Loading...
HomeMy WebLinkAboutRoad Treatments ELIZABETH A.NEVILLE,MMC O\ ®�i Town Hall,53095 Main Road Tc� y� P.O.Box 1179 OWN CLERK CA Southold,New York 11971 REGISTRAR OF_VJTAL STATISTICS _0 _..Fax(631)765-6145 MARRIAGE OFFICER ,f. Off. Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER �Og jog •►� www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD June 1, 2018 Thomas Gannon & Sons PO Box 505 Middle Island,NY 11953 Dear Sir: Congratulations. At the regular Town Board meeting held on May 8, 2018, the Town Board accepted the bid of Thomas Gannon & Sons for Type II 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 you Lynda M Rudder Deputy Town Clerk Ens. J ELIZABETH A.NEVILLE, IVIlVIC �O��gufFO`�C®� Town Hall,53095 Main Road V_TOWN CLERK � P.O.Box 1179 C $ Southold,New York 11971 REGISTRAR OF VITAL STATISTICS %jw_ ____Fax(631)_7.65-6145 MARRIAGE OFFICER ,f. ® ®�. Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER O( �`� www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD June 1, 2018 B & W Paving& Landscaping LLC 70 Foster Road Waterford, CT 06385 Dear Sir: At the regular Town Board meeting held on May 8, 2018, the Town Board accepted the bid of Thomas Gannon & Sons for Type II 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, L Lyna M Rudder Deputy Town Clerk Ens. Southold Town Board - Letter Board Meeting of May 8, 2018 RESOLUTION 2018-432 Item# 5.38 'M ADOPTED DOC ID: 14096 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2018-432 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON MAY 8, 2018: 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 42 Thomas Gannon & Sons Southold $4.63 $2.90 Fishers Is. $5.64 $3.74 Bid# 2 Southold $1.25 Fishers Is. $1.87 ap��. O-404�L Elizabeth A. Neville Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: William P. Ruland, Councilman SECONDER:Louisa P. Evans, Justice AYES: James Dinizio Jr, William P. Ruland, Louisa P. Evans, Scott A. Russell ABSENT: Jill Doherty, Robert Ghosio Generated May 9, 2018 Page 62 FIR ELIZABETH A.NEVILLE,MMC ,10�' �i� 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 ,!. ®t. Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER �0,� �`� www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD June 1, 2018 Corazzini Asphalt PO Box 1281 Cutchogue,NY 11935 Dear Sir: Congratulations. At the regular Town Board meeting held on May 8, 2018, the Town Board accepted the bid of Corazzini Asphalt for Item# 5 Type 6. A certified copy of the resolution is enclosed. The bid deposit is being returned to you. Thank you for your bid. Very truly yours, r Lynda M Rudder Deputy Town Clerk Ens. � �- o ELIZABETH A.NEVILLE,MMC oguFFocQ9,Gy Town Hall,53095 Main Road TOWN CLERK a U P.O.Box 1179 Southold,New York 11971 REGISTRAR OF VITAL STATISTICS A Fax(631)765-6145 MARRIAGE OFFICER ,f. Off. Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER �0,� �`� www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD June 1, 2018 Rosemar Construction 56 Pine St East Moriches,NY 11940 Dear Sir: At the regular Town Board meeting held on May 8, 2018, the Town Board accepted the bid of Corazzini Asphalt for Item 4 5 Type 6. A certified copy of the resolution is enclosed. The bid deposit is being returned to you. Thank you for your bid. Very truly yours, V V� Lynda M Rudder Deputy Town Clerk Ens. ELIZABETH A.NEVILLE, MMC O� ® Town Hall,53095 Main Road TOWN CLERK �� � P.O.Box 1179 Southold,New York 11971 REGISTRAR OF VITAL STATISTICS Cie ® Fax(631)765-6145 MARRIAGE OFFICER ,f, Off. Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER ®,` �`� www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD June 1, 2018 B & W Paving & Landscaping LLC 70 Foster Road Waterford, CT 06385 Dear Sir: At the regular Town Board meeting held on May 8, 2018, the Town Board accepted the bid of Corazzini Asphalt for Item#5 Type 6. 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 May 8, 2018 RESOLUTION 2018-431 Item # 5.37 ADOPTED DOC ID: 14095 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2018-431 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON MAY 8,2018: 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 30% RAP 100-250 ton $92.00 $310.00 250-500 ton $87.00 $295.00 500-1000 Ton $83.00 $270.00 over 1000 Ton $76.90 $260.00 Bid#2 $3.90 $15.00 Bid# 3 $9.00 $20.00 Bid#4 $1.20 $7.00 Bid# 5 $120.00 Elizabeth A. Neville Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: James Dinizio Jr, Councilman SECONDER:William P. Ruland, Councilman AYES: James Dinizio Jr, William P. Ruland, Louisa P. Evans, Scott A. Russell ABSENT: Jill Doherty, Robert Ghosio Generated May 9, 2018 Page 61 ELIZABETH A.NEVILLE, MMC O� ®� 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 ,j. ®�. Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER ®,( �`� www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TONYN CLERK TOWN OF SOUTH LD June 1 2018 Corazzini Asphalt PO Box 1281 Cutchogue,NY 11935 Dear Sir: Congratulations. At the regular Town Board meeting held on May 8, 2018, the Town Board accepted the bid of Corazzini Asphalt for Item# 2 Oil & Stone. A certified copy of the resolution is enclosed. The bid deposit is being returned to you. Thank you for your bid. Very t ly yours, \A I� LyndatRudder Depu I Clerk Ens. g ELIZABETH A. NEVILLE,MMC �FFOL��O�� c®G� Town Hall,53095 Main Road TOWN CLERK P.O.Box 1179 cm Southold,New York 11971 REGISTRAR OF VITAL STATISTICS CA _ ® _ Fax(631)765-6145 MARRIAGE OFFICER ®�• Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER '�O� �°� www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TO*N CLERK TOWN OF SOUTHOLD June 1, 2018 B & W Paving & Landscaping LLC 70 Foster Road Waterford, CT 06385 Dear Sir: At the regular Town Board meeting held on May 8, 2018, the Town Board accepted the bid of Corazzini Asphalt for Item#2 Oil & Stone. A certified copy of the resolution is enclosed. The bid deposit is being returned to you. 7, ank you for your bid. Very truly your , Lynda M Rudder Deput Town Clerk Ens. Southold Town Board - Letter Board Meeting of May 8, 2018 RESOLUTION© 2018-425 Item# 5.31 ate ADOPTED DOC ID: 14088 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2018-425 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON MAY 8, 2018: 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 Fis I ers Island Liquid Asphalt $4.90/sq yd $'/.?U/sq yd Schim Mix $115.00/ton $300.00/ton Fog Coat $25.00/ga $100.00/ga Elizabeth A. Neville Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: James Dinizio Jr, Councilman SECONDER:William P. Ruland, Councilman AYES: James Dinizio Jr, William P. Ruland, Louisa P. Evans, Scott A. Russell ABSENT: Jill Doherty,Robert Ghosio Generated May 9, 2018 Page 55 Of Fat ELIZABETH A.NEVILLE,MMC Town Hall,53095 Main Road TOWN CLERK P.O.Box 1179 �.�� ��,���,o,�: s,r. : ' Southold,New York 11971 > Fax 631 765-6145 REGISTRAR OF VITAL STATISTICS ( ) MARRIAGE OFFICER ° Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER ,� �` _ www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD BID OPENING April 12,2018 at 2:00 PM 42 Oil& Stone Two (2) bids were received Southold Town Fishers Island 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/gallon $100.00/gallon B & W Paving& yd Landscaping LLC Liquid Asphalt No bid $ . q 70 Foster Road Schim Mix No bid $335050.000/too n Waterford, CT 06385 Fog Coat No bid $18.00/gallon (860) 572-9942 kv "d A f r : ELIZABETH A.NEVILLE,MMCF " rx' Town Hall,53095 Main Road TOWN CLERK ' " 4' '' 'w° `p P.O.Box 1179 t Southold,New York 11971 REGISTRAR OF VITAL STATISTICS d`��;����'.`= '� ��;� Fax(631)765-6145 r & . *k. MARRIAGE OFFICER ,, .�,. «�`-� q. Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER ray www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD BID OPENING April 12,2018 at 2:00 pm #5 Tvne,6 Ton Three(3) bids were,received:, Town Fishers Island Rosemar Construction 56 Pine St East Moriches,NY 11940 30%RAP 100-250 ton $195.00 500.00 250-500 ton $130.00 450.00 500-1000 Ton $115.00 450'.00 over 1000 Ton $110.00 375.00 $4.50 15.00 Bid#3 \ Bid#2 1I 1 65.00 a� Bid#4 $6.00 12.00 Q °� Bid# 5 $40.00 0 Corazzini Asphalt PO Box 1281 Cutchogue,NY 11935 30%RAP 100-250 ton $92.00 310.00 250-500 ton $87.00 295.00 500-1000 Ton $83.00 270.00 over 1000 Ton $76.90 260.00 Bid#2 $3.90- 15.00 Bid# 3 $9.00 20,00 ° � Bid#4 $1,20 7.00 Bid# 5 $120.00 N, `�` \ #5 Tvn6 6 Toriyage 2 B & W Paving& Landscaping LLC 70 Foster Road Waterford, CT 06385 Town Fishers Island 30%RAP 100-250 ton no bid $300.00 250-500 ton no bid $300.00 500-1000 Ton no bid $300.00 over 1000 Ton no bid $300.00 Bid#2 no bid $ 7.50 Bid#3 no bid $ 20.00 `7 Bid#4 no bid $ 4.00m. Bid# S $5.50 r '00,,'dpi FO ELIZABETH A.NEVILLE MMC `b'� ryri Town Hall,53095 Main Road ' �: P.O.Box 1179 TOWN CLERK Southold,New York 11971 �: REGISTRAR OF VITAL STATISTICS z - _' r ,.. - Fax(631)765-6145 '"'' 631 Telephone Tele 765-1800 MARRIAGE OFFICER � . p ( ) RECORDS MANAGEMENT OFFICER ,d www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER % OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD BID OPENING Itcm 47 Typell Miero-Surfaein April 12,2018 at 2:00 PM Two (2)bids received BID,#• 1 4 Option #`1 -Option-#2 tAO� Thomas Gannon & Sons Southold $4.63 $2.90 'T � PO Box 505 Fishers Is. $5.64 $3.74 nd Middle Island,NY 11953 BID #2 Southold $1.25 Fishers Is. $1.87 BID-# 1 B &W Paving& _0,ption#1 Option#2 Landscaping LLC Southold leo bid No bid 70 Foster Road Fishers Is. $'15:00 $18.00 Waterford, CT 06385 BID #2 Southold No bid Fishers Is. $4.00 #0002191890 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 04/05/2018 Principal Clerk Sworn to before me this day of CHRISTINA VOLINSKI NOTARY PUBLIC-STATE OF NEW YORK No 01V06105050 Qualified in Suffolk County My CGrPfM1041on Expires February 28,2020 - a TYPESET: Thu Mar 29 16.25 02 EDT 2018 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 S. Type 6 Top—Hot Mix Asphalt Con- crete 7. Type II 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,April 12,2018,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.March 27,2018 ELIZABETH A.NEVILLE SOUTHOLD TOWN CLERK 2191890 ELIZABETH A. NEVILLE,MMC F �®G Town Hall,53095 Main Road TOWN CLERK �� P.O.Box 1179 = Southold,New York 11971 coo REGISTRAR OF VITAL STATISTICS Fax(631)765-6145 MARRIAGE OFFICER Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER ®,( www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER 1 OFFICE OFTHE TOWN CLERK TOWN OF SOUTHOLD BID OPENING Item#7 Type II Micro-Surfacing April 12,2018 at 2:00 PM Two (2) bids received BID # 1 Option#1 Option#2 Thomas Gannon & Sons Southold $4.63 $2.90 PO Box 505 Fishers Is. $5.64 $3.74 Middle Island,NY 11953 BID # 2 Southold $1.25 Fishers Is. $1.87 BID # 1 B & W Paving & Option#1 Option#2 Landscaping LLC Southold No bid No bid 70 Foster Road Fishers Is. $15.00 $18.00 Waterford, CT 06385 BID #2 Southold No bid Fishers Is. $4.00 ELIZABETH A. NEVILLE,MMC ® C® Town Hall,53095 Main Road TOWN CLERK P.O.Box 1179 Southold,New York 11971 REGISTRAR OF VITAL STATISTICS � Fax(631)765-6145 MARRIAGE OFFICER P ® �� Telephone(631)765-1800 RECORDS MANAGEMENT OFFICERS www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD BID OPENING April 12,2018 at 2:00 PM #2 Oil & Stone Two (2) bids were received Southold Town Fishers Island 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/gallon $100.00/gallon B & W Paving & Landscaping LLC Liquid Asphalt No bid $4.80/sq yd 70 Foster Road Schim Mix No bid $350.00/ton Waterford, CT 06385 Fog Coat No bid $18.00/gallon (860) 572-9942 ELIZABETH A.NEVILLE,MMC ® Gy Town Hall,53095 Main Road TOWN CLERK P.O.Box 1179 Southold,New York 11971 \ 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 BID OPENING April 12,2018 at 2:00 pm #5 Type 6 Top Three (3) bids were received: Town Fishers Island Rosemar Construction 56 Pine St East Moriches,NY 11940 30% RAP 100-250 ton $195.00 500.00 250-500 ton $130.00 450.00 500-1000 Ton $115.00 450.00 over 1000 Ton $110.00 375.00 Bid# 2 $4.50 15.00 Bid# 3 $12.00 65.00 Bid#4 $6.00 12.00 Bid# 5 - $40.00 Corazzini Asphalt PO Box 1281 Cutchogue,NY 11935 - 30% RAP 100-250 ton $92.00 310,.00 250-500 ton $87.00 295.00 500-1000 Ton $83.00 270.00 over 1000 Ton $76.90 260.00 Bid# 2 $3.90 15.00 Bid# 3 $9.00 20.00 Bid# 4 $1.20 7.00 Bid# 5 $120.00 #5 Type 6 Top page 2 B & W Paving & Landscaping LLC 70 Foster Road Waterford, CT 06385 Town Fishers Island 30% RAP 100-250 ton no bid $300.00 250-500 ton no bid $300.00 500-1000 Ton no bid $300.00 over 1000 Ton no bid $300.00 Bid# 2 no bid $ 7.50 Bid# 3 no bid $ 20.00 Bid# 4 no bid $ 4.00 Bid# 5 $5.50 va,aFFOL�C ELIZABETH A.NEVILLE,MMC ® ®may Town Hall,53095 Main Road TOWN CLERK P.O.Box 1179 Southold,New York 11971 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 BID OPENING April 12, 2018 at 2:00 Pm #8 Type 6 Asphalt Two (2) bids were received: Bid#1 East Island Asphalt Corp PO Box 124 Speonk,NY 11972 $83.00/ton i Corazzini Asphalt PO Box 1251 Cutchogue,NY 11935 $75.00/ton 1 ELIZABETH A.NEVILLE,MMC WjtC®�v Town Hall,53095 Main Road TOWN CLERK �� �� P.O.Box 1179 C* Southold,New York 11971 REGISTRAR OF VITAL STATISTICS A Fax(631)765-6145 MARRIAGE OFFICER .y ® off. Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD May 16, 2018 East Island Asphalt Corp PO Box 124 Speonk,NY 11972 Dear Sirs: At the regular Town Board meeting held on May 8, 2018, the Town Board accepted the bid of Corazzini Paving Products for Item#8 Road Treatment to be picked up by Highway. A certified copy of the resolution is enclosed. The bid deposit is being returned to you. Thank you for your bid. Very truly yours, L Lynda M Rudder Deputy Town Clerk Ens. ELIZABETH A.NEVILLE,MMC ®�' ®� Town Hall,53095 Main Road T �� �� P.O.Box 1179 OWN CLERK Southold,New York 11971 REGISTRAR OF VITAL STATISTICS coo • 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 May 16, 2018 Corazzini Paving Products PO Box 1251 Cutchogue,NY 11935 Dear Sirs: Congratulations. At the regular Town Board meeting held on May 8, 2018, the Town Board accepted the bid of Corazzini Paving Products for Item#8 Road Treatment to be picked up by Highway. 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 May 8, 2018 ��5Uf F0(TC�3 RESOLUTION 2018-424 Item # 5.30 ADOPTED DOC ID: 14087 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2018-424 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON MAY 8, 2018: 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: Corazzini Paving Products Bid#1 $75.00/ton Elizabeth A. Neville Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: Louisa P. Evans, Justice SECONDER:William P. Ruland, Councilman AYES: James Dinizio Jr, William P. Ruland,Louisa P. Evans, Scott A. Russell ABSENT: Jill Doherty, Robert Ghosio Generated May 9, 2018 Page 54 ELIZABETH A.NEVILLE MMC ► Town Hall,53095 Main Road TOWN CLERK : ' yea. " P.O.Box 1179 ` = Southold,New York 11971 REGISTRAR OF VITAL STATISTICS ,�- `� - =a "sg° 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 BID OPENING April 12,2018 at 2:00 Pm 98 Tvne G Asphalt Two (2) bids were received: Bid#1 East Island Asphalt Corp PO Box 124 Speonk,NY 11972 \ $83.00/ton �i° Corazzini PO Box 1251 Cutchogue,NY 11935 $75.00/ton r Hot Mix Asphalt Concrete Item# 8 "Type 6 Top" - Furnish only Year 2018-9 PROPOSAL FORM DATE: NAME OF BIDDER: n ��iu\ Pye&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 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 &19eJNA &K7tSa4eC� y' 76- 0 U (written in ds) Per Ton (written in numbers words) Per Ton 5 Hot Mix Asphalt Concrete Item# 8 "Type 6 Top" - Furnish only Year 2018-9 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 2018-9 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 m7zz mayextd this time period. A Signature of Bidder: Business Address: Pb B 6 Soy � 1c� N 00 -71 Telephone Number: l!l 3 j y— Date: 6 Hot Mix Asphalt Concrete Item# 8 Y "Type 6 Top" - Furnish only Year 2018-9 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 IN Passing Total % 111 100 -- 1/2" 95-100 -- 1/4" 65-85 +/- 7 1/8" 36-65 +/- 7 No. 20 15-39 +/- 7 No. 40 8-27 +/- 7 No. 80 4-16 +/- 4 No. 200 2-6 +/- 2 Asphalt Content, % 5.8-7.0 +/- 4 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 2018-9 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 i - mo , Resolved that W\GZI-C� COV- -2,A,irte, of the (Name of signatory) �X0,2,;LAYN'k V aUW\ �aOCJ_ Be authorized to sign and submit the bid (Name of Co ion) 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. L The foregoing is true and correct copy of the resolution adopted b v Z� r ) , W,-orporation at a meet' g of the Board of Directors, held on the day of , 20 ( . 9 Hot Mix Asphalt Concrete Item # 8 "Type 6 Top" - Furnish only Year 2018-9 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 00 Hot Mix Asphalt Concrete Item # 8 "Type 6 Top" - Furnish only Year 2018-9 (SEAL OF THE CORPORATION) Laws of New York, 1965 Ch. 751, Sec. 103-d, as amended & effective on September 1, 1965. re 10 R RC-250 LIQUID ASPHALT Item#2 "OIL & STONE" Year 2018-19 PROPOSAL FORM DATE: &-1 P''� l Z, 2—C)k NAME OF BIDDER: O ZZ`✓`� S �� ,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, specifiedtions, 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 -VoU'r aoUturs c�-rd, 111SCSr\ aoUvaa orv( d1%n * C (written in words) Per Sq. Yd. (written in words) Per Sq. Yd. �`JJ 6 r f AJC RC-250 LIQUID ASPHALT Item#2 "OIL & STONE" Year 2018-19 AH , lo V (written in numbers) Per Sq. Yd. (written in numbers) Per Sq. Yd. Schim Mix Asphalt Concrete - Type 5 (500 +/- Ton) SOUTHOLD TOWN FISHERS ISLAND O�u �Aulyk_d, dOW(VIS Ao (written in words) Per Ton (written in words) Per Ton 11 .5. 0 C) 0 0 (written in numbers) Per Ton (written in numbers) Per Ton Fog Coat: RC-250 Liquid Asphalt (50 +/- Gallons) SOUTHOLD TOWN FISHERS ISLAND Tt.✓e �-�,�Vg 0.4 no COO S �Yl� (written in rds) 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: - p/� Business Address: + v 'S / Telephone Number: Date: a 01 7 -�.a -► RC-250 LIQUID ASPHALT Item#2 "OIL & STONE" Year 2018-19 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 , Gil ctv,-6( Coro 2_:?� n 1 of the (Name of signatory) CO)ca Z-t�n 1 � 60-ff 11 1 L 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. 1�\c The foregoing is true and correct copy of the resolution adopted by co/QZ?/A/l corporation at a meeting of the Board of Directors, held on the a day of Q�� ( , 20 l �' 10 RC-250 LIQUID ASPHALT Item#2 "OIL & STONE" Year 2018-19 (SEAL OF THE CORPORATION) Laws of New York, 1965 Ch. 751, Sec. 103-d, as amended & effective on September 1, 1965. Signa 11 RC-250 LIQUID ASPHALT Item#2 "OIL & STONE" Year 2018-19 PROPOSAL FORM DATE: �—� to I L8 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 r 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 ISLAN ,*Ord01tC,11-s OAJ Iv(/ (310 .Paa r (written in words) Per Sq. Yd. (writtdi in ords)Per Sq. Yd. 6 RC-250 LIQUID ASPHALT Item#2 "OIL & STONE" Year 2018-19 VC/ 010 4c ED (written in numbers) Per Sq. Yd. (written in numbers) Per Sq. Yd. Schim Mix Asphalt Concrete-Type 5 (500 +/- Ton) SOUTHOLD TOWN FISHERS ISLAND —rhle e, hu.-1d_4_A_F_f_9 I)U e i n a,-,d TQ ro ['o.^', (written in words) Per Ton (written in words) Per Ton K)o 131 V0 35D, GO (written in numbers) Per Ton (written in numbers) Per Ton Fog Coat: RC-250 Liquid Asphalt (50+/- Gallons) SOUTHOLD TOWN FISHERS ISLAND Eclollc� (written in words) Per Gallon (written in words) Per Gallon IJc/13l0 f9V00 (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: -,o4r,� -RU ` (-,;-( cv3gs Telephone Number: 18rDo—ri a—CM a- Date: �-Q l LO�L-6 7 RC-250 LIQUID ASPHALT Item#2 "OIL & STONE" Year 2018-19 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 �( S Q � of the (Name of signatory) Lo U 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 1rJ t ,\ s 1 corporatrUn at a meeting of the R^gid __ rs, held on the 1 day of c,�n. , 20 U l 10 a RC-250 LIQUID ASPHALT Item#2 "OIL & STONE" Year 2018-19 (SEAL OF THE CORPORATION) Laws of New York, 1965 Ch. 751, Sec. 103-d, as amended& effective on September 1, 1965. ignature 11 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2018-19 PROPOSAL FORM DATE: 12-11 t NAME OF BIDDER: R-aSec'rL&Lr— �RS v�c�Sc�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, 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 all new joints MADE WITH AN ALLOTMENT OF (30% OF RAP) RECYCLED ASPHALT PRODUCT INCLUDED IN THE MIXTURE 100—250 Tons SOUTHOLD TOWN: FISHERS ISLAND: or.&Hv.Mk�zyRxfk�1`� �iy�, �o�J�Q.! Cl-A. N.ati1Dix-p �oVIAtl/ (written in words) Per Ton (written in words)Per Ton 6 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2018-19 (written in numbers) Per Ton (written in numbers)Per Ton 250—500 Tons SOUTHOLD TOWN: FISHERS ISLAND: OWE HJ N�ri� �N 1{�-�� "D a��AA I Pa%A %AN91L F I F O t�Atil (written in words)Per Ton (written in words) Per Ton 11,;0 *4So- (written in numbers) Per Ton (written in numbers)Per Ton 500— 1,000 Tons SOUTHOLD TOWN: FISHERS ISLAND: ON`s. �.�cao lL� �i P:��� "'�oy�.Af�.J T i1�lll�'1�N o0-+c'Y �1 F►-f 510��.��� (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: coN�- HjNof-A-9 i 11 n�AN tea llvaati�� 5�1►.ry.►iy ��� �a��,��/ (written in words)Per Ton (written in words)Per Ton 31T " (written in numbers) Per Ton (written in numbers) Per Ton BID #2 COLD MILLING & REMOVAL SOUTHOLD TOWN: FISHERS ISLAND: �ov0. l�o`t.A0.I %F-vi t., Nas FTS ey,)11 Vo t, .AV f (written in words) Per Sq Yd (written in words) Per Sq Yd " S.; -z (written in numbers)Per Sq Yd (written in numbers) Per Sq Yd 7 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2018-19 BID #3 PAVEMENT KEY CUT SOUTHOLD TOWN: FISHERS ISLAND: k:j<t tQ 1-%�,%Akf (written in words)Per Linear Foot (written in words) Per Linear Foot i-Z (written in numbers)Per Linear Foot (written in numbers)Per Linear Foot BID #4 HOT RUBBERIZED CRACK SEALING SOUTHOLD TOWN: FISHERS ISLAND: 51A-bo �.�Ac�� (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 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 ($) 7.,_\.Aiur 4or 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 8 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2018-19 proposal is a formal bid and shall remain ' ect for-a ' f forty-five (45) days,the Town will accept or reject this proposal or by mutual Bement th' iod. Signature of Bidder: Business Address: (; t,3% 1L4.40 Telephone Number: 8.2a -2322 Date: VIZA'a 9 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2018-19 STATEMENT OF NON-COLLUSION (To be completed by each Bidder) I 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 Roder-- &Cazorie of the (Name of signatory) Raw- IAL Coc\s�'L r1D0n 1,-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 proposat 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 9_p5yvwr 6644�corporation at a meeting of the Board of Directors,held,on the Q111" day of pr> > , 20 I& . 13 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2018- (SEAL OF THE CORPORATION) Laws of New`fork, 1965 Ch. 751,-Sec.403-kas amended& effective oi:r§eprember 1, 1965. Signature 14 r Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2018-19 PROPOSAL FORM DATE: AV 1 i aIt ) a� NAME OF BIDDER: cc)V- n ti �S ,p� �nC 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 all new joints 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 6 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2018-19 S ��, �a 3/0, 00 (written in numbers) Per Ton (written in numbers) Per Ton 250—500 Tons SOUTHOLD TOWN: FISHERS ISLAND: /10 written in words Per Ton 026& (writ n in words) Per Ton ( ) 8-1 , ()� a95, �a (written in numbers) Per Ton (written in numbers) Per Ton 500— 1,000 Tons SOUTHOLD TOWN: FISHERS ISLAND: Ei h4- free dC/(ar�a`'' �© VAv,nd �, sew d©l� ,gin (writt6i in rds) Per Ton (written in words) Per Ton F�-3 , 00 Is' ';00 , 0U (written in numbers)Per Ton (written in numbers)Per Ton Over 1,000 Tons SOUTHOLD TOWN: FISHERS ISLAND: (written-W words) Per Ton (written in words) Per Ton -' -7CQ o 90 It aid, 0 C) (written in numbers) Per Ton (written in numbers) Per Ton BID #2 COLD MILLING .& REMOVAL SOUTHOLD TOWN: FISHERS ISLAND: v�e cjoC�a �r�Cl h tnefci cegh �n r,jloed a rs r4nd n cen-& (written in words) Per Sq Yd I (written in words) Per Sq Yd ig 3 , q 0 -j�r,Af. o (written in numbers) Per Sq Yd (written in numbers) Per Sq Yd 7 r Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2018-19 BID #3 PAVEMENT KEY CUT SOUTHOLD TOWN: FISHERS ISLAND: end no celiA n 4q oW ar - qtd A6 cey4 (written in words) Per Linear Foot (written in w ds) Per Linear Foot (written in numbers) Per Linear Foot (written in numbers) Per Linear Foot BID #4 HOT RUBBERIZED CRACK SEALING SOUTHOLD TOWN: FISHERS ISLAND: i -L (written in words) Per Linear Foot J (written in words) Per Linear Foot (written in numbers) Per Linear Foot (written in numbers) Per Linear Foot BID #5 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 ($) ©Yle hUhGlr G� 'rW�/1 ry d0G( - /a o , 00 written in words n G Cefjb 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 8 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2018-19 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 Telephone Number: Ce Escoac) Date: 9 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2018-19 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 G-,—c( `''�J►�G.� n �`� of the (Name of signatory) Car�'L Li n S �c- ' ,f­\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 byA���Cc L�,i It °�h corporation at a meeting of the Board of Directors, held on the Q_ day of , 20 13 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2018-19 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 12 ' Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2018-19 (SEAL OF THE CORPORATION) Laws of New York, 1965 Ch. 751, Sec. 103-d, as amended & effective on September 1, 1965. ure 14 r , Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2018-19 PROPOSAL FORM DATE: �t U fd�0 NAME OF BIDDER: � Li P(,�U l✓1(n f 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 all new joints MADE WITH AN ALLOTMENT OF (30% OF RAP) RECYCLED ASPHALT PRODUCT INCLUDED IN THE MIXTURE 100—250 Tons SOUTHOLD TOWN: FISHERS ISLAND: —T—r1 re-Z h U,VWC-C- co L1-0� Q �J lC� nd -Czlro C nks (written in words) Per Ton (written in words)Per Ton 6 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year LLLBd (written in numbers)Per Ton (written in numbers) Per Ton 250—500 Tons SOUTHOLD TOWN: FISHERS ISLAND: dvtvc� Cao car-c� (written in words) Per Ton (written in words)Per Ton NC/ 8J -:f co�aD (written in numbers)Per Ton (written in numbers) Per Ton 500— 1,000 Tons SOUTHOLD TOWN: FISHERS ISLAND: T-R•,z!q— hL.nA-Ed dcj Il-s �)U Cu-,&Za-ro Ca- s1 (written in words) Per Ton (written in words) Per Ton Jeb 610 a(jarao (written in numbers) Per Ton (written in numbers) Per Ton Over 1,000 Tons SOUTHOLD TOWN: FISHERS ISLAND: nhreo_ �Cf alo l" tiJC1 G10 f Zv�iZ�n�S (written in words) Per Ton (written in words) Per Ton uU 6 io _3 rf), 00 (written in numbers) Per Ton (written in numbers)Per Ton BID #2 COLD MILLING & REMOVAL SOUTHOLD TOWN: FISHERS ISLAND: �jlLoley A-U r3 » J-::S (written in words)Per Sq Yd (written in words) Per Sq Yd k,(/ 8) 0 r-7, 60 (written in numbers) Per Sq Yd (written in numbers) Per Sq Yd 7 c Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2018-19 BID #3 PAVEMENT KEY CUT SOUTHOLD TOWN: FISHERS ISLAND: � c,�aL1G-� �U IS1� (written in words) Per Linear Foot (written in words) Per Linear Foot Aju 6 1 to C�0, co (written in numbers) Per Linear Foot (written in numbers) Per Linear Foot BID #4 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 #5 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. rl V.C.— �1bt-�s Cost Per Square Yard ($) and AAkj C.0 n J'S 6,1507 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 8 '1 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2018-19 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: 90 irC1S4cl- F-d Telephone Number: �[Q.D - Q- Cl q L/ -d Date: �1t0 1G 8 9 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2018-19 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 ��-S w�G� of the (Name of signatory) Lu— Be authorized to sign and submit the bid (Name of Corpora ion) 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 d correct copy of the resolution adopted by Bi c.<J Rte ins �( � Foram ierrat a meeting of the Be ir-s,held on the 1 day of--- 0,,0 _ , 201V 13 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2018-19 (SEAL OF THE CORPORATION) Laws of New York, 1965 Ch. 751, Sec. 103-d, as amended& effective on September 1, 1965. ignature 14 Type II Micro-Surfacing Item# 7 Calendar Year 2018-19 PROPOSAL FORM DATE: Anil 12, 2018 NAME OF BIDDER: Tbcs- H. Gnm & scm, Inc. FO Bax 505, 372 Qq]try Intl, mdffie 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: I � Type II Micro-Surfacing Item# 7 Calendar Year 2018-19 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 2018-19 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. JYPE II MICRO-SURFACING SOUTHOLD TOWN: FISHERS ISLAND: Fbu'Ib11ars and Sixty free Grits Fig ml lass _ �tairn*G (written in words) Per Sq. Yd. (written in words) Per Sq. Yd $4.63 $5.64 (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: TW m tars and Umd y its 'Ili Dollars and Sao-ty Fair Ce-its (written in words) Per Sq. Yd. (written in words) Per Sq. Yd $2.90 $3-74 (written in numbers) Per Sq. Yd. (written in numbers) Per Sq. Yd. BID #2 HOT RUBBERIZED CRACK SEALING SOUTHOLD TOWN: FISHERS ISLAND: G-e Dollar and Toazty Five Omts a-e Dollar aryl Sever cats (written in words) Per Linear Foot (written in words) Per Linear Foot $1.25 $1.87 (written in numbers) Per Linear Foot (written in numbers) Per Linear Foot Type II Micro-Surfacing Item#7 Calendar Year 2018-19 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. /I Signature of Bidder: Uft Frank esi Business Address: Iffm H Gxym & Sam, Im FO Bzx 505, 372 Middle 02MtrY RxEd Middle Island, NY 11953 Telephone Number: (631) 205-0060 Date: April 12, 2018 SPHALT AA1///r/G Y5'TEMS P.0.Box 530-Hammonton,NJ 08037 Phone(609)561-4161-Fax(609)561-0920 April 12, 2018 Thos. H. Gannon &Sons, Inc. 372 Middle Country Rd Middle Island, NY 11953 Attn: Pat Austin RE: Town of Southold For the Purchase&Application of Asphalt Road Materials Polymer Modified Emulsified Asphalt Pavement—Type II 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. Robert Bevilacqua Project Manager RB/Id Tho S. qf- Gannon andSonsl Inc. PO Box 505 Middle Island, NY 11953 (631) 205-0060 fax (631) 205-0073 Equipment List uantit 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') TIZ�-483 (2.07) [■ MICRO-SURFACING MIX DESIGN AND MATERIALS ANALYSIS Project No.: /OE-,)h C Sov�I?r��� District: Date: I/ / / State Route No.: Location: V,rl D v 5 Emulsion Source: 160 AALT PAJ 10 !;Vs-"fins Type: C 9S-t 11 p� Aggregate Source: 77Lco A Type: T E Ir Aggregate Test Results 100 Aggregate Gradation Chart Sand Equivalency: 80 90 Gradation Sieve Size % Passing Spec. 80 1/2-inch oo Joo 3/8-inch loa 70 loo No. 4 70-/00 GO No. 8 ao $0 6S- 90 No. 16 S5 VS. 70 a 50 No. 30 37 3o-6o 40 No. 50 -�4 18-30 No. 100 l la_-�l 30 No. 200 Y 5-i5 20 Filler 10 Product: foP-TL/,S ) 0 Cf- r-- 'T Type: T Source: ESS 1~oL 0 3/8 4 8 16 30 50 100 200 Sieve Size Additive Asphalt Emulsion Test Results Product: A m �"e� $So Residue After Distillation: 66. 9 Softening Point: /q_1 °F Source: Zo),D Sr-I C rJCF Viscosity at 60°C 140F): esoo poises Mix Design Test Results Recommended Mix Design Mix Time: /ao seconds Aggregate: loo Wet Cohesion, 30 Minutes: /`� kg-cm Emulsion: 60 Minutes: �o _k -cm Wet Track Abrasion Loss, 1 Hour Soak: J 8 g/square foot Filler: 6 Day Soak: a�f- g/s ware foot Water: As kco % Loaded Wheel Test,Lateral Displacement: 1� % Additive: As �> Co % Classification of Com atibilit : l'� total points Wet Stripping % luo Mixing, Setting and H2O Resistance psS Signed: ' Title: 9, C, Date: Y/17/9- 0 / /9- Ingevity " Pavement Technologies 5255 Virginia Avenue North Charleston,SC 29406 Micro Surfacing Mix Optimization Asphalt Paving Systems March 9,2018 The Job Mix Formula(JMF)below was developed following a laboratory evaluation of the submitted materials: Materials Aggregate: Tilcon-Mt.Hope-Type II Emulsion Source: Asphalt Paving Systems Specification: NJDOT 902.09 Micro Surfacing A series of tests was performed in the lab to optimize the JMF. 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 JMF cement dosage to establish a working range for the residual solids content of the mix. Cohesion and other mixture tests were verified on the JMF. JMF(percent based on dry weight of aggregate) Component Minimum/JMF Maximum: Type 1111 Portland Cement' 0.5 25 Total Water As needed for consistency Emulsion(based on 66.9%) 11.0 14.0 Residual solids content 7.4 9.4 ,Aggregate 'Increases in cement content reduce mix time. Page 1 of 4 Ingevily ingevity Pavement Technologies 5255 Virginia Avenue North Charleston,SC 29406 Aggregate Testing Sieve Analysis Sieve# Sieve Size(in) Weight %Retained %Passing Speciflcation' ', 112" 0,5000 0.00 0.00 100 - 3/8" 0.3750 0.00 0.00 100 100 4 0.1870 8.70 0.88 99 90-100 8 0.0937 188.90 19.06 80 65-90 16 00469 247.90 25.02 55 45-70 30 0.0234 176.30 17.79 37 30-50 50 0,0117 133.60 13.48 24 18-30 100 0.0059 93.50 9.44 14 10-21 , 200 0.0029 56.50 570 9 5-15 Pan 85.55 8.63 Totals 990.95 100,00 t Sieve Analysis ' (0.45 Power Chart) 100 . 80 M 60 0 40 f 0 2j G • v• i • f #200#/100#150 930 #16 118 #4 3/8" 112" I Sieve Sand Equivalent Result Specification 80 65 minimum Page 2 of 4 Ingevity ingievity Pavement Technologies 5255 Virginia Avenue North Charleston,SC 29406 Mixture Testing Wet Track Abrasion,6-Day Soak(ISSA TB 100) %Emulsion %Total Water %Portland Cement Loss(citw 110 8.8 2.0 28 11.0 8.8 -2,0 30 29 Average 12.0 7.8 2.0 26 12.0 7.8 2.0 22 24 Average• 140 6.8 2.0 19 14.0 6.8 2.0 22, '20 Average •Emulsion %Total Water %Portland Cement' 'oss /ftp 12.0 65 0.5 32 12.0 6.5 0.5 , 30 31 Average 12.5 6.5 05 35 12.5 6.5 0.5 44 39 Average Wet Track Abrasion,1-Hour Soak(ISSA TS 100) •Emulsion %Total Water %Portland Cement Loss iafit2) 11.0 8.8 2.0 16 12.0 7.8 2.0 18 Loaded Wheel Test,Stability and Resistance to Compaction(ISSA TB 147) %Emulsion %Total Water %Portland Cement Lateral Displacement_(*/w` 120 8.0 2.0 4 14,0 7.0 2.0 4 Sand Adhesion,Loaded Wheel Test(ISSA TB 109) %Emulsion %Total Water %Portland Cement Adhesion(glft i 12.0 8.0 2.0 30 14.0 7.0 2.0_ 40 Schulze-Breuer and Ruck Compatibility(ISSA TB 144) Criteria Sample A sample B sample C Sample D Points Absorption(g) 1.4 1.5 1.6 1,5 - Abrasion Loss(g) 0.4 0.3 0.3 0.4 4, Integrity(%) 86 99 85 96 4 Adhesion(%) 100 100 100 100 4 POINT TOTAL 4 Page 3 of 4 V"-; Ingevdy Pavement Technologies 5255 Virginia Avenue North Charleston,SC 29406 Mixture Characteristics,2%Cement Test Details Method spec.Min. Spec.Max. '.Rdsult Mix Time 77°F ISSA TB 193 120s - 120 100°F 35s 40, Cohesion2 30 minute ISSA TB 139 12 kg-cm - 14 60 minute 20 kg-cm - Near Spin-203 Wet Stripping ISSA TB 114 90% 100 Wet Track 1-Hour Soak ISSA TB 100 - 50 g/ft2 18 6-Day Soak 75 q/ftp 24 Loaded Wheel Lateral Displacement ISSA TB 147 5% 4, Specific Gravity - 2.10 1.84 Excess Asphalt Sand Adhesion ISSA TB 109 - 50 g/fe 30 , Classification SBR ISSA TB 144 1 11 Points 12 2These values were obtained on samples cured outdoors at an air temperature of 50T 'According to ISSA TB No.139,the equivalent value of a near spin is 20 kg-cm Please be aware that while these results were favorable,they were achieved under laboratory conditions(75°F). Room temperature raw material samples utilized in this evaluation may or may not be representative of the materials used in the field. Variations In those materials,production equipment,and environmental conditions at the time of application may require adjustments to maintain optimum product performance, Thank you for allowing Ingevity to work with you on this project If you have any questions or comments,please contact me. Ernie Rowland Technical Service Representative,Pavement Preservation Phone: (843)746-8676 ..,•• .:cin Page 4 of 4 CSS-xhPM ASPHALT PAVING SYSTEMS, INC. , ASPHALT PAVING SYSTEMS PRODUCT: READING AVENUE TERMINAL:HAMMONTON HAMMONTON,NJ 08037 bcTE i a 4I 2- 1 18 SA rj . Len 6X WA Z t Eo 609-561-4161 l��rL fics7�n 'f/3 f�� DoT- TEST ANALYSIS OF EMULSIFIED ASPHALT TEST RESULTS SPEC Particle Charge 't- Positive Viscosi , Saybolt Furol @ 25C 77F , sec. X? - 100 Storage Stability test, 24 hr., % Note 2 0.Sb - - 1.0 Sieve Test % 0"54 - 0.1 Distillation: Note 3, Asphalt, percent b mass 6�� 62+ TEST ON RESIDUE FROM DISTILLATION Penetration,25C (77F), 100 g., 5 sec. 6 0 40 90 Ductility at 25C 77 5cm/minute,cm ' -► 40+ Ring and Ball Softening Point y t 140F+ Absolute Viscosi at 60C .140F 30 cm H ,Poises o o -t- 8000+ Solubility in trichloroethylene, percent 96+ Note 2: This test requirbment4on representative samples is waived if successful,gpplication of the material has been acKibved in the field. Note 3: AASHTO 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 results obtained by the current Test Methods are accurate for the sample taken. Signature: Q . Title: Tech Consultant Date: Thoso ® GannonJ, 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 Hamptonburg, NY 2017 32,577 James Cawein 845-496-3444 Town of Babylon, NY 2017 159,679 Vincent Galdiero 631-957-3092 Town of Blooming Grove, NY 2017 18,970 John Dolson 845-590-0948 Lyndenhurst, NY 2017 45,687 Doug Madlon 631-957-7500 Sag Harbor, NY 2017 69,119 Dee Yardley 631-725-0107 Item#7 o: Type.Type II Micro-Surfacing = ' Calendar Year 2018-19 ' 'STATEMENT OF NON-COLLUSION -,. ";(To be completed by each Bidder) In accordance with Section 103-d General Municipal Law, effective September 1, 1966, every ,bi'd 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. 2 (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 aPmEami of the (Name of signatory) Thm. H. G%Tm& Som, Im. Be authorized,to sign and submit the bid (Name of Corporation) Type II Micro-Surfacing Item# 7 Calendar Year 2018-19 Or proposal of this corporation for the following Project: Item #7 TYPE "I1" 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 911cs. H. G31= & Sorbs, Inc. corporation at a meeting of the Board of Directors, held on the 4th day of Amil , 20 18 (SEAL OF THE CORPORATION) Laws of New York, 1965 Ch. 751, Sec. 103-d, as amended & effective on September 1, 1965. Sign#tury Frank Gpcferri, Presida-it r. Type II Micro-Surfacing Item# 7 Calendar Year 2018-19 PROPOSAL FORM DATE: Z/ /t 8 NAME OF BIDDER: 73�L ) PUU I.1S1 ��c SC�c,pl LLC— 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 "II" 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 H Micro-Surfacing Item#7 Calendar Year 2018-19 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 H MICRO-SURFACING SOUTHOLD TOWN: FISHERS ISLAND: ri,pkeo� o(u vat Uc/ G) O -Ev � (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: E,.c9 h dul L LX/ G 10 A/%tj -u rrj Ca.,J::s (written in words)Per Sq. Yd. (written in words)Per Sq. Yd k.)U 610 191.D0 (written in numbers)Per Sq. Yd. (written in numbers)Per Sq. Yd. BID#2 HOT RUBBERIZED CRACK SEALING SOUTHOLD TOWN: FISHERS ISLAND: bcl- a&cf 7arc &,, (written in words)Per Linear Foot (written in words) Per Linear Foot (written in numbers)Per Linear Foot (written in numbers)Per Linear Foot r, Type II Micro-Surfacing Item#7 Calendar Year 2018-19 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: `7 0 1I��1�- Telephone Number: p0-57 a— c/L/ a Date: JLC IL8 Type II Micro-Surfacing Item# 7 Calendar Year 2018-19 STATEMENT OE 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 signato ) r L Be authorized to sign and submit the bid a e of Corporation) Type II Micro-Surfacing Item# 7 Calendar Year 2018-19 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 f3 (� 1��tu1nc ' �J"&Ca fmq U-C- corporation at a meeting-of the Board of Directors, held on the I day of , 200 (SEAL OF THE CORPORATION) Laws of New York, 1965 Ch. 751, Sec. 103-d, as amended& effective on September 1, 1965. ignature Hot Mix Asphalt Concrete Item# 8 "Type 6 Top" - Furnish only Year 2018-9 PROPOSAL FORM DATE: NAME OF BIDDER: 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 AN ALLOTMENT OF (30% OF RAP) RECYCLED ASPHALT PRODUCT INCLUDED IN THE MIXTURE (written in words)Per Ton (written in numbers words) Per Ton 5 Hot Mix Asphalt Concrete Item# 8 "Type 6 Top" -Furnish only Year 2018-9 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 proposals e�revi ed bythe Town to correct any deficiencies in the proposed neeme ' o corr re necessary, further agree that this proposal is a formal bid and a period of fo -five (45) days, the Town will accept orreject this proposal or by y extend e period. Signature of Bidder:Business Address: 124 SIM, , Telephone Number: O eat - g i ag Date: 6 Hot Mix Asphalt Concrete Item#8 "Type 6 Top" -Furnish only Year 2018-9 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'ofknowledge 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 theperson 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 `�0 bzc�- �of the (Name of"signatory) C� F $— Ce,! 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 578 10,4 kp6d�corporation at a meeting- of the Board of'Directors,held on the ► �`` day of "C r,l ,20 l b 9 Hot Mix Asphalt Concrete Item# 8 "Type 6 Top" -Furnish only Year 201 - }c (SEAL SOF'rI IE CORPORATION) Laws of New Ybrk, 1965 ._'-Ch. 7;5,1, Sec:,103-d, as amended& edective,ob;.September 1, 1965. Signature 10 �e.MeVuA 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 II 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;onfommAng to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond s".zll be construed as a statutory bond and not as a common law bond. Signed and sealed this 121h day of April 2018 Thos.W.Gannon& ons,Inc AuMngerpi,Secretary J ra k Capoferry Pr id t 'MAIL Q C MQ6_,_._ Hartford Fire Insurance Company Michelle McGinn,Witness (Surety) ,&"4al Steven Raffuel,A o ney-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 12th day April, 2018 Hartford Fire Insurance Company Surety Company By: (Name) Steven Raffuel 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 TTT TIER OF ATTORNEY BONDectic P O� One Hartford Plaza Hartford,Connecticut 06155 Bond.Claims0thehartford.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 0 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 E, 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. err +lt9tc►i *litrs 8 r'ier� r�•ca•nl.rrir'e: a LOSr to�s� � r 1967 � � • '.t • =a icy • ;�_'� _ + ;;anrrr,ty% • ��ar1N1► ,a'c•t974 •_ ;�^tg 5979 is 2 i944 * X.�.�� �Mea� irA"���`t� • � }`•n.'tu•viy t 4n•H• '�'�,',�sd• - rY 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 o�Nier�l► �*/ A • ryc Nora M Stranko Notary Public CERTIFICATE W 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 April 12, 2018 Signed and sealed at the City of Hartford. Ah. 1Y t� � �`� � '4K ta•.tNfri��i a �O�r � _:'r*yoCx.� �� 4 •y.� 1967 ' • _ * `,�" •' �- o f `a •: � °a..nt,ty, • �•at f ..:. 1 g 7 0 ±- ges 19 7.9 Art►r� �t -+• � o� leo •,,':., i�� I979 • 4 %». �b•w1� j/,q'�tart ► �"'•r„wut�f, �'�i•rd�'` T. Kevin Heckman,Assistant Vice President POA 2016 HARTFORD FO FIRE INSURANCE COMPANY Hartford, Connecticut Financial Statement Deeemher 31, 201+6 Statutory Basis ASSETS LIABILITIES 1:S.Government Bonds................... $ 470,088,468 Reserve for Claims $ fonds of Other Governments............. 157,991,464 and Claim Expense................... 7,803,571.492 State,County Munidpal Reserve for Unearned Premiums................ 2,123,226,931 Miscellaneous Bonds.........'... 11,611,543,509 Reserve for Tars,License Stocks............................... 51785,0591500 and Fees....................................... 57,065,851 Short Term Investments................... 735,098,910 Miscellaneous Liabilities.......................... 3,041,210,461 $ 18,781,781,861 Total Liabilities..................................... 13,0?,fi�964,738 teal Estate................................... $ 339,635,607 Capital Paid In $ 55,320,000 .,ash........................................... 80,686,604 Surplus................ 12,459,301,011 kgents'Balances(Under 90 Day)...... 2,963,110,122 ]cher Invested Assets..................... 494,826,985 Surplus as regards Policyholders........... $ 12,514,621,011 Aiscellaneous............................... 2,900,534,287 Total Liabilities,Capital total Admitted Assets................... $ 25,540,585,746 and Surplus................................. $ 25,540,585,146 STATE OF CONNECTICUT '.OUNTY OF HARTFORD SS. XrY OF HARTFORD Michael R.Hazel,Vice President and Controller,and-Allen R.Craig,Assistant-Sectary of the-Hartford-Fire Insurance-Company,being-duly rwom,each deposes and say that the foregoing Is a true and correct statement of the said company's financial condition as of December 31, ?016. Subscribed and swam to before me this >_4th day of April,2017. d Vice Presided ait Cghtroller F Notary Pubic R4 L& LAURIE HANSLN Assistant Secretary NOTAW Pusuc State of Connecticut MyDecember 13%2018 Expireson Forrrt C:S-19-37 HF printed in t1.S.A. State of New York DEPARTMENT OF FINANCIAL SERVICES WHERE"rr APPEARS THAT 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 paragraphs)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, 2018. In Witness Whereof, I have hereunto set 10 RKmy hand and affixed the official seal of this 1 �� STQrF Department at the City of Albany, New York, this * i * 1st day of July, 2017 rn V V , Maria T. Vullo Superintendent 2i' exceisto�` ' y `6 By Pact a� v ��/ow T�F F IN ANG` U Jacqueline Catalfamo Special Deputy Superintendent Original on Watermarked Paper 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. -JORK Sp In Witness Whereof, I have here- unto set my hand and affixed • the official seal of this Department a 1 w in the City of Albany, this e' I " 10th day of July, 2017 p 4 t IV op flNptk 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 April 12, 2018 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. NO ARY PUBLIC CECELIAD BROWN Notary Public,state of New Jersey My Commission Expires June21, 2021 Document A310 TM - 2010 Conforms with The American Institute of Architects AIA Document 310 Bid Bond CONTRACTOR: SURETY: (Name,legal status and address) (Name,legal status and principal place r fbusiness) Aspen American Insurance Company B &W Paving & Landscaping, LLC 175 Capital Boulevard, Suite 300 This document has important 70 Foster Road Rocky Hill, CT 06067 legal consequences.Consultation Waterford, CT 06385 Mailing Address for Notices wflh an attorney is encouraged with respect to its completion or OWNER' modification. (Nance,legal stales and address) Any singular reference to Town of Southold Contractor,Surety,Owner or other party shall be considered 53095 Main Street plural where applicable. Southold, NY 11971 BOND AMOUNT: $10000 One Hundred Dollars and No/CENTS PROJECT: (Nance,localion or address and Project number,if airy) Type II -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 tine period as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the 0%vner in accordance with the terns of such bid,mid gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of ilia 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 perlbrin the Avork covered by said bid,then this obligation shall be null and void,otherwise to remain in lidl liirce and ellect.The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the lime in which the Owner may accept the bid.Waiverol'notice by(lie Surely shall not apply to any extension exceeding sixty(60)days in the aggregate beyond lire time lir acceptance of bids specilied in the bid documents,and lire Owner and Contractorshall obtain the Surety's consent lir an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid ton Contractor,the tens Contractor in this Bond shall be deemed to be Subcontractor and the tern Owner shall be dcctucd to be Contractor. Wizen this Bond has been famished to comply trilh a statutory or other legal requirement in the location ofthe project,any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions confirming to such slatulory or other legal requirement shall be deemed incorporated herein.When so litmished,the intent is that this Bond shall be construed as a statutory bund and not as a common law bond. Si-ned and scaled this 9th day of April, 2018. B &W Paving & Landscaping, LLC E: C (Pr*ncipal) (seal) (/Pili ,s) By: (fit Aspen American Insurance Company (iiihceas) Victoria P. Parkerson By: gid•,, v moo° (Tule)Hilda J. Mur ri Attorney-in-Fact "'-,,,!�90.��,.�'•�- S-0054/AS 8/10 CORPORATE ACKNOWLEDGMENT State of New York County of Ss.: On this day of in the year 2018 before me personally come(s) to me known, who, being by me duly sworn, deposes and says that same resides that same is the of the B & W Pavinp, & Landscaping, LLC. the corporation described in and which executed the foregoing instrument; that same knows the seal of the said corporation;that the seal affixed to the said instrument is such corporate seal;that it was so affixed by the order of the Board of Directors of said corporation, and that same singed the name thereto by like order. (Signature of Notary taking acknowledgment) LIMITED LIABILITY COMPANY ACKNOWLEDGMENT State of&rrec41fjJ County of P&jU J&� Ss.:( .&-)C*tel On this v day of 1I , being by me duly sworn, deposes and says that same resides in ��-i'SLVO6 that same is the Lv✓ of the Ubj i9G.v,nm e I t.•n-c &wt--v4 LLLg-the Limited Liability Company described in and which executed the foregoing instrument;that same knows the seal of the said corporation;that the seal affixed to the said instrument; and that same authorized under the Articles of Organization and the Operating Agreement as amended and in effect this date to execute the forgoing instrument and so bind the Limited Liability Company. A" (Signaturg of Notary takingAcknowledgment) ELIZABETH P.MUCHA �� • -, Notary Public,State of COW, My CommistIgn�upiresMay y� y 31,2022 SURETY ACKNOWLEDGMENT State of CONNECTICUT County of Hartford Ss.: On this 9th day of April in the year 2018,before me personally come(s) Hilda J Muratori to me know, who, being by me duly sworn,deposes and says that same resides in Farmington, CT that same is the Attorney-in-Fact of the Aspen American Insurance Company the corporation described in and which executed the foregoing instrument; that same knows the seal of the said corporation;that the seal affixed to the said instrument is such corporate seal;that it was so affixed by the order of the Board of Directors of said corporation and that same signed the name thereto by like order. .•``SAGA �• Aj••, 140 T4 �; (S• nature of Notary taking acknowle gment) `� S- r= Notary Public: Jessica L Piccirillo 10 &LIG �N:p My Commission Expires: June 30,2020 ASPEN Aspen American Insurance Company 175 Capital Boulevard,Rocky Hill,CT 06067 Surety Bond No. Bid Bond Principal: B&W Paving&Landscaping,LLC Obligee: Town of Southold POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS,THAT Aspect American Insurance Company,a corporation duly organized under the laws of the State of Texas,and having its principal offices in Rocky Hill,Connecticut,(hereinafter the"Company")does hereby make,constitute and appoint: Hilda J.Muratori of Alliant Insurance Services,Inc. its true and lawful Attorney-in-Fact,with full power and authority hereby conferred to sign,execute and acknowledge on behalf of the Company,at any place within the United States,Elie following instrument(s) by his/her sole signature and act:any and all bonds,recognizanccs,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking and any and all consents incident thereto,and to bind the Company thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Company.All acts of said Attorney-in-Fact done pursuant to the authority herein given are hereby ratified and confirmed. This appointment is made under and by authority of the following Resolutions of the Board of Directors of said Company effective on April 7,2011,which Resolutions are now in full force and effect; VOTED:All Executive Officers ofthe Company(including the President any Executive,Senior or Assistant Vice President,any Vice President,any Tnastue,Assistant Treasurer,or Secrdary ar Assistant Secretary)may appoint Attorneys-in-Fact to act for and on behalf of the Company to sign�vith the Company's name and seal with the Company's seal,bonds,recognizances,and other writings obligatory in the nature ofa bond,recognizance,or conditional undertaking,and any of said Executive Officers at any time may remove any such appointee and revoke the power given him or her. VOTED:The foregoing authority for certain classes ofofHcers ofthe Companyto appoint Attorneys-in£act by virtue ofa Power ofAttomey bo sign and seal bonds, recogniranees,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking;as well as to revoke any such Power ofAttomey,is hereby granted specifically tothe following individual officers of Aspen Specialty insurance Management,Inc.: Michael Toppi,Executive Vice President,Scott Sadowsky,Senior Vice President Mathew Rai no,Vice President,Kevin Gillen,Senior Vice President and Ryan Field,Vice President This Power of Attorney may be signed and scaled by facsimile(mechanical or printed)under and by authority of the following Resolution voted by the Boards of Directors of Aspen American Insurance Company,which Resolution is nary in fall force and effect: VOTED:That the signature of any of the Officers identified by title or specifically named above may be affixed by facsimile to any Power of Attorney for purposes only of executingand atteslingbonds and undertakings and other writings obligatory in the nature thereof,and any and all consents incident thereto,and any such Power ofAttomey or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company.Any such power so executed and certified by such faeshnile signature and/or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking so executed. IN WITNESS WHEREOF,Aspen American Insurance Company has caused this instrument to be signed and its corporate seal to be hereto affixed this 24th day of June,2016. Aspen Am can Ins ace Company STATE OF CONNECTICUT SS. ROCKY HILL COUNTY OF HARTFORD K in Gillen,Senior Vice President On this 20 day of June,-2016 before me personally came Kevin Gillen tome(mown,who being by me duly swum,did depose and say;that he/she is Senior Vice President of Aspen American Insurance Company,the Company described in and which executed the above instrument;that he/she knows the seal ofsaid corporation;that the seal affixed to the said instrument is such corporate seal;and that he/she executed the said instrument on behalf ofthe ComMy by authority of his/her office under the above Resolutions thereof. M1KhCTir oral L Au9MY L 4a— R0-t21i-yPUbllC My commission expires:May 31,2021 CERTIFICATE I,the undersigned,Kevin Gillen of Aspen American Insurance Company,a stock corporation of the State ofTexas,doliereby certifythatthe foregoing Powerbf Attorney remains in full farce and has not been revoked;and firdhermore,that the Resolutions of the Boards of Directors,asset forth above,are now and remain in full force and effect. Given tinder my hand and seal of said Company,in Rocky Hill,Connecticut this 9th day of April , 2018 d,1,+I7N14"ryn Ins&, r _ 90• By: Name:Kevin Gillen,Senior Vice President a 1414,�— , ---- *For verification of the authenticity of the Power of Attomey you may call(860)760-7728 or eniail:Pairic37ia.Tabcr@aspen-instirance.com aspen-insttrance.com ;f { Aspen American Insurance Company STATUTORY STATEMENT OF FINANCIAL CONDITION December 31,2016 Assets Bonds $223,739,323 Common stocks 143,788,052 Cash and short term investments 163,135,579 Other invested assets 7,150,000 Premiums in course of collection 55,484,382 Amounts recoverable from reinsurers 131,268,464 Receivable from Federal Crop Insurance Corporation 150,111,082 Other assets 6,403,850 Total Assets $881,080,732 Liabilities Reserve for losses and adjustment expenses $155,437,315 Commissions payable,contingent commissions and other similar charges 24,911,055 Unearned-premiums 35,638,465 Ceded reinsurance premiums payable 89,884,254 Amounts withheld or retained by company for account of others 110,938,471 Payable to parent,subsidiaries and affiliates 727;462 Retroactive Reinsurance Payable 91,518,533 Retroactive Reinsurance Reserve-Direct 4,650,947 Retroactive Reinsurance Reserve-Ceded (91,368,533) Reserve fortaxes,expenses and other liabilities 4,252,0.60 Total Uabllities 426,590,029 Surplus as regards policyholders 454,490,703 Total Surplus and Liabilites $88:4080;732 easurer 61ef Finan t-6fficer State of Connecticut County of Hartford Peter Clifton Felix, Treasurer and Kenneth Gerald Cadematorl, Chief Financial Officer being duly sworn,of Aspen American Insurance Company,Texas; and that the foregoing is a true and correct statement of financial condition of said company,as of December 31,2016.This unaudited financial statement Is in agreement with Aspen American Insurance Company's December 31,2016 filings to the NAIC and to the State of Texas. Subscribed and sworn to before me,this 6th day of March '0.1-7,,, ` r l t Notary Public KIM D. SLAVA NOTARYMBLIC ti MY COMMISSION EXPIRES JUNE 30,2021 rr ` Document A310 TM - 2010 Conforms with The American Institute of Architects AIA Document 310 Bid Bond CONTRACTOR: SURETY: (Name,legal status and address) (Name,legal status and p>Tncipal place 4 f braciness) Aspen American Insurance Company B &W Paving & Landscaping, LLC 175 Capital Boulevard, Suite 300 This document has important 70 Foster Road Rocky Hill, CT 06067 legal consequences.Consultation Waterford, CT 06385 Mailing Address for Notices with an attorney is encouraged with respect to Its completion or OWNER: modification. (Name,legal stalas and address) Any singular reference to Town of Southold Contractor,Surety,Owner or other party shall be considered 53095 Main Street plural where applicable. Southold, NY 11971 BOND AMOUNT: 100.00 One Hundred Dollars and NO/Cents PROJECT: ('Faire,location or address audl'rojectnumber,iifanl} Type 6 Top Hot Mix Asphalt Concrete. 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 arc such that if the Owncr 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 othenvisc 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 tate Owner may in good faith contract with another party to perlimn(lie work covered by said bid,then this obligation shall be null and void,othenrise to remain in fill rorce and ellecl.The Surety hereby waives any notice ol'an agreement between the Owner and Contractor to extend the time in which the Ownermay accept the bid.Waiverol'notice by the Surely shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time lbr acceptance ol'bids specified in the bid documents,and the 0wmier and Contractor shall obtain the Surely'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 tens Contractor in this Bond shall be deemed to be Subcontractor and the tern 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 oi'the Project any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted hereliom and provisions conibrm ng 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 bund and not as a common lair'bond. Signed and scaled this 10th day of April, 2018. B &W Paving & Landscaping, LLC J (Pr hicipal) (Seal) (111u s) By: Mille) /I/(� _77 `P�d�puuurgq„' Aspen American Insurance Company�A”.4--:2 (.Sure!}) (,Seal) s (Jtinress Victoria P ParkersonBy- (Tills)Htlda J M tori Attorney-in-Fact ,« S-0054/AS 8110 •f CORPORATE ACKNOWLEDGMENT State of New York County of Ss.: On this day of in the year 2018 before me personally come(s) to me known, who, being by me duly sworn, deposes and says that same resides that same is the of the B & W Paving & Landscaping, LLC. the corporation described in and which executed the foregoing instrument; that same knows the seal of the said corporation; that the seal affixed to the said instrument is such corporate seal;that it was so affixed by the order of the Board of Directors of said corporation, and that same singed the name thereto by like order. (Signature of Notary taking acknowledgment) LIMITED LIABILITY COMPANY ACKNOWLEDGMENT State of Q�n nekAC""r I_ P County of�L03111 Ss.: 41k*1J On this /b day of anyj a01 V , being by me duly sworn, deposes and says that same resides in Glas W_ C`f that same is the 6aama, ,-- of the j2�[J 4a,*; (A^AJC4,,gtLC-the Limited Liability Company described in and which executed the foregoing instrument;that same knows the seal of the said corporation;that the seal affixed to the said instrument; and that same authorized under the Articles of Organization and the Operating Agreement as amended and in effect this date to execute the forgoing instrument and so bind the Limited Liability Company. *'liat re of Notary taking owledgment) ELIZABETH P.MUCHA Notary Public,state of Connecticut My Commigtion 5kplrea May 31,2022 SURETY ACKNOWLEDGMENT State of CONNECTICUT County of Hartford Ss.: On this 10th day of April in the year 2018,before me personally come(s)Hilda J Muratori to me know, who, being by me duly sworn, deposes and says that same resides in Farmington, CT that same is the Attorney-in-Fact of the Aspen American Insurance Company the corporation described in and which executed the foregoing instrument; that same knows the seal of the said corporation;that the seal affixed to the said instrument is such corporate seal;that it was so affixed by the order of the Board of Directors of said corporation and that same signed the name thereto by like order. ���gewnnry,,� 41) ' •.. ,�4 1 4.44 4Ve_ t}T,q : 4 ignature of Notary ing acknowledgment) Notary Public: Jessica L Piccirillo My Commission Expires: June 30,2020 LIG A. .�FCTIN ASPEN Aspen American Insurance Company 175 Capital Boulevard,Rocky Hill,CT 06067 Surety Bond No. Bid Bond Principal: B&W Paving&Landscaping,LLC Obligee: Town of Southold POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS,THATAspen American Insurance Company,a corporation duly organized under the laws of the State of Texas,and having its principal offices in Rocky Hill,Connecticut,(hereinafter the"Company")does hereby make,constitute and appoint: Hilda J.Muratori of Alliant Insurance Services,Inc. its true and lawful Attorney-in-Fact,with full power and authority hereby conferred to sign,execute and acknowledge on behalf of the Company,at any place within the United States,the following instrument(s) by his/her sole signature and act:any and all bonds,recognizanccs,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking and any and all consents incident thereto,and to bind the Company thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Company.All acts of said Attomey-in-Fact done pursuant to the authority herein given are hereby ratified and confirmed. This appointment is made under and by authority of the following Resolutions of the Board of Directors of said Company effective on April 7,201 I,which Resolutions are now in full force and effect; VOTED:All Executive Officers of the Company(including the President;any Executive.Senior or Assistant Vice President,any Vice President,any Treasurer,Assistant Treasurer,or Seorciary or Assistant Secretary)may appoint Attorreys-in-Fact to act for and on behalf of the Company to sign with the Company's name and seal with the Compmys seal,bonds,recognizances,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said Executive Officers at any time may removcany such appointee and revoke the power given him or her. VOTED;The foregoing authority for certain classes of officers ofthe Company to appoint Attorneys-in-Fact by virtue ofaPower ofAttomeyto sign and seal bonds, recogniranees,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,as melt as to revoke any such Power of Attomey,is hereby granted specifically to the following individual officers ofAspen Specialty Insurance Management,hie.: Michael Toppi,Executive Vice President,Scott Sadowsky,Senior Vice President, Mathew Raino,Vice President,Kevin Gillen,Senior Vice President and Ryarr Field,Vice President, This Power of Attorney may be signed and scaled by facsimile(mechanical or printed)under and by authority of the following Resolution voted by the Boards of Directors of Aspen American Insurance C6mpany,which Resolution is now in full force and effect: VOTED:That the signature of any of ttre Officers identified by title or specifically named above may be affixed by facsimile to any Power of Attorney farptulx)m only ofexecutingand attesling bonds and undertakings and otherwntings obligatory in the nature thereof,and any and all consents incident thereto,and anysuch Power ofAttomey or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company.Anysuch power so executed and certified by such facsimile signature and/or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking so executed, IN WITNESS WHEREOF,Aspen American Insuriince Company has caused this instrument to be signed and its corporate seal to be hereto affixed this 24th day of June,2016. Aspen Am can Insyt3ince Company STATE OF CONNECTICUT SS. ROCKY HILL COUNTY OF HARTFORD K In Gillen,Senior Vice President On this 24's day of June,2016 before me personally came Kevin Gillen to me known,who being by me duly swum,did depose and say;that he/she is Senior Vice President,of Aspen American Insurance Company,the Company described in and which executed the above instrument;that he/she knows the seal ofsaid corporation;that the seal affixed to the said ittshument is such corporate seal;and that he/she executed the said instrument an behalf of the Compmry by authority of his/her office under the above Resolutions thereof. Pr51tQTi� a►� J y7pnic'stgFaltym,tfJ1 Qltb /An�tanypublic My commission expires:May 31,2021 CERTIFICATE I,the undersigned,Kevin Gillen of Aspen American insurance Company,a stock corporation of the State ofTexas,do hereby certify that the foregoing Powerbf Attorney remains in full force and has not been revoked;and firdhcmrore,that the Resolutions of the Boards of Directors,as set forth above,are now and remain in full force and effect. 10th April 2018 Given tinder my hand and seal of said Company,in Rocky Hill,Connecticut,this day of p , 3 � laa au,,,,n"�"�• By. Name.Kevin Gillen,Senior Virx President *For verification of the authenticity of the Power of Attorney you may call(860)760-7728 or email:Patricia.Taber@aspen-instrrance.com J - Aspen American insurance Company STATUTORY STATEMENT OF FINANCIALCONDITION December 31,2016 Assets Bonds $223,739,323 Common stocks 143,788,052 Cash and short term investments 163,135,579 Other Invested assets 7,150,000 Premiums in course of collection 55,484,382 Amounts recoverable from reinsurers 131,268,464 Receivable from Federal Crop Insurance Corporation 150,111,082 Other assets 6,403,850 Total Assets $881,080,732 Liabilities Reserve for losses and adjustment expenses $155,437,315 Commissions payable,contingent commissions and other similar charges 24,911,055 Unearned premiums 35,638,465 Ceded reinsurance premiums payable 89,884,254 Amounts withheld or retained by company for account of others 110,938,471 Payable to parent,subsidiaries and affiliates 727,462 Retroactive Reinsurance Payable 91,518,533 Retroactive Reinsurance Reserve-Direct 4,650,947 Retroactive Reinsurance.Reserve-Ceded (91,368,533) Reserve fortaxes,expenses and other•l!abilities 4,252,060 Total Liabilities 426,590,029 Surplus as regards policyholders 454,490,703 Total Surplus and Liabilites $881,080;732 easurer hlef Finan l�er State of Connecticut County of Hartford Peter Clifton Felix, Treasurer and Kenneth Gerald Cadematori, Chief Financial Officer being duly sworn, of Aspen American Insurance Company,Texas; and that the foregoing is a true and correct statement of financial condition of said company,as of December 31,2016.This unaudited financial statement is In agreement with Aspen American Insurance Company's December 31,2016 filings to the NAIC and to the State of Texas. Subscribed and sworn to before me,this 6th day of March 2C/�7a, d 11 Notary Public KIM D. SL.IVA , NONRYP12BLIC , MY COMMISSION EXPIRES JUNE 30,2021 BID BOND Travelers Casualty and Surety Company of America Hartford, CT 06183 KNOWN ALL BY THESE PRESENTS, That we, RosemarConstrucdon,Inc.56 Pine StreeL,E.MorichesNY11940, 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 ( $100.00 )for the payment of which we bind ourselves, and our successors and assigns, jointly and severally, as provided herein. WHEREAS, Principal has submitted or is about to submit a bid to the Obligee on a contract for Item No.5 Type 6 Ton-Hot Mix Asahalt Concrete ("Project"). NOW, THEREFORE, the condition of this bond is that if Obligee accepts Principal's bid, and Principal enters into a contract with Obligee in conformance with the terms of the bid and provides such bond or bonds as may be specified in the bidding or contract documents, then this obligation shall be void; otherwise Principal and Surety will pay to Obligee the difference between the amount of Principal's bid and the amount for which Obligee shall in good faith contract with another person or entity to perform the work covered by Principal's bid, but in no event shall Surety's and Principal's liability exceed the penal sum of this bond. Signed this loth day of April 2018 Prin By' Travel e asualty and Surety Co pany America By. Theres Trei a is , Attorney-i -Fact 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. 007328997 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 Attorneys)-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 perrmi AA in an [tons or-r-�mceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signeddtthei corporate seals to be hereto affixed,this 11th day of August 2017 Farmington Casualty Companyy. St.Paul Mercury Insurance Company surance`(3ompany Travelers Casualty and Surety Company Fidelity and Guaranty'tin Fidelity and Guaranty Insufance 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 Gh6V�?� it JL FIRE�4 X346 O�FG9 ;P.(INSVggt y°,}tYA OS T>a :LC,t RD, '•`iY�, c�•6s.Y ♦. C1 -`�/ ��ORPDRltlD� -'T� mue !'f •1> :Wr'G°RVORATf�t^i5 ¢ K f�// RD. ZO 1977 € F ,i O1 CONK ° corrM N lass '-vSSAIya Q• S G b•+......•.•b- �d. d b D ry� ,,N �� *� ,� h,��Fa"cs is.ANS✓ 15...-...rN yt say t y� RYI ANt r State of Connecticut By: City of Hartford ss Robert L Raney,Senior Vice President On this the 11th day of August 2017 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 r, r In Witness Whereof,I hereunto set my hand and official seal �►�^�' ' My Commission expires the 30th day of June,2021. A fit * Marie C.Tetreault,Notary Public 58440-5-16 Printed in U.S.A. WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA HARTFORD,CT. 06183 ATTORNEY-IN-FACT JUSTIFICATION C l PRINCIPAL'S ACKNOWLEDGMENT—IF A CORPORATION State of New York,County of SL.+�' V }ss, l/ On this I I day of • ,20 ,before me personally appeare to me known,who,be' by me duly sworn,deposes and says: That he/she resides in the City of c N 11�G l�f thathdshe is the �[ G � of U�i�G Cl AlLft � G the corporation described and which executed the within instrument;that he/she knows the seal of said corporation; at a se said instrument is such corporate seal;that it was so affixed by order of the Board ofDuectors of said corporation,and that he/she signod his/her name thedo by like Cynthia Bunch Notary Public State of NY No. 01-BU6033778 Qualified in Suffolk County PRINCIPAL'S ACKNOWLEDGMENT--IFINDIVIDUALORFAtM ,,, Term Expires 1210662/ State of New York,County of ss. On this day of 120 ,before me personally appeared to me known to be(the individual)(one of the fun of- ) described in and who executed the within instrument,and helshe thereupon duly acknowledged to me that he/she executed the same(as the act and deed of said firm). i SURETY COMPANY'S ACKNOWLEDGMENT State of New York ) – County of... .Nassau On the 10th day of April in the year 20 18 before me,the undersigned,personally appeared Theresa Treimanis personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s)whose name(s)is (are)subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their/capacity(ics),and that by his/her/tbe r signature(s)on the instrument,the individual(s),or the person upon behalf of which the individual(s)acted,executed the instrument. NotaryPublic TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA ��% SSA V,q Hartford,Connecticut 06183 FINANCIAL WITH THE INSURANCE DEPT.OF THE STATE OF NEW YORK /•.QUALIF1 901% y AS FILED CAPITAL STOCK$6,480,000 = e NASSAU COUNTY; = _ ASSETS LIABILITIES&SURP�I9�A�•.:p CASH AND INVESTED CASH $ 23,923.843 UNEARNED PREMIUMSBio 0''•••• `� �8�1 le BONDSSTOCKS 3�321,03186,70b LO �JUSTMBvTEXF'[JNSES ''� NSEj 09 ,272002 ,2289 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 217,181,397 OTHER EXPENSES 42,557,946 NET DEFERRED TAX ASSET 69,571,968 JRRENT FERE FtALAND FOREIGN INCOME TAXES 11,351,548 REINSURANCE RECOVERABLE 23,137,819 REMITTANCES AND TTeAS NOT ALLOCATED 9,443,140 SECURITIES LENDING REINVESTED COLLATERAL ASSErS 6,917,816 AMOUNTS WITHHELD I RETAINED BY COMPANY FOR OTHERS 73,697,600 RECEIVABLES FROM PARENT.SUBSIDIARIES AND AFFILIATES 9,661,930 RETRQACTIVEREINSURANCE RESERVE ASSUMED 977,978 ASSUMED REINSURANCE RECEIVABLE AND PAYABLE 593,147 POLICYHOLDER DIVIDENDS 9,082,602 OTHERASSETS 6,199,978 PROVISION FOR REINSURANCE 3,555,080 ADVANCE PREMIUM 1,786,267 PAYABLE FOR SECURITIES 3,948,166 PAYABLE FOR SECURITIES LENDING 6,917,816 CEDED REINSURANCE NET PRENUMS PAYABLE 26,818,735 REINSURANCE PAYABLE ON PAP LOSSES&I=ADJ.EXPENSES 686,744 OTHER ACCRUED EXPENSES AND LLABILITIES 1,349,281 TOTALLIABIUIIES $ 2.107,562,219 CAPITAL STOCK S '6,480,000 PAID IN SURPLUS 433,803,760 OTHER SURPLUS 1,647,905,524 TOTAL SURPLUS TO POLICYHOLDERS $ 2,088,189,284 TOTALASSETS S 4,195,751,503 TOTAL LIABILITIES&SURPLUS S 4,195,751.503 Securities carried at$6,654,005 in the above statement are deposited with public authorities,as required by law. TRAVELERS CASUALTYAND SURETY COMPANY OF AMERICA HARTFORD,CONNECTICUT 06183 FINANCIAL STATEMENTAS 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 3,106,073 TAXES,LICENSES AND FEES 13,875,052 PREMIUM BALANCES 217,181,397 OTHER EXPENSES 42,557.946 NET DEFERRED TAXASSET 69,571,988 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 1,788,267 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 2107,562,219 CAPITAL STOCK $ 6,480,000 PAID IN SURPLUS 433,803,760 OTHER SURPLUS 1,647.905,524 TOTAL SURPLUS TO POLICYHOLDERS $ 2,088,189,284 TOTALASSETS $ 4,195 761,603 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 COMPANYAS OF THE 31ST DAY OF DECEMBER,2016, SECOND VICE PRESIDENT 1 ` ' SUBSCRIBED AND SWORN TO BEFORE ME THIS NOTARY PUBLIC 17TH DAY OF MARCH,2017 FSYSAN WEISSLEDER c ion Expires Novem&r 30,2017 0TAI� v �U) ,�'UB�,�J, .,UNN TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA HARTFORD,CONNECTICUT 06183 FINANCIAL STATEMENTAS OF DECEMBER 31,2018 AS FILED IN THE STATE OF NEW JERSEY 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 217,181,397 OTHER EXPENSES 42,557,946 NET DEFERRED TAX ASSET 69,571,968 CURRENT FEDERAL AND FOREIGN INCOME TAXES 11.351,648 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 $ 2,107,582,219 CAPITAL STOCK $ 6,480,000 PAID IN SURPLUS 433,803,760 OTHER SURPLUS 1,647,905,524 TOTAL SURPLUS TO POLICYHOLDERS $ 2,088,189,284 TOTALASSETS $ 4,195,751,503 TOTAL LIABILITIES&SURPLUS S 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 COMPANYAS OF THE 31ST DAY OF DECEMBER,2016. az SECOND VICE PRE ENT SUBSCRIBED AND SWORN TO BEFORE ME THIS NOTARY PUBLIC 17TH DAY OF MARCH,2017 SUSAN M.WEISSLEDEIt Alwary Public %%%,�I I j��i� My Commission Expires November 30,2017 C+ 4Y s OTA �N ;j, _ UBLIC J ` if 1111%1101%11 Document A310 TM - 2010 Conforms with The American Institute of Architects AIA Document 310 Bid Bond CONTRACTOR: SURETY: (Name,legal slalus and address) (Name,legal slalus and principal place a fhuciuess) Aspen American Insurance Company B &W Paving & Landscaping, LLC 175 Capital Boulevard, Suite 300 This document has important 70 Foster Road Rocky Hill, CT 06067 legal consequences.Consultation Waterford, CT 06385 Mailing Address for Notices with an attorney is encouraged with respect to its completion or OWNER: modification. (Nance,legal slalus mad address) Any singular reference to Town of Southold Contractor,Surety,Owner or other party shall be considered 53095 Main Street plural where applicable. Southold, NY 11971 BOND AMOUNT: 100.00 One Hundred Dollars and NO/Cents PROJECT: ('Fame,location or address andilrojecrnumber,ifa)rtj OIL& STONE The Contractor and Surety are bound to the Owner in the amount set forth above,for ilia payment of which the Contractor and Surety bind themselves.their hairs,executors,administrators,successors and assi-ns,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 iii 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,mid 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 perlimn the work covered by said bid,then this obligation shall be null and void,otherwise to remain in bill florae and ellect.The Surety hereby waives any notice ol'an agreement between the Ownier and Contractor to extend the time in which the Owner may accept the bid.R'aiver of*notice by lite Surely shall not apply to any extension exceeding sixty(60)days in the aggregate beyond ilia time ror acceptance ol'bids speci lied in the bid documents,and the Owner and Contractor shall obtain the Surelys consent Ibr an extension beyond sixty(60)days. If this Bond is issued in connection witli a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owncr shall be deemed to be Contractor. When this Bond has been luniished to comply with a statutory or other legal requirement in[lie location of(lie Project any pmvision in this Bond conllicting with said statutory or legal requirement shall be deemed deleted herelrom and provisions conibrming to such statutory or other legal requirement shall be deemed incorporated herein.When so ltimished.the intent is that this Bond shall be construed as a Statutory bond and not as a coninion law bond. Si-ned and sealed this 9th day of April, 2018. B &W Paving &Landscaping, LLC ( (Pchncipal) (seal) By: .4-- m6) '(1'1P/j'iti lft 01' Aspen American Insurance Company �Q:•'"-+; �;?°P fA'ilnera) Victoria P. Parkerson (Title)Hilda J. Mur ori Attorney-in-Fact „'�99u• "' S-0054/AS8/10 w CORPORATE ACKNOWLEDGMENT State of New York County of Ss.: On this day of in the year 2018 before me personally come(s) to me known, who, being by me duly sworn, deposes and says that same resides that same is the of the B & W Paving & Landscaping, LLC. the corporation described in and which executed the foregoing instrument; that same knows the seal of the said corporation;that the seal affixed to the said instrument is such corporate seal;that it was so affixed by the order of the Board of Directors of said corporation, and that same singed the name thereto by like order. (Signature of Notary taking acknowledgment) LIMITED LIABILITY COMPANY ACKNOWLEDGMENT State of Qrm uL"'- ' County off u)1�Ss1Lt On this day of j l JV 1 , being by me duly sworn, deposes and says that same resides in _ C- r-, C7 that same is the of the � lJ Pfui�c E L"Cup; the Limited Liability Company described in and which executed the foregoing instrument;that same knows the seal of the said corporation; that the seal affixed to the said instrument; and that same authorized under the Articles of Organization and the Operating Agreement as amended and in effect this date to execute the forgoing instrument and so bind the Limited Liability Company. AP22bcAA (Signat of Notary takiKg acknowledgment- - ---- 'ir ELIZABETH P.MUCHA =rotary public,State of Connect+cut " �4iy Commission Expires May 31,2022 SURETY ACKNOWLEDGMENT State of CONNECTICUT County of Hartford Ss.: On this 9th day of April in the year 2018, before me personally come(s) Hilda J Muratori to me know, who, being by me duly sworn, deposes and says that same resides in Farmington, CT that same is the Attorney-in-Fact of the Aspen American Insurance Company the corporation described in and which executed the foregoing instrument; that same knows the seal of the said corporation;that the seal affixed to the said instrument is such corporate seal;that it was so affixed by the order of the Board of Directors of said corporation and that same signed the name thereto by like order. ,,`,`r��1f111111111ry//II,s',,,, •`�� �'.'Qi" ignature of Notary taking acknowledgment) LL, OTAR1-o<<" Notary Public: Jessica L Piccirillo { c _= My Commission Expires: June 30,2020 o'��/B E X P J� '''•�NIIIII IIIIN••, ASPEN Aspen American Insurance Company 175 Capital Boulevard,Rocky Bill,CT'06067 Surety[fond No. Bid Bond Principal: B&W Paving&Landscaping,LLC Obligee: Town of Southold POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS,THAT Aspen American Insurance Company,a corporation duly organized under the laws of the State of Texas,and having its principal offices in Rocky Hill,Connecticut,(hereinafter the"Company")does hereby make,constitute and appoint: Hilda J.Muratori of Alliant Insurance Services,Inc. its true and lawful Attorney-in-Fact,with full power and authority hereby conferred to sign,execute and acknowledge on behalf of the Company,at any place within the United States,the following instrument(s) by his/her sole signature and act:any and all bonds,rccognizances,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking and any and all consents incident thereto,and to bind the Company thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Company.All acts of said Attorney-in-Fact done pursuant to the authority herein given are hereby ratified and confirmed. This appointment is made under and by authority of the following Resolutions of the Board of Directors of said Company effective on April 7,2011,which Resolutions are now in full force and effect; VOTED:All Executive Officers of die Company(including the President anyl-Neeutive,SeniororAssislantUice President,any Vice President,any Trewtuer,Assistant Treasurer,or Secretary or Assistant Secretary)may appoint Attomeys-in-Fact to act for and on behalf of the Company to sign with the Company's name and seal with lie Company's seal,bonds,recognizances,and other writings obligatory in the nature ofs bond,recognizance,or conditional undertaking,and any of said Executive Officers at any time may removeany such appointee and revoke the power given him or her. VOTED:The foregoing authority for certain classes ofofficers ofthe Company to appoint Attorneys-in-Fact by virtue of aPower of Attomeyto sign and seal bonds, mcognizanoes,and other writings obligatory in the nature ofa bond,recognizance,or conditional undertaking;as wel I as to revoke any such Power of Attorney,is hereby granted specifically to the fbi lowing individual officers of Aspen Specialty Insurance Management,hic.: Michael Toppi,Executive Vice President,Scott Sadowsky,Senior Vice President, Mathew Raino,Vice President,ICevin Gillen,Senior Vice President and Ryan Field,Vice President, This Power of Attorney may be signed and scaled by facsimile(meebanleal or printed)under and by authority of the following Resolution voted by the Boards of Directors of Aspen American Insurance Company,which Resolution is now in full force and effect: VOTED:That the signature of any of the Officers identified by title or specifically named above may be affixed by facsimile to any Power of Attorney forpugxtses only of executingand attesting bonds and undertakings and other writings obligatory in the nature thereof,and any and all consents incident thereto,and any such Power ofAttomey or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company.Anysuch power so executed and certified by suchfacsimile signature and/or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking so executed. IN WITNESS WHEREOF,Aspen American Insurance Company has caused this instrument to.be signed and its corporate seal to be hereto affixed this 24th day of June,2016. Aspen Am tcau Ins nee Company STATE OF CONNECTICUT' SS. ROCKY HILL COUNTY OF HARTFORD K In Gillen,Senior Viae President On this 20 day of June,2016 before me personally came Kevin Gillen tome known,who being by me duly swom,did-depose and say;that he/she is Senior Vice President,of Aspen American Insurance Company,the Company described in and which executed the above imtnunent;that helshe knows the seal ofsaid corporation;drat the seal affixed to the said instrument is such corporate seal;and that helshe executed thesaid iastmroenton behalf ofthe Company by authority of hislber office under the above Resolutions thereof. 17p„iiwGhFntty7l,nal �`4RD Notary Public My commission expires:May 31,2021 CERTIFICATE 1,the undersigned,Kevin Gillen of Aspen American Insurance Company,a stock corporation of the State ofTexas,do hereby certifythatthe foregoing Powerbf Attorney remains in fidl force and has not been revoked;and furthermore,thatthe Resolutions of the Boards of DhWots as set forth above,are now and remain in full force and effect. Given tinder my hand and seal of said Company,in Rocky Hill,Connecticut,this 9th day of April 2018 �,ppuiuin„„ k'g� t�MSftis 19 909 By: 1 pt Name:Kevin Gillen,Senior Vika President *Forverification of the authenticity of the Power of Attomey you may call(860)760-7728 or email:Patricia.TabcrCaaspen-insurance cont d Aspen American Insurance Company STATUTORY STATEMENT OF FINANCIAL CONDITION December3112016 Assets Bonds $223,739,323 Common stocks 143,788,052 Cash and short term investments 163,135,579 Other invested assets 7,150,000 Premiums in course of collection 55,484,382 Amounts recoverable from reinsurers 131,268,464 Receivable from Federal Crop Insurance Corporation 150,111,082 Other assets 6,403,850 Total Assets $881,080,732 Liabilities Reserve for losses and adjustment expenses $155,437,315 Commissions payable,contingent commissions and othersimilar charges 24,911,055 Unearned premiums 35,638,465 Ceded reinsurance premiums payable 89,884,254 Amounts withheld or retained by company for account of others 110,938,471 Payable to parent,subsidiaries and affiliates 727;462 Retroactive Reinsurance Payable 91,518,533 Retroactive Reinsurance Reserve-Direct 4,650,947 Retroactive Reinsurance Reserve-Ceded (91,368,533) Reserve fortaxes,expenses and other liabilities 4,252,060 Total Liabilities 426,590,029 Surplus as regards policyholders 454,490,703 Total Surplus and Liabilites $881,080;732 T easurer hief Finan State of Connecticut County of Hartford Peter Clifton Felix, Treasurer and Kenneth Gerald Cadematori, Chief Financial Officer being duly sworn, of Aspen American Insurance Company,Texas; and that the foregoing is a true and correct statement of financial condition of said company,as of December 31,2016.This unaudited financial statement is in agreement with Aspen American Insurance Company's December 31,2016 filings to the MAIC and to the State of Texas. Subscribed and sworn to before me,this 6th day of March X017;,, ') Notary Public KIM D. SLIVA NOTARYPVBLIC , MY COMMISSION EXPIRES JUNE 30,2021 Southold Town Board- Letter Board Meeting of March 27, 2018 RESOLUTION 2018-274 Item# 5.4 ADOPTED DOC ID: 13895 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2018-274 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOL' D TOWN BOARD ON MARCH 27,2018: 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 2018-19. Elizabeth A. Neville Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: James Dinizio Jr, Councilman SECONDER:Will P. Ruland, Councilman AYES: Dinizio Jr, Ruland, Doherty, Ghosio, Evans, Russell Generated March 27, 2018 Page 16 Rudder, Lynda, From: Rudder, Lynda Sent: Thursday, March 29, 2018 4:00 PM To: 'betty@bandwpaving.com'; 'jim@bandwpaving.com' ct: Orlando,Vincent Subject: road treatment bid Attachments: Road Treatments.doc; 2018 Item 8.doc; 2018 Item 2.doc; 2018 Item 5.doc; 2018 Item, 7.doc Importance: High Your message is ready to be sent with the following file or link attachments: 2018 Item 8.doc 2018 Item 2.doc 2018 Item 5.doc 2018 Item 7.doc Note:To protect against computer viruses, e-mail programs may prevent sending or receiving certain types of file attachments. Check your e-mail security settings to determine how attachments are handled. Rudder, Lynda From: Orlando, Vincent Sent: Thursday, March 29, 2018 3:51 PM To: Rudder, Lynda Subject: FW: paving From:Jim Wray [mailto:lim@bandwpaving.com] Sent:Thursday, March 29, 2018 3:12 PM To: Orlando, Vincent<vincent.orlando town.southold.ny.us> Subject: Re: paving Thank you Jim Wray B and W Paving 70 foster road Waterford Ct 06385 860-572-9942 office 860-536-5833 fax From: Orlando,Vincent<vincent.orlando@town.southold.ny.us> Sent:Thursday, March 29, 2018 1:29:40 PM To:Jim Wray Subject: paving Afternoon Jim, Town clerk's office for Paving bid on FI...........Lynda Rudder 631.765.1800 Happy Easter, Vincent Orlando Town of Southold i Superintendent of Highways Office: 631-765-3140 vincent.orlandoatown.southold.nv.us CONFIDENTIALITY NOTICE- This communication with its content's may contain confidential and/or legally privileged information. It is solely for the use of the intended recipient(s). Unauthorized interception, review, use or disclosure is prohibited and may violate applicable laws including the Electronic Communications Privacy Act. If you are not the intended recipient, please contact the sender and destroy all copies of the communication. 2 Rudder, Lynda From: Rudder, Lynda Sent: Thursday, March 29, 2018 3:57 PM To: legals@timesreview.com, Lisa Finn (lisaahfinn@gmail.com); Michaelis, Jessica; Reisenberg, Lloyd; Southold Local (denise@southoldlocal.com); Dinizio,James; Doherty,', Jill; Doroski, Bonnie; Ghosio, Bob; Louisa Evans; Neville, Elizabeth; Noncarrow, Denis; Norklun, Stacey; Rudder, Lynda; Russell, Scott; Standish, Lauren;Tomaszewski, Michelle; William Ruland; Duffy, Bill; Haga"n, Damon; Silleck, Mary Cc: Orlando,Vincent Subject: Road Treatments for publication Attachments: Road Treatments.doc Please publish in the 4/5 edition of the Suffolk-Times and the Town website, thank you 1 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, April 12, 2018, 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: March 27, 2018 ELIZABETH A. NEVILLE SOUTHOLD TOWN CLERK PLEASE PUBLISH ON APRIL 5, 2018, 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 RC-250 LIQUID ASPHALT Item#2 "OIL & STONE" Year 2018-19 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 +/- 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 RC-250 LIQUID ASPHALT Item#2 "OIL & STONE" Year 2018-19 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 2018-19 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 maybe 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 2018-19 the certified check or bidder's bond accompanying the Proposal of such bidder shall be retained by the Town, not as a penalty, but as liquidated damages for such breach. In the event any bidder whose proposal shall, be accepted shall fail or refuse to execute the Contract as herein before provided, the Town may, at there option, determine that such bidder has abandoned the Contract, and thereupon, his proposal and acceptance thereof shall be null and void, and the Town shall be entitled to liquidated damages as above provided. J. PREVAILING WAGE RATES The New York State Department of Labor's Prevailing Wage Rate Schedules are part of this Contract. The Contractor is responsible for being familiar with the latest available schedules. INSURANCE REQUIREMENTS The Contractor shall not commence any work until he has obtained, and had approved by the Town of Southold, all of the insurance that is required under this contract which has been enumerated herein: COMPENSATION INSURANCE: Public Liability and Property Damage Insurance Contractor's Protective Liability and Property Damage Insurance Owner's Protective Public Liability and Property Damage Insurance The Contractor shall not permit any subcontractor to commence any operation of the site until satisfactory proof of carriage of the above required insurance has been posted with and approved by the Owner. Compensation Insurance: The Contractor shall take out and maintain during the life of this Contract, Workmen's Compensation Insurance for all his employees employed at the site of the project, and in case of any of the work being sublet, the Contractor shall require all subcontractors similarly to provide Workmen's Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. Public Liability and Property Damage Insurance: The Contractor shall take out and maintain during the life of this Contract such Public Liability and Property Damage Insurance as shall protect him and any subcontractor performing work covered by this Contract from claims for damages four personal injury including accidental death as well as from claims for property damage which may arise from operations under this Contract, whether such operations be by himself or by any subcontractor, to by anyone directly or indirectly employed by either of them, and the amounts of such insurance shall be as follows: Public Liability Insurance in an amount of not less than One Million Dollars ($1,000,000.00) for bodily injuries, including wrongful death to each person and subject to the same limit for each person in an amount not less that One Million Dollars. ($1,000,000.00) on account of each accident. Property Damage Insurance in an amount not less than One Million Dollars ($1,000,000.00) for damages on account of each accident and in an amount of not less than One Million Dollars ($1,000,000.00) for damages on account of all accidents. 4 RC-250 LIQUID ASPHALT Item#2 "OIL,& STONE" Year 2018-19 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 Propertyamage 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 s RC-250 LIQUID ASPHALT Item#2 "OIL & STONE" Year 2018-19 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, specificdtions, 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 2018-19 (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 2018-19 1. DESCRIPTION Bids are requested for the purchase and application of Bituminous Surface Treatment that consists of OIL (Grade RC-250) & STONE (No. 1 1/4" Blue Stone) for the use in repair &maintenance of the Town Highways for the calendar year. The contractor shall also be required to provide &place quantities of Schim Mix Asphalt (Type 5) as needed and directed by the Superintendent of Highways. The attention of the bidder is specifically called to the fact that the quantities specified herein are considered an estimate only and may not be the quantity of material that will actually be required by the Town for the calendar year. 2. MATERIALS Asphalt Road Material shall be Grade RC-250 and shall meet the following Specifications: TEST Grade RC-250 Water, Max. (%) 0.2 Flash Point, C.O.C. F., Min. - Kinematic Viscosity @ 140 F. Centistokes 250 - 500 Distillation: % Total Distillate to 680 F. by Vol. To 437 F Min. 35 To 500 F Min. 60 To 600 F Min. 80 Residue from Distillation to 680 F % Volume by Difference, Min. 65 Tests on Residue Absolute Viscosity 140 F 600 - 2400 Ductility, 5 cra/min. @ 77 F cm. min. 100 % Sol. In CCL4, Min. 99 Required Temperature Mixing 100 - 175 Spraying 80 - 250 Blue Stone shall be No. 1A- 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 2018-19 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 2018-19 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 2018-19 F (SEAL OF THE CORPORATION) Laws of New York, 1965 Ch. 751, Sec. 103-d, as amended & effective on September 1, 1965. Signature 11 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, April 12, 2018, 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: March 27, 2018 ELIZABETH A. NEVILLE SOUTHOLD TOWN CLERK PLEASE PUBLISH ON APRIL 5, 2018, 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 Type II Micro-Surfacing Item# 7 Calendar Year 2018-19 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 +/- 3000 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 2018-19 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 I1 Micro-Surfacing Item# 7 Calendar Year 2018-19 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 2018-19 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 2018-19 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 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 2018-19 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 2018-19 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 2018-19 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 D Type II Micro-Surfacing Item# 7 Calendar Year 2018-19 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 2018-19 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-lH 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-lH 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 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 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 2018-19 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. Gradin. When tested in accordance to AASHTO T27 - (ASTM C136) and AASHTO T11 - (ASTM C117), 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%) #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 2018-19 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 401-112 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 2018-19 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 II Micro-Surfacing Item# 7 Calendar Year 2018-19 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 2018-19 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: .'1 it9' "i ai.�� . • , 'Type,I',I Micro-Surfacing Item# 7 Calendar Year 2018=19 ' '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, .4 ,agei%cy, 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 t 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 2018-19 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 -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, See. 103-d, as amended& effective on September 1, 1965. Signature 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,April 12, 2018, 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: March 27, 2018 ELIZABETH A. NEVILLE SOUTHOLD TOWN CLERK PLEASE PUBLISH ON APRIL 5, 2018, 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 Hot Mix Asphalt Concrete Item# 8 "Type 6 Top" - Furnish only Year 2018-9 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 2018-9 As soon as the proposal prices have been compared, the Owner shall return the bidder's bond or the certified checks accompanying such proposals as, in his judgment, would not likely be involved in making the award. All other proposal quantities will be held until the contract and contract bond have been executed after which they will be released or returned to the respective bidders whose proposals they accorpanied. C. OMISSIONS AND DISCREPANCIES Bidders should carefully examine the specifications and fully inform .themselves of all conditions and matters which can in any way affect the work or the cost thereof. Should a bidder find discrepancies in or omissions from the specifications, or other documents or should he be in doubt as to their meaning, he should at once notify the Highway Superintendent who may issue a written instruction to all bidders. D. PUBLIC OPENING OF PROPOSALS Proposals will be opened and read publicly at the time and place indicated in the Invitation for Bids. Bidders, authorized agents, and other interested parties are invited to be present. E. AWARD OF CONTRACT Award of contract will be made as soon as practical. The Superintendent of Highways reserves the right to make awards by items, or as a whole, or not at all, whichever the Superintendent deems to be in the best interest of the Town. A contract may be awarded to a responsible bidder other than the lowest money bidder, if it is in the best interest of the Town. No bid may be withdrawn after scheduled closing time for receipt of bids for a period of 45 days pending execution of a contract by successful bidder. The competency and responsibility of the bidder and his sub-contractors will be considered in making, the award. The Town reserves the right to waive any technical error, to accept any bid, or to reject any or all bids. The contract form will be a Standard form of Agreement between Owner and Contractor. The Town will either award the project or reject all proposals received within forty-five (45) days after formal opening of proposals. Acceptance of a proposal will be a written notice signed by the Town Clerk& no other act shall constitute the acceptance of a proposal. F. WITHDRAWALS OF PROPOSALS Any bidder upon his or her authorized representative's written request presented not later than the hour set for the opening thereof, will be given permission to withdraw his proposal. At the time of opening the proposals, when such proposals are reached, it will be returned to him unread. G. REJECTION OF PROPOSALS The Town reserves the right to waive any technical error and to reject any and/or all proposals. Without limiting the generality of the foregoing, any proposal which in incomplete, obscure, or irregular may be rejected; any proposal accompanied by an insufficient or irregular certified check or bidder's bond bay be rejected, any proposal having interlineations, erasure or corrections may be rejected. The Town also reserves the fight to reject any bid if the evidence submitted in the qualification statement or an investigation of such bidder fails to satisfy the Town that such bidder is property qualified to carry out the 2 Hot Mix Asphalt Concrete Item# 8 "Type 6 Top" - Furnish only Year 2018-9 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 2018-9 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 Propertyage 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 2018-9 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 AN ALLOTMENT OF (30% OF RAP) RECYCLED ASPHALT PRODUCT INCLUDED IN THE MIXTURE (written in words) Per Ton (written in numbers words) Per Ton 5 Hot Mix Asphalt Concrete Item# 8 "Type 6 Top" - Furnish only Year 2018-9 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 2018-9 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 2018-9 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 2018-9 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 2018-9 (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,April 12,2018, 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: March 27, 2018 ELIZABETH A. NEVILLE SOUTHOLD TOWN CLERK PLEASE PUBLISH ON APRIL 5, 2018, 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 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2018-19 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 2018-19 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 2018-19 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 of 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 2018-19 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 2018-19 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 2018-19 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 all new joints 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 6 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2018-19 (written in numbers) Per Ton (written in numbers) Per Ton 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 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 7 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2018-19 BID #3 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 #4 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 #5 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 8 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2018-19 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: 9 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2018-19 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. 10 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2018-19 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. 11 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2018-19 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 12 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2018-19 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 13 . 7 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2018-19 (SEAL OF THE CORPORATION) Laws of New York, 1965 Ch. 751, Sec. 103-d, as amended & effective on September 1, 1965. Signature 14 STATE OF NEW YORK) SS: COUNTY OF SUFFOLK) LYNDA M RUDDER, Deputy Town Clerk of the Town of Southold,New York being duly sworn, says that on the 291h day of March , 2018, 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 L nda M Rudder Southold Deputy Town Clerk Sworn before me this 2 h day of Ma , 2018. &t�_j �110 Notary P lic BONNIE J.DOROSKI Notary Public,State Of New York No.O1D06095328,Suffolk ntY Term Expires July 7,20 Y !Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2016-17 .r 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. I 1 I Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year-20+6=17 w 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_201.6 1-7-- 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 alil, 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 An bidder upon his or her authorized representative's hive's written request resented not later than the hour set Y P P q P 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. G 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 completeilthe proposed work within the specific time. I TIME FOR EXECUTION OF CONTRACT i 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, an&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 2U6 17 the certified check or bidder's bond accompanying the Proposal of such bidder shall be retained by the Towii,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. Prope , 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" Yeur-2OT7 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" Year20T6-17 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: -- - BI'D#1 FURNISH AND PLACE THE FOLLOWING WITHIN. HOT Mix ASPHALT CONCRETE Tly,e 6 Top" which includes Tack Coat and seam seal joint application MADE WITH ALL (VIRG'JN-MATERIALS) 0—250 Tons SOUTHOLD TOWN: FISHERS ISLAND: (written in words) Per n (written in wor -s)- er Ton J11,1A (�engin numbers)Per Ton (written in numbers) Per Ton 6 Hot Mix Asphalt Concrete Item# 5 "Type 6 Top" Year 2016-17 250—500 Tons SOUTHOLD OWN: FISHERS ISLAND: (written in words) Pe Ton (written in words) Per Ton a (written in numbers) Per To (written intnbers) 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 Ove 1,000 Tons SOUTHOLD TOWN. FIS ERS ISLAND: (written Awords) Per Ton (written inwords) Per Ton (written in numbers) Per Ton (written in numbers) Per Ton BID#Z, FURNISH AND PLACE THE FOLLOWING WITHIN HOT Mix ASPHALT CONCRETE �-w "Type 6 Top" which includes Tack Coat application K0 t L ' 0M A �'aE��S 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 2016-17 250—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 2016-17 BID #4J , 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 #6� 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 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 2016-17 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 2016-17 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 2016-17 All work skull 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 i 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 2016-17 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 2016-17 STATEMENT_OF NON-COLLUSION Jo 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-241.6`� C�Oj -, (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 204-5—l-& 901 "- P 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 20.-15--1`6__ 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 Hot Mix Asphalt Concrete Item# 8 "Type 6 Top" -Furnish only Year 20 °1°6-- 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 20 1,6°'°' 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 2015-16 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 TV7 SUS Y LABOR AND MATERIAL T URNISH "Type 6 To " INTO SOUT D HIGHWAY TRUCKS MADE W eH ( IRGIN MATERIALS) (written in wordw er Ton (written in num _words) Per Ton 5 Hot Mix Asphalt Concrete Item# 8 "Type 6 Top" - Furnish only Year 2-�5-11r 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 2015-16 1. DESCRIPTION Bids are requested for the supply of labor and material to furnish N.Y.S. Type 6 Top Coat into Southold Town Highway Trucks. The materials shall meet the specifications to/for Item 403.1701 in the New York Department of Transportation Specifications. The materials shall be constructed in accordance to section 400 in the New York State Department of Transportation Specifications. Material shall be measured by ton. Payment for this item shall be made by the unit price multiplied by the number tons. 2. MATERIALS Bituminous Asphalt concrete pavement shall be equal to NYSDOT - Type 6 meet or exceed the following requirements: ASPHALT CONCRETE PAVEMENT Screen General limits Job Mix Sizes % Passing Total % 1" 100 -- 1/2" 95-100 -- 1/4" 65-85 +/- 7 1/8" 36-65 +/- 7 No. 20 15-39 +/- 7 No. 40 8-27 +/- 7 No. 80 4-16 +/- 4 No. 200 2-6 +/- 2 Asphalt Content, % 5.8-7.0 +/- 4 5. TESTING The Town shall have the absolute right to make tests before and after delivery and placement of asphalt material to determine conformity to Specifications, quality and standards of excellence. The Contractor agrees to bear the cost and pay for all tests which are deemed to be necessary in the opinion of the Town. The Contractor shall repair or replace at no additional cost to the Town, any materials found to not meet the Specifications and quality intended. The work shall be executed in the best and most workmanlike manner. 6. SAMPLES The town at its discretion can request samples of asphalt material provided by winning bidder to have periodic testing of the mix at a DOT approved facility at the vendor's expense to help insure that the mix provided is to our specification. 7. MEASUREMENT &PAYMENT The prices quoted in this bid, and subsequently awarded, are to be used in establishing prices for actual materials furnished and placed within Town of Southold Highway Trucks from the date of award up to and 7 Hot Mix Asphalt Concrete Item# 8 "Type 6 Top" -Furnish only Year 2015-16 including one (1) year thereafter. The contract period may be extended for up to one (1) additional year upon mutual written agreement of the Town and the Contractor. Payment shall be made to the contractor at the unit price(s) submitted in the Proposal. The asphalt concrete will be measured by the number of tons. The unit price per ton shall include the cost of furnishing all materials, equipment, labor and incidentals necessary to complete the work. NOTE: The winning bidder will supply the Highway Department with daily mix reports showing the composition of the asphalt mix that day, and endeavor to submit them to us along with the invoices submitted for payment. END OF SPECIFICATION: 8 • Hot Mix Asphalt Concrete Item # 8 "Type 6 Top" - Furnish only Year 2015 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 2015_-16 (SEAL OF THE CORPORATION) Laws of New York, 1965 Ch. 751, Sec. 103-d, as amended & effective on September 1, 1965. Signature 10 r Type II Micro-Surfacing alendar Year9 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. � f Type I1 Micro-Surfacing Item# 7 Calendar Year 2015-16 INSTRUCTIONS TO BIDDERS A. PROPOSALS Proposals must be made in strict accordance with the "Proposal Form" provided. The Proposal form shall not be detached from the bid package. Failure to comply with this requirement will constitute grounds for rejection of the bid subject to the digression of the Highway Superintendent. Any and all exceptions to the specifications shall be listed on a separate sheet bearing the designation: 'Exceptions to the Specifications", and attached to the Bid Form. Each proposal must be signed in writing with the full name and address of bidder. The bidders shall write in ink, both in words &numerals, the price for which he proposed to furnish all materials,plant, equipment, tools, shoring or bracing, or other facilities, &to perform all labor and services necessary for the proper completion of the work in strict accordance with the plans and specifications, and subject at all times to the approval of the Highway Superintendent. Proposals,together with the entire bid package, shall be delivered enclosed in an opaque sealed envelope and shall be addressed as indicated on Invitation to Bid. The envelope shall be marked "Proposal" bearing the title of work and the Bidders Name. Bidders may bid on one or any combination of items listed on the proposal sheet. No proposal shall be considered which has not been received by the Southold Town Clerk prior to the hour and date stated. B. PROPOSAL GUARANTY A proposal will not be accepted or considered unless accompanied by a guaranty in the form of a bid bond or certified check in the amount of one hundred ($100) dollars payable to the Town of Southold. As soon as the proposal prices have been compared, the Owner shall return the bidder's bond or the certified checks accompanying such proposals as, in his judgment, would not likely be involved in making the award. All other proposal quantities will be held until the contract and contract bond have been executed after which they will be released or returned to the respective bidders whose proposals they accor0panied. C. OMISSIONS AND DISCREPANCIES Bidders should carefully examine the specifications and fully inform .themselves of all conditions and matters which can in any way affect the work or the cost thereof. Should a bidder find discrepancies in or omissions from the specifications, or other documents or should he be in doubt as to their meaning, he should at once notify the Highway Superintendent who may issue a written instruction to all bidders. r Type II Micro-Surfacing Item# 7 Calendar Year 2015-16 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 c& 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 2015-16 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 2015-16 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 Damalle 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 Type II Micro-Surfacing Item# 7 Calendar Year 2015-16 fora 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 Il Micro-Surfacing Item# 7 Calendar Year 2015-16 ' 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 2015-16 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 2015-16 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 4 7 Calendar Year 2015-16 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-lH 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 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 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 2015-16 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. Gradin. When tested in accordance to AASHTO T27 - (ASTM C136) and AASHTO TI I - (ASTM C117), the target mix design or aggregate gradation shall meet the following: Type II Aggregate Sieve Size Percent Passim Sieve Size Percent Passim 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 2015-16 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 Desil4n. 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 Il Micro-Surfacing Item# 7 Calendar Year 2015-16 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 Il Micro-Surfacing Item # 7 Calendar Year 2015-16 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 2015-16 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 Il Micro-Surfacing Item# 7 Calendar Year 2015-16 STATEMENT OF NON-COLLUSION (To be completed by each Bidder) In accordance with Section 103-d General Municipal Law, effective September 1, 1966, every bid or proposal hereafter made to a political subdivision of the State of any public department, agency, or official thereof or to a fore district or any agency or official thereof for work or services performed or to be performed or goods sold or to be sold, shall contain the following statement subscribed to by the bidder and affirmed by such bidder as true under the penalties of perjury; non-collusive bidding certification. A. By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief: (1) The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or any competitor. (2) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor. (3) No attempt has been made or will be made by the bidder to induce any other person, partnership, or corporation to submit or not to submit a bid for the purpose of restricting competition. B. The person signing this bid or proposal certifies that he has fully informed himself regarding the accuracy of the statements contained in this certification, and under the statements contained in this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being applicable to the bidder, as well as the person signing in its behalf. C. That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signature of this bid or proposal on behalf of the corporate bidder. RESOLUTION Resolved that of the (Name of signatory) Be authorized to sign and submit the bid (Name of Corporation) Type II Micro-Surfacing Item# 7 Calendar Year 2015-16 Or proposal of this corporation for the following Project: Item #7 TYPE "I1" 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 r z RC-250 LIQUID ASPHALT Item#2 "OIL & STONE" Year-H-h5--M— ITEM NO. 2 SPECIFICATIONS J FOR THE PURCHASE & APPLICATION OF ASPHALT ROAD MATERIALS BITUMINOUS SURFACE TREATMENT RC-250 LIQUID ASPHALT "OIL & STONE" NOTE: THE TOWN OF SOUTHOLD WILL ALSO REQUIRE +/- 30,000 SQUARE YARDS (more or less as may be needed) OF PAVEMENT TO BE APPLIED ON FISHERS ISLAND. THE CONTRACTOR SHALL BE REQURIED TO NOTIFY EACH RESIDENT AT LEAST 24 HOURS PRIOR TO ANY WORK ON TOWN ROADS. RESIDENTS MUST BE RE-NOTIFIED AFTER DELAYS DUE TO INCLEMENT WEATHER OR JOB OPERATIONS. 1 . 1 RC-250 LIQUID ASPHALT Item#2 "OIL & STONE" Year 2015-16 INSTRUCTIONS TO BIDDERS A. PROPOSALS Proposals must be made in strict accordance with the "Proposal Form" provided. The Proposal form shall not be detached from the bid package. Failure to comply with this requirement will constitute grounds for rejection of the bid subject to the digression of the Highway Superintendent. Any and all exceptions to the specifications shall be listed on a separate sheet bearing the designation: 'Exceptions to the Specifications", and attached to the Bid Form. Each proposal must be signed in writing with the full name and address of bidder. The bidders shall write in ink, both in words &numerals,the price for which he proposed to furnish all materials,plant, equipment, tools, shoring or bracing, or other facilities, &to perform all labor and services necessary for the proper completion of the work in strict accordance with the plans and specifications, and subject at all times to the approval of the Highway Superintendent. Proposals, together with the entire bid package, shall be delivered enclosed in an opaque sealed envelope and shall be addressed as indicated on Invitation to Bid. The envelope shall be marked "Proposal" bearing the title of work and the Bidders Name. Bidders may bid on one or any combination of items listed on the proposal sheet. No proposal shall be considered which has not been received by the Southold Town Clerk prior to the hour and date stated. B. PROPOSAL GUARANTY A proposal will not be accepted or considered unless accompanied by a guaranty in the form of a bid bond or certified check in the amount of one hundred ($100) dollars payable to the Town of Southold. As soon as the proposal prices have been compared, the Owner shall return the bidder's bond or the certified checks accompanying such proposals as, in his judgment, would not likely be involved in making the award. All other proposal quantities will be held until the contract and contract bond have been executed after which they will be released or returned to the respective bidders whose proposals they accor0panied. C. OMISSIONS AND DISCREPANCIES Bidders should carefully examine the specifications and fully inform .themselves of all conditions and matters which can in any way affect the work or the cost thereof. Should a bidder find discrepancies in or omissions from the specifications, or other documents or should he be in doubt as to their meaning, he should at once notify the Highway Superintendent who may issue a written instruction to all bidders. D. PUBLIC OPENING OF PROPOSALS Proposals will be opened and read publicly at the time and place indicated in the Invitation for Bids. Bidders, authorized agents, and other interested parties are invited to be present. 2 k-250 LIQUID ASPHALT Item# 2 "OIL & STONE" Year 2015-16 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 2015-16 the certified check or bidder's bond accompanying the Proposal of such bidder shall be retained by the Town, not as a penalty, but as liquidated damages for such breach. In the event any bidder whose proposal shall, be accepted shall fail or refuse to execute the Contract as herein before provided, the Town may, at there option, determine that such bidder has abandoned the Contract, and thereupon, his proposal and acceptance thereof shall be null and void, and the Town shall be entitled to liquidated damages as above provided. J. PREVAILING WAGE RATES The New York State Department of Labor's Prevailing Wage Rate Schedules are part of this Contract. The Contractor is responsible for being familiar with the latest available schedules. INSURANCE REQUIREMENTS The Contractor shall not commence any work until he has obtained, and had approved by the Town of Southold, all of the insurance that is required under this contract which has been enumerated herein: COMPENSATION INSURANCE: Public Liability and Property Damage Insurance Contractor's Protective Liability and Property Damage Insurance Owner's Protective Public Liability and Property Damage Insurance The Contractor shall not permit any subcontractor to commence any operation of the site until satisfactory proof of carriage of the above required insurance has been posted with and approved by the Owner. Compensation Insurance: The Contractor shall take out and maintain during the life of this Contract, Workmen's Compensation Insurance for all his employees employed at the site of the project, and in case of any of the work being sublet, the Contractor shall require all subcontractors similarly to provide Workmen's Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. Public Liability and Property Damage Insurance: The Contractor shall take out and maintain during the life of this Contract such Public Liability and Property Damage Insurance as shall protect him and any subcontractor performing work covered by this Contract from claims for damages four personal injury including accidental death as well as from claims for property damage which may arise from operations under this Contract, whether such operations be by himself or by any subcontractor, to by anyone directly or indirectly employed by either of them, and the amounts of such insurance shall be as follows: Public Liability Insurance in an amount of not less than One Million Dollars ($1,000,000.00) for bodily injuries, including wrongful death to each person and subject to the same limit for each person in an amount not less that One Million Dollars. ($1,000,000.00) on account of each accident. Property Damage Insurance in an amount not less than One Million Dollars ($1,000,000.00) for damages on account of each accident and in an amount of not less than One Million Dollars ($1,000,000.00) for damages on account of all accidents. 4 RC-250 LIQUID ASPHALT Item#2 "OIL & STONE" Year 2015-16 Liability"and Property Damage Insurance: The above policies for Public Liability and Property Damage Insurance must be so written to include Contractor's Protective Liability and Property Damage insurance to protect the Contractor against claims arising from the operations of a subcontractor. The policies shall also name the Town of Southold as an additional insured. Owner's Protective Public Liability and Property Damage Insurance: The Contractor shall furnish to the Owner, with respect to the operations he or any of his subcontractors perform a regular Protective Public Liability Insurance Policy for, and in behalf of the Owner,providing for a limit of not less than One Million Dollars ($1,000,000.00) for all damages arising out of bodily injuries to, or death of, one person and subject to that limit for each person, a total limit of One Million Dollars ($1,000,000.00) for all damages arising out of bodily injuries to, or death of,two or more persons in any one accident; and regular Protective Property Damage Insurance providing for a limit of not less than One Million Dollars ($1,000,000.00) for damages arising out of injury to, or destruction of, property in any one accident and subject to that limit per accident, a total (or aggregate limit of Two Million Dollars ($ 2,000,000.00) for all damages arising out of injury to, or destruction of,property during the policy period. This insurance must fully cover the legal liability of the Owner. The coverage provided under his policy must not be affected if the Owner performs work in connection with the project either for or in cooperation with the Contractor or as an aid thereto whether the same be a part of the Contract or separate therefrom, by means of its own employees or agents or if the Owner directs or supervises the work to be performed by the Contractor. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the Owner with certificates of each insurer insuring the Contractor of any subcontractor under this Contract except with respect to part D. As listed above. In respect to this paragraph, the Contractor shall furnish the Owner with the original insurance policy. Both certificates, as furnished, and the insurance policy, as required, shall bear the policy numbers,the expiration date of the policy and the limits of liability there under. Both the certificates and the policy shall be endorsed to provide the Owner with any notice of cancellation or non-renewal. 5 RC-250 LIQUID ASPHALT Item#2 "OIL & STONE" Year 2015-16 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 2015-16 n (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 2015-16 1. ITESCRIPTION s Bids are requested for the purchase and application of Bituminous Surface Treatment that consists of OIL (Grade RC-250) & STONE,(No. 1A 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 1 250 - 500 Distillation: %Total Distillate to 680 F. by Vol. To 437 F Min. 35 To 500 F Min. 60 To 600 F Min. 80 Residue from Distillation to 680 F % Volume by Difference, Min. 65 Tests on Residue Absolute Viscosity 140 F 600 - 2400 Ductility, 5 cra/min. @ 77 F cm. min. 100 % Sol. In CCL4, Min. 99 Required Temperature Mixing 100 - 175 Spraying 80 - 250 Blue Stone shall be No. I - 1/4" Stone. Percent passing 1/4" screen 90 - 100 Percent passing 1/8" Screen 0 3. WEATHER LIMITATIONS The material shall be spread only when: 1. The read surface and atmospheric temperatures are at least 45 degrees F and rising. 2. The weather is not foggy or raining. 3. There is no forecast of temperatures below 32 degrees F within 48 hours from the time of 8 a RC-250 LIQUID ASPHALT Item#2 "OIL & STONE" Year 2015-16 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 2015-16 STATEMENT OF NON-COLLUSION (To bF completed by each Bidder) ,t 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" Peconi'c 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 2015-16 i a 0 (SEAL OF THE CORPORATION) Laws of New York, 1965 Ch. 751, Sec. 103-d, as amended & effective on September 1, 1965. Signature 11