Loading...
HomeMy WebLinkAboutRoad Treatment - Micro surfacing . . ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 southoldtown.northfor k. net OFFICE OF THE TOWN CLERK TOWN OF SOUTH OLD May 23,2006 CERTIFIED MAIL RETURN RECEIPT REQUESTED Thomas H. Gannon & Sons, Inc PO Box 505 Middle Island, NY I I953 Dear Mr. Gannon: Congratulations. The Southold Town Board, at its regular meeting of May 9, 2006, accepted the bid of Thomas H. Gannon & Sons, Inc for the furnishing and placing of "Type II Micro-Surfacing", Road Treatment #7. A certified copy of the resolution is enclosed. Also enclosed is your bid check for last year. Your current bid check will be returned to you at the end of the contract. V~r.?' truly yours, () ~ ~ ~\M \dY-- Lynda M. Bohn Deputy Town Clerk Enc. Town of Southold - Letter- so. Meeting of May 9, 2006 RESOLUTION 2006-429 Item # 32 ADOPTED DOC ID: 1824 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2006-429 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON MAY 9, 2006: RESOLVED that the Town Board of the Town of South old hereby accepts the bid of Thomas H. Gannon & Sons. Inc.. for the application of Polvmer Modified Emulsified Asphalt Pavement. Type II Micro-Surfacinl! within the Town of Southold, all in accordance with the bid specifications and Town Attorney, and as follows: Type II Micro-Surfacing Truing & Leveling (Type 5 - Shim) $ 1.49 per sq. yd. $95.00 per ton I'~-~a~~t't.. Elizabeth A. Neville Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: Thomas H. Wickham, Councilman SECONDER: Louisa P. Evans, Justice AYES: Krupski Jr., Edwards, Ross, Wickham, Evans, Russell Generated May 11, 2006 Page 41 . #7825 STATE OF NEW YORK) )SS: COUNTY OF SUFFOLK) . Jean Suraon of Mattituck, in said county, being duly sworn, says that he/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, successively, commencing on the 6th day of April , 2006 Sworn to before me this 2006 (p day of UMwtuLVolAtMiJ CHRISTINA VOllNSKI NOTARY PUBLIC-STATE OF NEW YORK No.Ol-V06105050 Qualified In Suffolk County ':ommlsslon ExpIres February 28. 2008 LEGAL NonCE NonCE TO BIDDERS I NonCE IS HEREBY GIVEN, in I accordance with the provisions of Sec- I tioo-100 of-.the-General'--MunicipalLaw, I that sealed 11id, are ",ught lind request- I' oed for _~_ an4phicing~Within the i Towil of~So1ith()ld.the fOllOwing road ! treatments: LOnlllld_ 1. on IIIld Slone 3. UquId Aspllalt of. _ Mh (type 5 Sblm) S. Type 6 Top 6. RC-:ISO U'lUfd Aspllalt on & Recyded Sto.. 7. Type n Miao-SurfadDg 8. Type 6 Asphall (to.... pid< up) Specifica~DS may be obtained at the Office oithe Town Qerk, Town of cipal Clerk fLmJ Southold, Thwn Hall, 53095 Main Road, Southald, New York 11971, Monday through Friday; 8:00 a.m. to 4:00 p.m. The sealed bids, together with a Non- Collusive Bid - Certificate, and .baak. draft......",.............. orbid...........fhe . IUIIO." of Sl80_, will be received by t the Town Oerk of the Town of South old ~ attheSOuthOld'Il.ownHall,. P0BOX1t79., 53095 Main Road, Southold, New York, J1Iltill0:00....... T1tanday,Apdl20,2806, at which ~e they will be 9J>ened and read aloud in public. ' The Town Board of the Town of Southold reserves th.e right to reject any , and aU bids and waive any arid aUinfor- i malities in any bid should it be deeD1ed I in the, best interest of the Thwn of South- old to do so, ' All bids must be signed and sealed' in envelopes plainly marked with the type of road treatment being bid on, and sub- , mitted to the Office of the Thwn Oerk. 'I. The bid price, ,shall Dot include any tax, federal, state,: or 1ocal'. from which I the Town of Southold is exempt Dated: March 28, 2006 ELIZABETII A. NEVILLE SOUTIlOLD TOWN CLERK . 7825-lT 4/6 One (I) bid was received: Thomas H. Gannon & Sons, Inc POBox 505 Middle Island NY 11953 Type II Micro-surfacing Truing & Leveling (Type 5 - Shim) . BID OPENING #7 Tvpe II Micro-Surfacine: $ 1.40 sq yd $95.00 ton . ~ype II Micro-surfaCing- . Item # 7 Calendar Year 2006 PROPOSAL FORM DATE: April 19,2006 NAME OF BIDDER: Thos. H. Gannon & Sons, Inc. PO Box 505 Middle Island, NY 11953 TO: SOUTHOLD TOWN BOARD TOWN HALL PO BOX 1179 53095 MAIN ROAD SOUTHOLD, NEW YORK 11971 NOTE: All items listed herein must be bid. Failure to bid any item will be grounds for disqualification. 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 counection, 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 II MICRO-SURFACING O/)e. doLl..t>rr "'t -ro,-~- ... i ~ e. eQ ._~ (written in words) Per Sq. Yd. ii, 1/9 (written in numbers) Per Sq. Yd. TRUING & LEVELING (Type 5 - Shim) N/~eAy -n ';-<., c:I()UI>rr.s (written in words) Per Ton ~qs: 00 (written in numbers) Per Ton Type II Micro-Surfacing- - Item # 7 Calendar Year 2006 And he further agrees that if this proposal shall be accepted by the Town and that ifhe 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: c _~M~, /i PO Box 505 ~. Business Address: Middle Island, NY 11953 Telephone Number: 631-696-8798 Date: 4/19/06 . . JIWj.fi. (jannon and Sonj, !Jnc. p.o. BOX 505 MIDDLE ISLAND, N.Y. 11953 . (631) 696-8798 . Fax (631) 696-0892 April 19, 2006 Mr. Peter Harris Superintendent of Highways Town of South old Peconic Lane Peconic, NY Dear Mr.Harris: The following represents microsurfacing projects completed within the last three years: Town of Babylon 850,000 s.y. John Miller, Corom. 957-3167 Town of Brookhaven 500,000 s.y. John Rouse, Supt. 451-9200 Town ofIslip 350,000 s.y. John Petito, Comm. 224.5610 Town of Southampton 150,000 s.y. William Masterson 728-3600 Town of East Hampton 250,000 s.y. Christopher Russo 324-0925 Very truly yours, '-~" 0-/0:.7 Thom~ II. G~"~", "- .. President . G; SemMaterialS" . November 7, 2005 Tom G3llllon Thomas H. G3llllon & Sons 75 Cedarhurst Avenue Medford, NY 11763 Dear Tom: This letter is to state that bituminous material meeting micro surfacing (Ralumac) specifications will be manufactured by SemMaterials, L.P. for Thomas H. Gannon & Sohs during the year 2006. It is understood and agreed that SemMaterials, L.P. shall not be liable for any damages for any default or delay, either in delivery or performance due to any shortages caused by Federal, State or supplier rationing. Sincerely, SemMaterials, L.P. --:- -" ~;Y' Tim Monta Technical Marketing . 3847 Pottsville Pike. Reading, PA 19605-1723 . .Tel: 610.921.0271 . Fax: 610.921,1477 . www.semgrouplp.com SomMatorial.. LP.. a Mombor of SomGroup. L.P. KOCH Pavement Solutions" . . _Longer Lasting Roads Micro-Surfacing Design Date: 04/26/2005 Contractor: Thomas Gannon Materials Aggregate Source: Tilcon, Haverstraw Screenings Rock Type: Asphalt Emulsion Source: Koch Materials Co. Grade: Polymer Modified Cationic CSS-1 H (Ralumac@) Portland Cement* Source: Lehigh Cement Co. Grade: Type I "Note: Mernate sources of Portland cement will be suitable in most cases. Project: Agency: NYSDOT Aggregate Sieve Analvsis % Passino Tvoe II Microsurfacing Stockpile Tolerance Sieve % Passino w/1.0% Filler Min Max Min Max 1/2" 112.5mm\ 100.0% 100.0% 100% 100% 100.0% 100.0% 3/8-j9.5mml 100.0% 100.0% 100% 100% 100.0% 100.0% #4 (4.75 m~ 99.7% 99.7% 90% 100% 94.7% 100.0% #8 (2.38m~ 74.8% 75.0% 65% 90% 69.8% 79.8% #1611.18mm\ 49.0% 49.5% 45% 70% 45.0% 54.0% #30 (6OOl!m) 34.0% 34.7% 30% 50% 30.0% 39.0% #50 (300um) 22.4% 23.2% 18% 30% 18.4% 26.4% #100 (150um\ 12.4% 13.3% 10% 21% 9.4% 15.4% #200 (75um) 6.3% 7.2% 5% 15% 4.3% 8.3% 78 S ecification Min Max 65 Test Method Sand Equivalence: AASHTO T 176 2209 Childs Road. St. Paul MN 55106 . 651.774.9763 . Fax 651.774.8258 Koch ,,-, SoIutiClfl$ i, a regi5l8nl<l......ice mark 01 ked. Mallll"ial. Campony . . Specification Test Method Mln Max ISSA TB 139 13 ka-em 12 ka-cm - 20 kg-em 20 kg-em - ISSA TB-100 505 g/m2 - 538 g/m2 781 a/m2 - 807 a/m2 176.7g/m2 - 538 a/m2 ISSA TB 109 100% 90% - ISSA TB 114 1.0% - 5% ISSA TB 147 2.055 - 2.10 12 11 - 300 120 see - ISSA TB-113 . Field Simulation Tests Cohesion: 30 min. 60 min. Wet Track Abrasion Test: 1 hour soak 6 day soak LWT Sand Adhesion: Boiling Water Stripping: Lateral Displacement: Gob 1000 cycles Classification Compatibility: Trial Mix Time 250C: Interpretation of Results and Job Mix Formula Mineral Filler Total Water Field Control Additive*** CSS-1h Latex Modified Emulsion Residual Content of Emulsion R~sidual Asphalt in Mix Design Minimum Maximum 1.0% 0.75% 1.5% 8.0% 8.0% 11.0% 0.50% 0% 4.00% 12.0% 12.0% 14.0% 63.9% 62.0% - 7.7% 7.4% 8.9% *** Typical field control additive is 350z per ton. Test data reported herein have been secured by reliable testing procedures. As we have no knowledge of, or control over, the conditions that may affect the use of the materials from which the samples were taken, we assume no responsibility in furnishing these data other than to warrant they represent reliable measurement of the properties of the sample tested. SignedV~ Alan C. Brooker Design Engineer . ~ype II Micro-surfaCing- - Item # 7 Calendar Year 2006 ST A TEMENT OF NON-COLLUSION (To be completed by each Bidder) In accordance with Section 103-d General Municipal Law, effective September I, 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: (I) 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 Thomas H.Gannon, Jr. (Name of signatory) of the Thos.H.Gannon & Sons, Inc. (Name of Corporation) Be authorized to sign and submit the bid ;ype II Micro-surfaCing- - Item # 7 Calendar Year 2006 Or proposal of this corporation for the following Project: Item #7 TYPE "II" 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 (!03-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 pena1tie~ of perjury. The foregoing is true and correct copy of the resolution ,adopted byThos. H. Gannon&Sons, rnc corporation at a meeting of the Board of Directors, held on the 19th day of April ,20~ (SEAL OF THE CORPORATION) Laws of New York, 1965 Ch. 751, Sec. 103-d, as amended & effective on September 1, 1965. REMITTER OSTi}Ul!ANK 234ROlJTE25A, EA8T8ETAUKET, NY 11733 THOS A GANNON ~ PAY TOntE ; , ORDER OF g: . l ~ = . Tovm OF SOUTHOLD Eg~~il..,.@]OOCI()L DOeT'S CASHIER'S CHECK " DATE Ap'-il 19, 2006 10 11281 1003 50-1611214 1$/ :t.100..00t ] II. ~oo ~ ~ 28 ~II';-':O 2 ~ 1,0 H, ~ ?: 11.00 2 ~8000 b 1,,,, -',"""'-,. RIZED SIGNATURE ORIZED SIGNATURE ... . I II Ii I?J . Type II Micro-surfaCing- - Item # 7 Calendar Year 2006 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-IH plus the following: Test Oualitv AASHTO T59 Residue after SDTM F244 Distillation * The temperature for this test should be held below 280 F (138 C). Specification 62% Min. Tests on Residue AASJTP T59 ASTM 036 AASHTO T49 ASTM 036 ASTM 2170 Softening Point 1350F (570C) min Penetration at 770F (250C) Kenematic Vis @2750F (1350C) 40 - 90 650 cSt/sec, min. 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. Al!l!rel!ate. The Type II mineral aggregate shall be manufactured crushed stone, sand, slag, crusher fines, or combination thereof. Smooth textured sand ofless than 1.25% water Type II Micro-surfacin1t . Item # 7 Calendar Year 2006 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 Oualitv Specification AASHTO Tl76 ASTM D2419 Sand Equivalent 60 min. AASHTO Tl04 ASTM C88 Soundness 15% max. using NAZ S04 or 25% max. using MgS04 AASHTO T96 ASTMC131 Abrasion Resistance 30% max. 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 TlI _ (ASTM CI17), the target mix design or aggregate gradation shall meet the following: Type II Aggregate Sieve Size 3/8" #4 #8 #16 Percent Passin!! 100 90 - 100 (+1- 5%) 65-90 (+1-5%) 45-70 (+1-5%) Sieve Size #30 #50 #100 #200 Percent Passin!! 30 - 50 (+1- 5%) 18 - 30 (+1- 4%) 10-21 (+1-3%) 5 - 15 (+1- 2%) Water. The water shall be potable and shall be free of harmful soluble salts. Polvmer 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 one (I) 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 (I) hour with no damage to the surface, as verified by the engineer. Mineral Filler. The mineral filler shall be any recognized brand of nonairentrained 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-surfacin!t . Item # 7 Calendar Year 2006 3. GENERAL REQUIREMENTS: Truin2 & Levelin2 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. Bitwninous 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. AIl existing pavement surfaces where Schim Mix Asphalt Concrete work is required shall be fog sealed with RC 250 at O. I 0 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 Desi2n. 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 of6 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 Mineral Additive Polymer Based Modifier Field Control Additive Water - 5% to 9% by dry weight of aggregate - 0.5% to 3% by dry weight of aggregate - minimum 3% solids based on bitwnen weight content - As needed to provide specified properties - 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 of22 - 27 # Per Square Yard. 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 Type II Micro-surfaCing- - Item # 7 Calendar Year 2006 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 oftemperatures below 32 degrees F. within 48 hours from the time of placement of the mixture. 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. Preca\ltions 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 ofthe spreader box. The entire surface should be damp with no apparent flowing water in front of the box. The surfacing Type II Micro-surfaCing- - Item # 7 Calendar Year 2006 mixture shall be of the desired consistency upon leaving the mixer and no additional materials should be added. A sufficient amount of material shall be carried in all parts of the spreader at all times so that a complete coverage is obtained. Overloading of the spreader box should be avoided. No lumping, bailing, or unmixed aggregate shall be permitted. No streaks, such as those caused by oversized aggregate, will be left in the finished surface. If excess oversize develops, the job will be stopped until the contractor proves to the engineer that the situation has been corrected. No excess build-up, uncovered areas or unsightly appearances shall be permitted on longitudinal or transverse joints. The contractor shall provide suitable width spreading equipment to produce a minimum number of joints. The finished surface shall present a uniform and skid resistant texture satisfactory to the engineer. Areas which cannot be reached with the mixing machine shall be surfaced using hand squeegees to provide complete and uniform coverage. The area to be hand-worked shall be lightly dampened prior to the mix placement. Care shall be exercised to leave no unsightly appearance from hand-work. Ouality Control. The contractor shall be responsible for any and all fees relating to materials testing. The contractor will permit the engineer to take samples of the aggregate and asphalt emulsion to be used in the project at the engineer's discretion. Gradation and sand equivalent tests may be run on the aggregate and residual asphalt tests on the emulsion. Test results will be compared to the specifications. Samples of the mixture could be taken as often as two (2) times each day. Consistency and residual asphalt content tests may be made on the samples and compared to the specifications. The contractor will be notified immediately if any test fails to meet the specifications. If any two successive tests on the material fail, the job shall be stopped. If any two successive tests on the mix from the same machine fail, the use of that machine will be suspended. Traffic Maintenance. The contractor shall be responsible for providing maintenance and protection of vehicular and pedestrian traffic associated with this work. Opening to traffic does not constitute acceptance of the work. The contractor shall also be responsible for providing all signage and traffic control during this work. Method of Pavment. 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 ofthe product, the contractor must own or show the ability to rent and 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 Macro seal Emulsion or approved equal. Type II Micro-surfaCing. . Item # 7 Calendar Year 2006 A list of at least (5) micro-surfacing projects which used the same emulsion and design mix indicated in the bid documents. These projects must have been completed within the last three years and the list must include the locations, amount of square yards applied and a reference name and telephone number. * Note: Any and all exceptions or substitutions to the specifications contained herein must be listed separately and included within the contractors formal bid proposal. END OF SPECIFICATION: Type II Micro-surfacinlt . Item # 7 Calendar Year 2006 ITEM NO.7 SPECIFICATIONS FOR THE PURCHASE & APPLICATION OF ASPHALT ROAD MATERIALS POLYMER MODIFIED EMULSIFIED ASPHALT PAVEMENT TYPE II MICRO - SURF ACING NOTE: THE TOWN OF SOUTHOLD WILL ALSO REQUIRE +/- 30,000 SQUARE YARDS (more or less as may be needed) OF PAVEMENT TO BE APPLIED ON FISHERS ISLAND. THE CONTRACTOR SHALL BE REQURIED TO NOTIFY EACH RESIDENT AT LEAST 24 HOURS PRIOR TO ANY WORK ON TOWN ROADS. RESIDENTS MUST BE RE- NOTIFIED AFTER DELAYS DUE TO INCLEMENT WEATHER OR JOB OPERATIONS. Type II Micro-surfacin~ . Item # 7 Calendar Year 2006 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 ofthe work in strict accordance with the plans and specifications, and subj ect 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 South old. 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 accorOpanied. C. OMISSIONS AND DISCREPANCIES Bidders should carefully examine the specifications and fully inform .themselves of all conditions and matters which can in any way affect the work or the cost thereof. Should a bidder find discrepancies in or omissions from the specifications, or other documents or should he be in doubt as to their meaning, he should at once notify the Highway Superintendent who may issue a written instruction to all bidders. Type II Micro-surfacin~ . Item # 7 Calendar Year 2006 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, ifit is in the best interest of the Town. No bid maybe 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 ifthe 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-Surfacin~ . Item # 7 Calendar Year 2006 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 ofthe 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 ofthe 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 ofthis Contract. The Contractor is responsible for being familiar with the latest available schedules. Type II Micro-surfacin!l . Item # 7 Calendar Year 2006 INSURANCE REOUlREMENTS 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 ofthe 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 Damaee Insurauce: 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 Liabilitv 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. Propertv 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 aud Property Damaee 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 Damaee 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-Surfacinl' . Item # 7 Calendar Year 2006 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 anyone accident; and regular Protective Propertv Damage Insurance providing for a limit of not less than One Million Dollars ($1,000,000.00) for damages arising out of injury to, or destruction of, property in anyone accident and subject to that limit per accident, a total (or aggregate limit of Two Million Dollars ($ 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 ifthe 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 ofliability 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-Surfacin~ . Item # 7 Calendar Year 2006 PROPOSAL FORM DATE: NAME OF BIDDER: TO: SOUTHOLD TOWN BOARD TOWN HALL PO BOX 1179 53095 MAIN ROAD SOUTHOLD, NEW YORK 11971 NOTE: All items listed herein must be bid. Failure to bid any item will be grounds for disqualification. 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 ifhis 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 II MICRO-SURFACING TRUlNG & LEVELING (Type 5 - Shim) (written in words) Per Sq. Yd. (written in words) Per Ton (written in numbers) Per Sq. Yd. (written in numbers) Per Ton Type II Micro-Surfacinlt . Item # 7 Calendar Year 2006 And he further agrees that if this proposal shall be accepted by the Town and that ifhe 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-Surfacinlt . Item # 7 Calendar Year 2006 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 "Macro seal" 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 Scrum 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-IH 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-IH plus the following: Test Oualitv AASHTO T59 Residue after SDTM F244 Distillation * The temperature for this test should be held below 280 F (138 C). Specification 62% Min. Tests on Residue AASJTP T59 ASTM 036 AASHTO T49 ASTM 036 ASTM 2170 Softening Point 1350F (570C) min Penetration at 770F (250C) Kenematic Vis @2750F (1WC) 40 - 90 650 cSt/see, min. 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. A22re2ate. The Type II mineral aggregate shall be manufactured crushed stone, sand, slag, crusher fines, or combination thereof. Smooth textured sand ofless than 1.25% water Type II Micro-surfacinl' . Item # 7 Calendar Year 2006 absorption, as tested by ASTM C'128, shall not exceed 50% ofthe 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 Qualitv Specification AASHTO TI76 ASTM D2419 Sand Equivalent 60 min. AASHTO TI 04 ASTM C88 Soundness 15% max. using NA2 S04 or 25% max. using MgS04 AASHTO T96 ASTM Cl31 Abrasion Resistance 30% max. 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 TII - (ASTM CI17), the target mix design or aggregate gradation shall meet the following: Type II Aggregate Sieve Size 3/8" #4 #8 #16 Percent Passin!! 100 90 - 100 (+1- 5%) 65-90 (+1-5%) 45-70 (+1-5%) Sieve Size #30 #50 #100 #200 Percent Passin!! 30 - 50 (+1- 5%) 18 - 30 (+1- 4%) 10 - 21 (+1- 3%) 5 - 15 (+1- 2%) Water. The water shall be potable and shall be free of harmful soluble slilts. Polvmer 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 one (1) 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 (I) 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-surfacin~ . Item # 7 Calendar Year 2006 3. GENERAL REQUIREMENTS: Truinl! & Levelinl! with Bituminous Asphalt Concrete. The pavement shall be equal to NYSDOT -Type 5 Shim and shall be applied at the discretion ofthe 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 Desil!n. 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 of6 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 proj ect. 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 Mineral Additive Polymer Based Modifier Field Control Additive Water - 5% to 9% by dry weight of aggregate - 0.5% to 3% by dry weight of aggregate - minimum 3% solids based on bitumen weight content - As needed to provide specified properties - 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 of22 - 27 # Per Square Yard. Equipment. All equipment, tools and machines used in the performance ofthis work shall be maintained in satisfactory working order at all times. Descriptive information ofthe 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 Type II Micro-surfacin~ . Item # 7 Calendar Year 2006 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 ofthe 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. 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 Type II Micro-Surfacin" . Item # 7 Calendar Year 2006 mixture shall be of the desired consistency upon leaving the mixer and no additional materials should be added. A sufficient amount of material shall be carried in all parts of the spreader at all times so that a complete coverage is obtained. Overloading of the spreader box should be avoided. No lumping, bailing, or unmixed aggregate shall be permitted. No streaks, such as those caused by oversized aggregate, will be left in the finished surface. If excess oversize develops, the job will be stopped until the contractor proves to the engineer that the situation has been corrected. No excess build-up, uncovered areas or unsightly appearances shall be permitted on longitudinal or transverse joints. The contractor shall provide suitable width spreading equipment to produce a minimum number of joints. The finished surface shall present a uniform and skid resistant texture satisfactory to the engineer. Areas which cannot be reached with the mixing machine shall be surfaced using hand squeegees to provide complete and uniform coverage. The area to be hand-worked shall be lightly dampened prior to the mix placement. Care shall be exercised to leave no unsightly appearance from hand-work. Ouality Control. The contractor shall be responsible for any and all fees relating to materials testing. The contractor will permit the engineer to take samples of the aggregate and asphalt emulsion to be used in the project at the engineer's discretion. Gradation and sand equivalent tests may be run on the aggregate and residual asphalt tests on the emulsion. Test results will be compared to the specifications. Samples ofthe 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 ofthat machine will be suspended. Traffic Maintenance. The contractor shall be responsible for providing maintenance and protection of vehicular and pedestrian traffic associated with this work. Opening to traffic does not constitute acceptance of the work. The contractor shall also be responsible for providing all signage and traffic control during this work. Method of Payment. The quantity to be paid for under this item shall be the number of square yards of pavement covered in accordance with the specification. Oualifications. The contractor shall have or be associated with a company that has a minimum of three years experience in the application of micro-surfacing material. In order to insure the efficient application ofthe product, the contractor must own or show the ability to rent and 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 Macro seal Emulsion or approved equal. Type II Micro-Surfacin~ . Item # 7 Calendar Year 2006 A list of at least (5) micro-surfacing projects which used the same emulsion and design mix indicated in the bid documents. These projects must have been completed within the last three years and the list must include the locations, amount of square yards applied and a reference name and telephone number. * Note: Any and all exceptions or substitutions to the specifications contained herein must be listed separately and included within the contractors formal bid proposal. END OF SPECIFICATION: Type II Micro-Surfacin~ . Item # 7 Calendar Year 2006 STATEMENT OF NON-COLU JSION (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: (I) 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-Surfacin~ . Item # 7 Calendar Year 2006 Or proposal of this corporation for the following Project: Item #7 TYPE "II" 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 I, 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: . 1. Oil and Sand 2. Oil and Stone 3. Liquid Asphalt 4. Sand Mix (type 5 Shim) 5. Type 6 Top 6. RC-250 Liquid Asphalt Oil & Recycled Stone 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 South old at the Southold Town Hall, 53095 Main Road, Southold, New York, until 10:00 A.M., Thursday, April 20, 2006, at which time they will be opened and read aloud in public. The Town Board of the Town of South old reserves the right to reject any and all bids and waive any and all informalities in any bid should it be deemed in the best interest ofthe Town of Southold to do so. All bids must be signed and sealed in envelopes plainly marked with the type of road treatment 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 28, 2006 ELIZABETH A. NEVILLE SOUTHOLD TOWN CLERK PLEASE PUBLISH ON APRIL 6, 2006, AND FORWARD ONE (I) AFFIDAVIT OF PUBLICATION TO ELIZABETH NEVILLE, TOWN CLERK, TOWN HALL, PO BOX 1179, SOUTHOLD, NY 11971 Copies to the following: Traveler Watchman Town Attorney John Cushman, Comptroller Brown's Letters Construction Data Town Board Members Superintendent of Highways Harris Dodge Reports Burrelle's Information Services Town Clerk's Bulletin Board . . STATE OF NEW YORK) SS: COUNTY OF SUFFOLK) ELIZABETH A. NEVILLE, Town Clerk of the Town of South old, New York being duly sworn, says that on the ~ day of Jrl~ ,2005, she affixed a notice of which the annexed printed notice is a true copy, in a proper and substantial manner, in a most public place in the Town of Southold, Suffolk County, New York, to wit: Town Clerk's Bulletin Board, 53095 Main Road, Southold, New York. Road Treatment Bids 2006 ~/40~i';JA abeth A. Nevi Ie Southold Town Clerk Sworn before me this ~ day of YVI~ ,2006. ~i ~L y'V1 0.JiL LYNDA M. BOHN NOTARY PUBLIC. State of New York No. Ot B06020932 Qualified In Suffolk County Term Expires March 8, 20 e.:J. REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER ~own Hall, 53095 Main Road POBox 1179 Southold, NY 11971 Fax (631)765-6145 Telephone: (631) 765 - 1800 southoldtown.northfork.net ELIZABETH NEVILLE TOWN CLERK . RESOLUTION # 2006-305 Resolution ID: 1700 Meeting: Department: Category: 03/28/06 04:30 PM Town Clerk Authorize to Bid THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2006-305 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON MARCH 28, 2006: RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs the Town Clerk to advertise for various road treatment bids for the calendar vear 2006. IIj-~~~~"" Elizabeth A. Neville Southold Town Clerk