCT INCLUDED IN THE MIXTURE ' 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 2017-18 250—500 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 500— 1,000 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 Over 1,000 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 BID #3 COLD MILLING & REMOVAL SOUTHOLD TOWN: FISHERS ISLAND: (written in words) Per Sq Yd (written in words) Per Sq Yd (written in numbers) Per Sq Yd (written in numbers) Per Sq Yd 8 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2017-18 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 BID #6 SITE PREPARATION—COST PER SQUARE YARD. Site Preparation shall include the excavation of existing soil to a maximum depth of twelve (12") inches in depth as directed by the Town. Sub-soil shall be compacted and a four (4") inch lift of Recycled Concrete Aggregate meeting State DOT Specification shall be place, graded and compacted in preparation for the placement of asphalt pavement. Cost Per Square Yard ($) written in words written in numbers 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 9 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2017-18 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: 10 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2017-18 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 % 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 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. 11 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2017-18 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. 12 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2017-18 9. TRAFFIC MAINTENANCE The contractor shall be responsible for providing maintenance and protection of vehicular and pedestrian traffic associated with this work. Opening to traffic does not constitute acceptance of the work.; The contractor shall also be responsible for providing all signage and traffic control during this work. 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 13 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2017-18 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# 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 _corporation at a meeting of the Board of Directors, held on the day of , 20 14 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2017-18 (SEAL OF THE CORPORATION) Laws of New York, 1965 Ch. 751, Sec. 103-d, as amended & effective on September 1, 1965. Signature 15 Type II Micro-Surfacing Item# 7 Calendar Year 2017-18 ITEM NO, 7 SPECIFICATIONS FOR THE PURCHASE & APPLICATION OF ASPHALT ROAD MATERIALS POLYMER MODIFIED EMULSIFIED ASPHALT PAVEMENT TYPE II MICRO - SURFACING 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. Type II Micro-Surfacing Item# 7 Calendar Year 2017-18 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. Type II Micro-Surfacing Item# 7 Calendar Year 2017-18 D. PUBLIC OPENING OF PROPOSALS Proposals will be opened and read publicly at the time and place indicated in the Invitation for Bids. Bidders, authorized agents, and other interested parties are invited to be present. E. AWARD OF CONTRACT Award of contract will be made as soon as practical. The Superintendent of Highways reserves the fight to make awards by items, or as a whole, or not at all, whichever the Superintendent deems to be in the best interest of the Town. A contract may be awarded to a responsible bidder other than the lowest money bidder, if it is in the best interest of the Town. No bid may be withdrawn after scheduled closing time for receipt of bids for a period of 45 days pending execution of a contract by successful bidder. The competency and responsibility of the bidder and his sub-contractors will be considered in making, the award. The Town reserves the,right to waive any technical error, to accept any bid, or to reject any or all bids. The contract form will be a Standard form of Agreement between Owner and Contractor. The Town will either award the project or reject all proposals received within forty-five (45) days after formal opening of proposals. Acceptance of a proposal will be a written notice signed by the Town Clerk&no other act shall constitute the acceptance of a proposal. F. WITHDRAWALS OF PROPOSALS Any bidder upon his or her authorized representative's written request presented not later than the hour set for the opening thereof, will be given permission to withdraw his proposal.;At the time of opening the proposals, when such proposals are reached, it will be returned to him unread. G. REJECTION OF PROPOSALS The Town reserves the right to waive any technical error and to reject any and/or all proposals. Without limiting the generality of the foregoing, any proposal which in incomplete, obscure, or irregular may be rejected; any proposal accompanied by an insufficient or irregular certified check or bidder's bond bay be rejected, any proposal having interlineations, erasure or corrections may be rejected. The Town also reserves the fight to reject any bid if the evidence submitted in the qualification statement or an investigation of such bidder fails to satisfy the Town that such bidder is property qualified to carry out the obligations of the contract and to complete the work contemplated therein. Conditional bids will not be accepted. H. PLANT & EQUIPMENT The bidder shall State in his bid that be has available or under his control, plant and equipment of the character and in the amount required to complete the proposed work within the specific time. Type II Micro-Surfacing Item# 7 Calendar Year 2017-18 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. Type II Micro-Surfacing Item# 7 Calendar Year 2017-18 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. Provegy 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 Type II Micro-Surfacing Item# 7 Calendar Year 2017-18 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. Type II Micro-Surfacing Item# 7 Calendar Year 2017-18 PROPOSAL FORM DATE: NAME OF BIDDER: TO: SOUTHOLD TOWN BOARD NOTE: All items listed herein must TOWN HALL be bid. Failure to bid any PO BOX 1179 item will be grounds for 53095 MAIN ROAD disqualification. SOUTHOLD,NEW YORK 11971 MEMBERS OF THE BOARD: The undersigned as bidder, declares that the only persons, company, or parties interested in this proposal as principals are named below; that this proposal is made without any connection, directly or indirectly with any other bidder for the same work; that it is in all respects fair and without collusion or fraud, and that no person acting for or employed by the aforementioned owner is or will be interested directly or indirectly, in the performance of the contract, or the supplies relating to it, or in any portion of the profit thereof; that he has carefully examined all project requirements, including bidding requirements, contract, general and special conditions, specifications, and addenda, if any (Note: acknowledgment of addenda and their dates must be included as indicated on bottom page); that he has satisfied himself by personal examination of the proposed work, and by such other means as he may have chosen, as to the conditions and requirements of the work; and he proposed and agrees that if his proposal be accepted he will contract to furnish all materials not provided by the Town(See Specifications) and to perform all the work required to construct, perform and complete the specified work; and that he will start the work as directed by the Town, he will accept, in full payment thereof as listed'below: BID ON TYPE "Il" MICRO-SURFACING OF TOWN ROADS WITH POLYMER MODIFIED EMULSIFIED ASPHALT PAVEMENT IN ACCORDANCE WITH THE PROJECT REQUIREMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED CUMULATIVE"UNIT PRICE" OF: Type II Micro-Surfacing Item# 7 Calendar Year 2017-18 BID #1 Option#1 Rate of Application. The Micro-Surfacing mixture shall be of proper consistency at all times so as to provide an application rate of: FIRST COAT: 13 lbs/Sq. Yd, SECOND COAT: 17 lbs/Sq. Yd. TYPE II MICRO-SURFACING SOUTHOLD TOWN: FISHERS ISLAND: (written in words) Per Sq. Yd. (written in words) Per Sq. Yd (written in numbers) Per Sq. Yd. (written in numbers) Per Sq. Yd. Option #2 ** Rate of Application. The Micro-Surfacing mixture shall be of proper consistency at all times so as to provide an application rate of. 20-22 lbs/Sq. Yd. TYPE II MICRO-SURFACING SOUTHOLD TOWN: FISHERS ISLAND: (written in words) Per Sq. Yd. (written in words) Per Sq. Yd (written in numbers) Per Sq. Yd. (written in numbers) Per Sq. Yd. BID #2 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 Type II Micro-Surfacing Item# 7 Calendar Year 2017-18 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: Type II Micro-Surfacing Item# 7 Calendar Year 2017-18 1. DESCRIPTION Bids are requested for the purchase and application of a Polymer Modified Asphalt Pavement Course to fill ruts or provide a wearing course for the existing pavement. The paving material shall be "Macroseal" or approved equal. The surface shall provide a dense smooth topping free of ravels and blemishes. It shall fill minor depressions, cracks and voids, and be non-bleeding. The mixture shall consist of a polymer modified cationic asphalt emulsion, mineral aggregate, mineral and field control additives and water. The mixture shall be properly proportioned, mixed and spread on the paved surface in accordance with this specification and as directed by the engineer. The contractor shall also be required to provide &place quantities of Schim Mix Asphalt ("Type 5") as needed and directed by the Superintendent of Highways, The attention of the bidder is specifically called to the fact that the quantities specified herein are considered an estimate only and may not be the quantity of material that will actually be required by the Town for the calendar year. 2. MATERIALS Emulsified Asphalt. The emulsified Asphalt shall be a quick-set polymer modified CSS-1H emulsion and shall conform to the requirements specified in AASHTO M208 and ASTM D2397. The polymer material shall be milled or blended into the asphalt or blended into the emulsifier solution prior to the emulsification process. The Emulsified Asphalt shall be produced by an approved materials manufacturing company capable of manufacturing a Micro- Surfacing Emulsion (MSE) meeting the following requirements. When tested, the Micro-Surfacing Emulsion (MSE) shall meet the requirements of AASHTO M208 and ASTM D2397 for CSS-1H plus the following: Test Quality Specification AASHTO T59 Residue after 62% Min. SDTM F244 Distillation * The temperature for this test should be held below 280 F (138 Q. Tests on Residue AASJTP T59 Softening Point 1357 (57°C) min ASTM D36 AASHTO T49 Penetration at 40 - 90 ASTM D36 77°F (25°C) ASTM 2170 Kenematic Vis 650 cSt/sec, min. @ 275°F (135°C) Each load of emulsified asphalt shall be accompanied with a certificate of analysis/compliance to assure that it is the same as that used in the mix design. Aggrelzate. The Type II mineral aggregate shall be manufactured crushed stone, sand; slag, crusher fines, or combination thereof. Smooth textured sand of less than 1.25% water Type II Micro-Surfacing Item# 7 Calendar Year 2017-18 absorption, as tested by ASTM C'128, shall not exceed 50% of the total combined aggregate. The aggregate shall be clean and free from organic matter, dirt, dust, and other deleterious substances. When tested, the Type II aggregate shall meet the following requirements Test Quality Specification AASHTO T176 Sand Equivalent 60 min. ASTM D2419 AASHTO T104 Soundness 15%max. using ASTM C88 NA2 SO4 or 25%max. using MgSO4 AASHTO T96 Abrasion 30% max. ASTM C 131 Resistance Abrasion tests shall be run on the aggregate before it is crushed. All aggregate shall meet New York State approved polishing values. Grading. When tested in accordance to AASHTO T27 - (ASTM C136) and AASHTO;T11 - (ASTM C1 17), the target mix design or aggregate gradation shall meet the following: Type II Aggregate Sieve Size Percent Passing Sieve Size Percent Passim 3/8" 100 #30 30 - 50 (+/- 5%) 44 90 - 100 (+/- 5%) #50 18 - 30 (+/- 4%) #8 65-90 (+/-5%) #100 10 -21 (+/- 3%) 416 45-70 (+/-5%) #200 5 - 15 (+/- 2%) Water. The water shall be potable and shall be free of harmful soluble salts. Polymer Modifier. The Polymer Modifier shall be milled into the asphalt emulsion. The emulsified asphalt shall be so formulated that when the paving mixture is applied at a thickness of three eighths (3/8) inch with the relative humidity at not more than 50 % and the ambient air temperature of at least 75 degrees F., the material will cure sufficiently so that rolling traffic can be allowed in one (1) hour with no damage to the surface, as verified by the engineer. Mineral Filler. The mineral filler shall be any recognized brand of non-air entrained portland cement or hydrated lime that is free from lumps. The type and amount of mineral filler needed shall be determined by laboratory mix design and will be considered as part of the mineral gradation requirement. An increase or decrease of less than one percent may be permitted when the Micro-Surfacing is being placed if it is found to be necessary for better consistency or set times. Type II Micro-Surfacing Item#7 Calendar Year 2017-18 3. GENERAL REQUIREMENTS: Truing & Leveling with Bituminous Asphalt Concrete. The pavement shall be equal,to NYSDOT-Type 5 Shim and shall be applied at the discretion of the Highway Superintendent. 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. All existing pavement surfaces where Schim,Mix Asphalt Concrete work is required shall be fog sealed with RC 250 at 0.10 gallons per Square Yard prior to placement of pavement. After placement, the Asphalt Concrete Materials 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. Mix Design. Before the work commences,the contractor shall submit a signed mix design report covering the specific materials to be used on the project. This design shall be performed by the emulsion producer. Once the materials are approved, no substitutions will be permitted unless first tested and approved by the emulsion producer and the engineer. The materials manufacturer shall develop the job mix design and present certified test results for the engineer's approval. Compatibility of the aggregate and the emulsion shall be verified by the mix design. The job mix formula shall provide a minimum Marshall stability of 1,800 pounds and a flow of 6 to 18 units when tested according to the ASTM 1559 or AASHTO 2450 procedure. All component materials used in the mix design shall be representative of the materials proposed by the contractor for use on the project. Specifications. The engineer shall approve the design mix and all Micro-Surfacing materials and methods prior to use. The component materials shall be within the following limits. Residual Asphalt - 5% to 9% by dry weight of aggregate Mineral Additive - 0.5%to 3% by dry weight of aggregate Polymer Based Modifier -minimum 3% solids based on bitumen weight content Field Control Additive - As needed to provide specified properties Water - As needed to provide proper consistency * Rate of Application. The Micro-Surfacing mixture shall be of proper consistency'at all times so as to provide an application rate of: FIRST COAT: 13 lbs/Sq. Yd, SECOND COAT: 17 lbs/Sq. Yd. ** Rate of Application. The Micro-Surfacing mixture shall be of proper consistency at all times so as to provide an application rate of: 20-22 lbs/Sq. Yd. Type II Micro-Surfacing Item# 7 Calendar Year 2017-18 Equipment. All equipment, tools and machines used in the performance of this work shall be maintained in satisfactory working order at all times. Descriptive information of the mixing and application equipment to be used shall be submitted for approval not less than 10 days before work starts. (a.) Mixing Equipment- The material shall be mixed by a mixing machine which shall be a continuous-flow mixing unit able to accurately deliver and proportion the aggregate, emulsified asphalt, mineral filler, field control additive and water to a revolving multi-blade mixer and discharge the thoroughly mixed product on a continuous basis. The machine shall have sufficient storage capacity for aggregate, emulsified asphalt, mineral filler, field control additive and water, to maintain an adequate supply to the proportioning controls. (b.) Proportioning Devices - Individual volume or weight controls for proportioning each material to be added to the mix shall be provided. Each material control device shall be:so calibrated and properly marked. They shall be accessible for ready calibration and to be equipped with a revolution counter or similar device so that the engineer may determine the amount of each material used at any time. (c.) Emulsion Pump - The emulsion pump shall be a heated positive displacement type. (d.) Spreading Equipment- The paving mixture shall be spread uniformly by means of'a mechanical type squeegee box, equipped with paddles to agitate and spread the materials throughout the box. The equipment shall provide sufficient turbulence to prevent the mix from setting in the box or causing excessive side build-up or lumps. Flexible seals shall be in contact with the mad surface to prevent loss of mixture from the box. The rear seal shall act as a final strike off and shall be adjustable. The contractor shall operate the spreading equipment in such a manner to prevent the loss of the mixture on super-elevated curves. The mixture shall be spread to fill cracks and minor surface irregularities and leave a uniform skid-resistant,surface without causing skips, lumps or tears in the finished surface. (e.) Auxiliary Equipment - Other tools or equipment such as brushes, hand squeegees, hose equipment, tank truck water distributors and flushers, power blowers, barricades, etc., shall be provided as required. Machine Calibration. Each mixing unit to be used in the performance of the work shall be calibrated in the presence of the engineer prior to construction, or previous calibration documentation covering the exact materials to be used may be acceptable provided they were made during the current calendar year. Weather Limitations. The material shall be spread only when: 1. The road surface and atmospheric temperatures are at least 45 degrees F. and rising. 2. The weather is not foggy or rainy. 3 There is no forecast of temperatures below 32 degrees F. within 48 hours from the time of placement of the mixture. Type I1 Micro-Surfacing Item# 7 Calendar Year 2017-18 Surface Preparations. The area to be surfaced shall be thoroughly cleaned of vegetation, loose aggregate, dirt, grease, oil or any type of objectionable surface film. Manholes, valve boxes and other service entrances shall be protected from the surfacing material. Stockpiles. Precautions shall be taken to insure that stockpiles do not become contaminated. Stockpiles shall be kept in areas that drain readily. Application. The surface shall be pre-wetted by fogging ahead of the spreader box. The entire surface should be damp with no apparent flowing water in front of the box. The surfacing mixture shall be of the desired consistency upon leaving the mixer and no additional materials should be added. A sufficient amount of material shall be carried in all parts of the spreader at all times so that a complete coverage is obtained. Overloading of the spreader box should be avoided. No lumping, bailing, or unmixed aggregate shall be permitted. No streaks, such as those caused by oversized aggregate, will be left in the finished surface. If excess oversize develops, the job will be stopped until the contractor proves to the engineer that the situation has been corrected. No excess build-up, uncovered areas or unsightly appearances shall be permitted on longitudinal or transverse joints. The contractor shall provide suitable width spreading equipment to produce a minimum number of joints. The finished surface shall present a uniform and skid resistant texture satisfactory to the engineer. Areas which cannot be reached with the mixing machine shall be surfaced using hand squeegees to provide complete and uniform coverage. The area to be hand-worked shall be lightly dampened prior to the mix placement. Care shall be exercised to leave no unsightly appearance from hand-work. ' Ouality Control. The contractor shall be responsible for any and all fees relating to materials testing. The contractor will permit the engineer to take samples of the aggregate and asphalt emulsion to be used in the project at the engineer's discretion. Gradation and sand equivalent tests may be run on the aggregate and residual asphalt tests on the emulsion. Test results will be compared to the specifications. Samples of the mixture could be taken as often as two (2) times each day. Consistency and residual asphalt content tests may be made on the samples and compared to the specifications. The contractor will be notified immediately if any test fails to meet the specifications. If any two successive tests on the material fail,the job shall be stopped. If any two successive tests on the mix from the same machine fail, the use of that machine will be suspended. Traffic Maintenance. The contractor shall be responsible for providing maintenance and protection of vehicular and pedestrian traffic associated with this work. Opening to traffic does not constitute acceptance of the work. The contractor shall also be responsible for providing all signage and traffic control during this work. Method of Payment. The quantity to be paid for under this item shall be the number of square yards of pavement covered in accordance with the specification. Oualifications. The contractor shall have or be associated with a company that has a minimum of three years experience in the application of micro-surfacing material. In order to insure the efficient application of the product, the contractor must own or show the ability to rent and Type II Micro-Surfacing Item# 7 Calendar Year 2017-18 maintain a minimum of two mixing units capable of meeting the minimum requirements set forth in these specifications. Submittals. The contractor shall be required to submit the following information with his bid: A letter of availability from the intended MSE supplier. A certified mix design from the materials manufacturer. A typical analysis of Macroseal Emulsion or approved equal. A list of at least (5) micro-surfacing projects which used the same emulsion and design mix indicated in the bid documents. These projects must have been completed within the last three years and the list,must include the locations, amount of square yards applied and a reference name and telephone number. * Note: Any and all exceptions or substitutions to the specifications contained herein must be listed separately'and included within the contractors formal bid proposal. END OF SPECIFICATION: Type II Micro-Surfacing Item#;7 Calendar Year 2017-18 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) Type II Micro-Surfacing Item# 7 Calendar Year 2017-18 Or proposal of this corporation for the following Project: Item #7 TYPE "U" MICRO-SURFACING Peconic Lane, Peconic,New York 11958 and to include in such bid or proposal the certificate as to non-collusion required by section one- hundred-three-d (103-d) of the General Municipal Law as the act and deed of such corporation, and for any inaccuracies or miss-statements in such certificate this corporate bidder shall be liable under the penalties of perjury. The foregoing is true and correct copy of the resolution adopted by corporation at a meeting of the Board of Directors, held on the day of , 20 (SEAL OF THE CORPORATION) Laws of New York; 1965 Ch. 751, Sec. 103-d, as amended & effective on September 1, 1965. Signature Hot Mix Asphalt Concrete Item# 8 "Type 6 Top" - Furnish only Year 2017-8 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 seaied envelope and shall be addressed as indicated on Invitation to Bid. The envelope shall be marked "Proposal" bearing the title of work and the Bidders Name. Bidders may bid on one or any combination of items listed on the proposal sheet. No proposal shall be considered which has not been received by the Southold Town Clerk prior to the hour and date stated. B. PROPOSAL GUARANTY A proposal will not be accepted or considered unless accompanied by a guaranty in the form of a bid bond or certified check in the amount of one hundred ($100) dollars payable to the Town of Southold. 1 Hot Mix Asphalt Concrete Item# 8 "Type 6 Top" - Furnish only Year 2017-8 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 Item# 8 "Type 6 Top" -Furnish only Year 2017-8 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 enumerate&herein: COMPENSATION INSURANCE: Public Liability and Property Damage Insurance Contractor's Protective Liability and Property Damage Insurance Owner's Protective Public Liability and Property Damage Insurance The Contractor shall not permit any subcontractor to commence any operation of the site until satisfactory proof of carriage of the above required insurance has been posted with and approved by the Owner. Compensation Insurance: The Contractor shall take out and maintain during the life of this Contract, Workmen's Compensation Insurance for all his employees employed at the site of the project, and in case of any of the work being sublet, the Contractor shall require all subcontractors similarly to provide Workmen's 3 Hot Mix Asphalt Concrete Item# 8 "Type 6 Top" - Furnish only Year 2017-8 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. 4 Hot Mix Asphalt Concrete Item# 8 "Type 6 Top" - Furnish only Year 2017-8 PROPOSAL FORM DATE: NAME OF BIDDER: TO: SOUTHOLD TOWN BOARD NOTE: All items listed herein must TOWN HALL be bid. Failure to bid any PO BOX 1179 item will be grounds for 53095 MAIN ROAD disqualification. SOUTHOLD,NEW YORK 11971 MEMBERS OF THE BOARD: The undersigned as bidder, declares that the only persons, company, or parties interested in this proposal as principals are named below; that this proposal is made without any connection, directly or indirectly with any other bidder for the same work; that it is in all respects fair and without collusion or fraud, and that no person acting for or employed by the aforementioned owner is or will be interested directly or indirectly, in the performance of the contract, or the supplies relating to it, or in any portion of the profit thereof; that he has carefully examined all project requirements, including bidding requirements, contract, general and special conditions, specifications, and addenda, if any (Note: acknowledgment of addenda and their dates must be included as indicated on bottom page); that he has satisfied himself by personal examination of the proposed work, and by such other means as he may have chosen, as to the conditions and requirements of the work; and he proposed and agrees that if his proposal be accepted he will contract to furnish all materials not provided by the Town (See Specifications) and to perform all the work required to construct, perform and complete the specified work; and that he will start the work as directed by the Town, he will accept, in full payment thereof as listed below: BID ON ASPHALT ROAD MATERIALS, 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 5 Hot Mix Asphalt Concrete Item# 8 "Type 6 Top" - Furnish only Year 2017-8 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: 6 Hot Mix Asphalt Concrete Item# 8 "Type 6 Top" - Furnish only Year 2017-8 1. DESCRIPTION Bids are requested for the supply of labor and material to furnish N.Y.S. Type 6 Top Coat into Southold Town Highway Trucks. The materials shall meet the specifications to/for Item 403.1701 in the New York Department of Transportation Specifications. The materials shall be constructed in accordance to section 400 in the New York State Department of Transportation Specifications. Material shall be measured by ton. Payment for this item shall be made by the unit price multiplied by the number tons. 2. MATERIALS Bituminous Asphalt concrete pavement shall be equal to NYSDOT- Type 6 meet or exceed the following requirements: ASPHALT CONCRETE PAVEMENT Screen General limits Job Mix Sizes % Passing Total % 1" 100 -- 1/2" 95-100 -- 1/4" 65-85 +/- 7 1/8" 36-65 +/- 7 No. 20 15-39 +/- 7 No. 40 8-27 +/- 7 No. 80 4-16 +/- 4 No. 200 2-6 +/- 2 Asphalt Content, % 5.8-7.0 +/- 4 5. TESTING The Town shall have the absolute right to make tests before and after delivery and placement of asphalt material to determine conformity to Specifications, quality and standards of excellence. The Contractor agrees to bear the cost and pay for all tests which are deemed to be necessary in the opinion of the Town. The Contractor shall repair or replace at no additional cost to the Town, any materials found,to not meet the Specifications and quality intended. The work shall be executed in the best and most workmanlike manner. 6. SAMPLES The town at its discretion can request samples of asphalt material provided by winning bidder to have periodic testing of the mix at a DOT approved facility at the vendor's expense to help insure that the mix provided is to our specification. 7. MEASUREMENT&PAYMENT The prices quoted in this bid, and subsequently awarded, are to be used in establishing prices for actual materials furnished and placed within Town of Southold Highway Trucks from the date of award up to and 7 Hot Mix Asphalt Concrete Item# 8 "Type 6 Top" -Furnish only Year 2017-8 including one (1) year thereafter. The contract period may be extended for up to one (1) additional year upon mutual written agreement of the Town and the Contractor. Payment shall be made to the contractor at the unit price(s) submitted in the Proposal. The asphalt concrete will be measured by the number of tons. The unit price per ton shall include the cost of furnishing all materials, equipment, labor and incidentals necessary to complete the work. NOTE: The winning bidder will supply the Highway Department with daily mix reports'showing the composition of the asphalt mix that day, and endeavor to submit them to us along with the invoices submitted for payment. END OF SPECIFICATION: 8 Hot Mix Asphalt Concrete Item# 8 "Type 6 Top" - Furnish only Year 2017-8 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 9 Hot Mix Asphalt Concrete Item# 8 "Type 6 Top" - Furnish only Year 2017-8 (SEAL OF THE CORPORATION) Laws of New York, 1965 Ch. 751, Sec. 103-d, as amended& effective on September 1, 1965. Signature 10 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 7. Type II Micro-Surfacing 8. Type 6 Asphalt (town pick up) Specifications may be obtained at the Office of the Town Clerk, Town of Southold, Town Hall, 53095 Main Road, Southold,New York 11971, Monday through Friday, 8:00 am to 4:00 pm The sealed bids, together with a Non-Collusive Bid Certificate, and bank draft, certified check, or bid bond in the amount of$100.00, will be received by the Town Clerk of the Town of Southold at the Southold Town Hall, PO Box 1179, 53095 Main Road, Southold,New York, until 2:00 P.M., Thursday, July 20, 2017, 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: July 5, 2017 ELIZABETH A. NEVILLE SOUTHOLD TOWN CLERK PLEASE PUBLISH ON JULY 13, 2017, AND FORWARD ONE (1) AFFIDAVIT OF PUBLICATION TO ELIZABETH NEVILLE, TOWN CLERK, TOWN HALL, PO BOX 1179, SOUTHOLD,NY 11971 Copies to the following: Suffolk Times Town Board Members Town Attorney Superintendent of Highways Dodge Reports Brown's Letters Burrelle's Information Services Construction Data Town Clerk's Bulletin Board Southold Town Board - Letter Board Meeting of July 5, 2017 �y u�`O`" RESOLUTION 2017-606 Item# 5.27 i�Dax� �®�P ADOPTED DOC ID: 13212 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2017-606 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON JULY 5, 2017: 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 2017-18. Elizabeth A. Neville Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: Robert Ghosio, Councilman SECONDER:Louisa P. Evans, Justice AYES: Dinizio Jr, Ruland, Doherty, Ghosio, Evans, Russell Generated July 6, 2017 Page 37 Rudder, Lynda From: Orlando,Vincent Sent: Wednesday,July 05, 2017 11:23 AM To: Rudder, Lynda;Tabor, Roger Cc: Hunt, Kristen Subject: RE: Specs Please add on Item#5 Spec.to BID#2 30% RAP ........................and seam seal joint application. Like it does on item #5, Spec. BID#1 -----Original Message----- From: Rudder, Lynda Sent: Wednesday,July 05, 2017 10:32 AM To: Orlando,Vincent<vincent.orlando@town.southold.nv.us>;Tabor, Roger<rogert@southoldtownny.gov> Cc: Hunt, Kristen <kristenh@southoldtownny.gov> Subject: Specs Please review and make any changes needed. Rudder, Lynda From: legals <legals@timesreview.com> Sent: Friday,July 07, 2017 10:33 AM To: Rudder, Lynda Subject: Re: Road Treatments for publication Good morning, The legal notice has been scheduled to be published in the 7/13 edition of the Suffolk Times. Thank you. "IN IF yf. TIMES REVIEW Lindsay Denston Assistant Sales Coordinator 531.298.3200 ext. 235 631.354.8032 (direct) 631.298.0410(fax) Ldenston@timesreview.com www.timesreview.com From: "Rudder, Lynda" <lynda.rudder@town.southold.nv.us> Date: Friday,July 7, 2017 10:13 AM To: "Orlando,Vincent" <vincent.orlando@town.southold.nv.us>, "Tabor, Roger"<rogert@southoldtownny.gov>, Lindsay Riemer<legals@timesreview.com>, "Lisa Finn (lisaahfinn@gmail.com)" <lisaahfinn@gmail.com>, "Michaelis, Jessica" <jessicam@southoldtownny.gov>, "Reisenberg, Lloyd" <Lloyd.Reisenberg@town.southold.ny.us>,',"Southold Local (denise@southoldlocal.com)" <denise@southoldlocal.com>, "Dinizio,James" <iames.dinizio@town.southold.nv.us>, "Doherty,Jill" <fill.doherty@town.southold.nv.us>, "Doroski, Bonnie" <Bonnie.Doroski@town.southold.nv.us>, "Ghosio, Bob" <bob.ghosio@town.southold.nv.us>, Louisa Evans <lpevans06390@gmail.com>, "Neville, Elizabeth" <E.Neville@town.southold.ny.us>, "Noncarrow, Denis" <denisn@southoldtownny.gov>, "Norklun, Stacey" <Stacey.Norklun@town.southold.ny.us>, "Rudder, Lynda" <Ivnda.rudder@town.southold.nv.us>, "Russell, Scott" <scottr@southoldtownny.gov>, "Standish, Lauren" <Lauren.Standish@town.southold.nv.us>, "Tomaszewski, Michelle" <michellet@town.southold.nv.us>,William Ruland <rulandfarm@vahoo.com>, "Duffy, Bill" <billd@southoldtownny.gov>, "Hagan, Damon" <damonh@southoldtownny.gov>, "Silleck, Mary" <marvs@southoldtownny.gov> Subject: Road Treatments for publication Please publish in the 7/13 edition of the Suffolk Times and the Town website,thanks 1