Loading...
HomeMy WebLinkAboutRoad Treatment - Type II Micro-SurfacingELIZABETH A. NEVILLE, RMC, CMC 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.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD June 28, 2011 Thomas H. Gannon & Sons, Inc P O Box 505 Middle Island NY 11953 Dear Sir: Congratulations. At the regular Town Board meeting held on June 7, 2011, the Town Board accepted the bid of Thomas H. Gannon & Sons, Inc. for Road Treatment Item #7, 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, Lynda M Rudder Deputy Town Clerk Ens. RESOLUTION 2011-426 ADOPTED DOC ID: 6912 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2011-426 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON JUNE 7, 2011: RESOLVED that the Town Board of the Town of Southold hereby accepts the bid of Thomas H. Gannon & Sons~ Ine.~ 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, and as follows: Type II Micro-Surfacing Truing & Leveling (Type 5 - Shim) $ 2.13 per sq. yd. $155.00 per ton Elizabeth A. Neville Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: William Ruland, Councilman SECONDER: Vincent Orlando, Councilman AYES: Ruland, Orlando, Talbot, Krupski Jr., Russell ABSENT: Louisa P. Evans or PO BOX NO Postmark Here · Complete items 1, 2, and 3. Also complete item 4 if Restricted Delivery is desired. · Print your name and address on the reverse so that we can return the card to you. · Attach this card to the back of the mailpiece, or on the front if space permits. 1. A~icle Addressed to: -P.O. %°, 505 2. Article Number (Trans~r ftom sen~ce label) [ PS Form 381 1, February 2004 D. Is delIve~ [] Yes If YES, enter deliver NO~' [] Registered [] Retum Receipt for Merchandise [] Insured Mail [] C.O.D. 4. Restricted Deliver,? (Extra Fee) r-1 Yes 7009 0820 0001 7820 9720 Domestic Retum Receipt 102595-02-M-1540 ELIZABETH A. NEVILLE, RMC, CMC 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.northfork.net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD BID OPENING May 12, 2011 at 10:00 am #7 Type II Micro-Surfacing One (1) bid was received: Thomas H. Gannon & Sons, lnc P O Box 505 Middle Island NY 11953 Type 11 Micro-surfacing Truing & Leveling (Type 5 Shim) $ 2.13 sq yd $155.00 ton Type II Micro-Surfacing Item # 7 Calendar Year 2011 DATE: ~ 12, 2011 PROPOSAL FORM 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 cormection, 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 "11" MICRO-SURFACING OF TOWN ROADS WITH POLYMER MODIFIED EMULSIFIED ASPHALT PAVEMENT 1N ACCORDANCE WITH THE PROJECT REQUIREMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED CUMULATIVE "UNIT PRICE" OF: TYPE II MICRO-SURFACING (written in words) Per Sq. Yd. (written in numbers) Per Sq. Yd. TRUING & LEVELING (Type 5 - Shim) (written in words) PerT/on (written in numbers) Per Ton Type II Micro-Surfacing Item # 7 Calendar Year 2011 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: Fo B:~ 5C~5, V~lard, IqX 11953 Telephone Number: Date: (631)696-87~ PAy 12, 2011 Type 11 Micro-Surfacing Item # 7 Calendar Year 2011 1. DESCRIPTION Bids are requested for the purchase and application of a Polymer Modified Asphalt Pavement Course to fill ruts or provide a wearing course for the existing pavement. The paving material shall be "Macroseal" or approved equal. The surface shall provide a dense smooth topping free of ravels and blemishes. It shall fill minor depressions, cracks and voids, and be non-bleeding. The mixture shall consist of a polymer modified cationic asphalt emulsion, mineral aggregate, mineral and field control additives and water. The mixture shall be properly proportioned, mixed and spread on the paved surface in accordance with this specification and as directed by the engineer. The contractor shall also be required to provide & place quantities of Schim Mix Asphalt ("Type 5") as needed and directed by the Superintendent of Highways, The attention of the bidder is specifically called to the fact that the quantities specified herein are considered an estimate only and may not be the quantity of material that will actually be required by the Town for the calendar year. 2. MATERIALS Emulsified Asphalt. The emulsified Asphalt shall be a quick-set polymer modified CSS-1H emulsion and shall conform to the requirements specified in AASHTO M208 and ASTM D2397. The polymer material shall be milled or blended into the asphalt or blended into the emulsifier solution prior to the emulsification process. The Emulsified Asphalt shall be produced by an approved materials manufacturing company capable of manufacturing a Micro- Surfacing Emulsion (MSE) meeting the following requirements. When tested, the Micro-Surfacing Emulsion (MSE) shall meet the requirements of AASHTO M208 and ASTM D2397 for CSS-1H plus the following: Test Quality Specification AASHTO T59 Residue after 62% Min. SDTM F244 Distillation * The temperature for this test should be held below 280 F (138 C). Tests on Residue AASJTP T59 ASTM D36 AASHTO T49 ASTM D36 ASTM 2170 Softening Point Penetration at 77°F (25°C) Kenematic Vis @ 275°F (135°C) 135°F (57°C) min 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. 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 Il Micro-Surfacing Item # 7 Calendar Year 2011 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 I1 aggregate shall meet the following requirements Test Quality Specification AASHTO T176 Sand Equivalent 60 min. ASTM D2419 AASHTO T104 ASTM C88 Soundness 15% max. using NA2 SO4 or 25% max. using MgSO4 AASHTO T96 Abrasion 30% max. ASTM C 131 Resistance Abrasion tests shall be run on the aggregate before it is crushed. All aggregate shall meet New York State approved polishing values. Grading. When tested in accordance to AASHTO T27 - (ASTM C 136) and AASHTO T11 - (ASTM C 117), the target mix design or aggregate gradation shall meet the following: Type 1I Aggregate Sieve Size Percent Passing Sieve Size Percent Passing 3/8" 100 #30 30 - 50 (+/- 5%) #4 90 - 100 (+/- 5%) #50 18 - 30 (+/- 4%) #8 65-90 (--/-5%) #100 10 - 21 (+/~ 3%) #16 45-70 (+/-5%) #200 5 - 15 (+/- 2%) Water. The water shall be potable and shall be free of harmful soluble salts. Polymer Modifier. The Polymer Modifier shall be milled into the asphalt emulsion. The emulsified asphalt shall be so formulated that when the paving mixture is applied at a thickness of 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 (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 2011 3. GENERAL REQUIREMENTS: Truing & Leveling with Bituminous Asphalt Concrete. The pavement shall be equal to NYSDOT~Type 5 Shim and shall be applied at the discretion of the Highway Superintendent. Bituminous pavers shall be self-powered units, provided with an activated screed or strike-off assembly. The machine shall be capable of spreading and finishing courses of bituminous plant mix material in lane widths up to twelve (12') feet or thickness up to four (4") inches as may be specified by the Highway Superintendent. All existing pavement surfaces where Schim Mix Asphalt Concrete work is required shall be fog sealed with RC 250 at 0.10 gallons per Square Yard prior to placement of pavement. After placement, the Asphalt Concrete Materials shall be thoroughly and uniformly compacted with an approved vibrator type or static steel wheel roller conforming to section 401-3.12 of the NYSDOT construction manual to obtain a thoroughly compacted pavement. Mix Design. Before the work commences, the contractor shall submit a signed mix design report covering the specific materials to be used on the project. This design shall be performed by the emulsion producer. Once the materials are approved, no substitutions will be permitted unless first tested and approved by the emulsion producer and the engineer. The materials manufacturer shall develop the job mix design and present certified test results for the engineer's approval. Compatibility of the aggregate and the emulsion shall be verified by the mix design. The job mix formula shall provide a minimum Marshall stability of 1,800 pounds and a flow of 6 to 18 units when tested according to the ASTM 1559 or AASHTO 2450 procedure. All component materials used in the mix design shall be representative of the materials proposed by the contractor for use on the project. Specifications. The engineer shall approve the design mix and all Micro-Surfacing materials and methods prior to use. The component materials shall be within the following limits. Residual Asphalt 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 of 22 - 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 2011 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 loggy 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 I1 Micro-Surfacing Item # 7 Calendar Year 2011 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 exemised to leave no unsightly appearance from hand-work. Quali~. 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 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. Type 1I Micro-Surfacing Item # 7 Calendar Year 2011 A list of at least (5) micro-surfacing projects which used the same emulsion and design mix indicated in the bid documents. These projects must have been completed within the last three years and the list must include the locations, amount of square yards applied and a reference name and telephone number. * Note: Any and all exceptions or substitutions to the specifications contained herein must be listed separately and included within the contractors formal bid proposal. END OF SPECIFICATION: Type II Micro-Surfacing STATEMENT OF NON-COLLUSION Item # 7 Calendar Year 2011 (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 ibre 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 Fr'mk CaroferrJ. of the (Name of signatory) Be authorized to sign and submit the bid (Name of Corporation) Type II Micro-Surfacing Item # 7 Calendar Year 2011 Or proposal of this corporation for the following Project: Item tt7 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 re, rtl c~ IXmct, ct's corporation at a meeting of the Board of Directors, held on the lflth day of /xCr4_l ,20 11 . (SEAL OF THE CORPORATION) Laws of New York, 1965 Ch. 751, Sec. 103-d, as amended & effective on September 1, 1965. ~fiig~ure ~-~,~ P.O. BOX 505 · MIDDLE ISLAND, NY 11953 · (631) 696-8798 " Fax (631) 696-0892 Micro-SurFacing Projects 'lbwn o£ Brookhaven 56.176sy John Rouse 631-767-3298 Tovm of Babylon 40,562sy Phil Berdolt 63 I-q57-4279 Town of Southampton 48.266sy Alcx Gregor 631-728-3601) '[bwn of Rivcrhead 70,867sy George Woodson 631-727-32(}0 'lbwn of Southold 85.778sy Peter tlarris 631-734-5211 Thos. 11. Gannon & Sons o~ns six Bergkamp track mounted micro-surfacing machines which will enablc us to complete thc proposcd work ,,~ ithin thc specified time. 05/11/2011 09:21 FAX 6095672824 ~002 Corporale Technical Center 4800 SR60E Mulberry, Flodda 33860 ISSA Recommended Guidelines for Micro-Surfacing, A143 -Section 4.2, Aggregate Quality Tests and Grading CUSTOMER: Asphalt Paving Systems .. AGGREGATE PROJECT: Type II Micro Type: II AGGREGATE: Tilcon Blend, %: 100.0 AGGREGATE SOURCE: Haverstraw, NY GRADATION BCEND,%: 100,0 SIEVE PASSING SPECIFICATION TYPE: Trap Rock SIZE % % mm-max SYSTEM: MICRO 3/8 100.0 100 SAM PLE RECEIVED: 02/08110 4 98.9 90 -100 SAMPLE TESTED: 02/12/10 B 79.8 65-90 rECRNIClAN: Qu¥ Trihn 16 53.6 46-70 30 36.5 30-60 60 .22.7 18-30 MINERAL FILLER too 11.6 10-21 =RODUCT: Hydra{ed TYPE:Ca(OH)~ IGLEND,%: 0.50-0.75 200 6.3 5-16 Lime~ ~AND EQUIVALENCY 75 :>65 TILCON - HAVERSTRAW TYPE II AGGREGATE GRADATION 100 90 80 70 60 5o 40 3o 2o 50 16 3/8 Sieve Size 0.45 C. Ivann Harnish, P.G. Technical Manager -Asphalt Additives ArrMaz Custom C)lemicals, Inc. 05/11/2011 09:22 FAX 6095672824 ~005 Asphalt Paving Systems (APS)- Tilcon-Haverstraw Type II Micro-Surfacing Mix Desk In I~111~ ~,~~ Corporate Technical Laboratory .... ~ 4800 SR 60 East Mulbern/, FL 33860 Microsuffacing Contractor: Asphalt Paving Systems (APS) Emulsion Manufacturer: Asphalt Paving Systems (APS) Agency: Various Projec~ Location: Various Cate: 5/30/20'10 Table 4. Micresurfacine Svstam Performance ~ata Performance at Design Parameters of 7.30 - 7.90% Total Residue, 0.50 * 0.75% Hydratad Lime* TB 100 - Wet Track Abrasion Lass, g/ft2 50 Maximum ~ One-hour Soak 12.5 * 24,0 TB 100 ~ Wet Trac~< Abrasion Loss, g/~ 75 Maximum ~ Six-day Soak 3@,0 - 50.5 TB 147 - Loaded Wheel, % Displacement** 5% Maximum Lateral 3.80 - 5.00 TB 147 - Compacted Specific Gravity 2.10 Maximum 2.02 ,, , TB 109 - Excess Asphall by Sand Adhesion, g/f~z §0 Maximum 41.0 - 50.0 TB 113 - Mix Time, seconds 120 Minimum 195 TB 139 -Wat Cohesion, kg-cra*** 12 Minimum ~ 30 Minutes 20,0 Near Spin TB 139 - Wet Cohesion. kg-crn*** 20 Minimum ~ 60 Minutes 23.0 Spin TB 144 - Classification of Compatibility 11 Grade Pointa Minimum IAAA, BAA) 11 Grade Points IBAA) TB ~i02 - Mixing, Selting, & Watar Resistance No Discolara6on @ 60 Minutes No Discoloration TB 114 - Wst Str~pping, % Coatin~ Pass (90% Minimum~ >90 ~ote: Oltawa Sand (ASTM C100 Standard Sand) value el~ cohesion tester = 7.0 kg-crn '4ate: Laboralory ~esting pe~fon"ned under laboratory conditions at 70°F, 30% relalive humidity '~ote: TB refers to International Slun7 Surfacing Association Technical Bulletin · ** Curing Conditions - inside laboratory, 70°F, 30% relative humidify 05/11/2011 09:22 FAX 6095672824 ~004 SPHAL T VING P.O. Box 530 · Hammonton NJ 08037 Phone (609) S61-4181 · Fax (8091 581-0920 May 1I, 2011 Thos. l-l. Gannon&Sons, Inc. 75 Cedxrhurst Avem~e Medford, NY 11763 Atm:RickGannon 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 delivefes and specified material for this project. Very truly you.rs, ASPHALT PAVING SYSTEMS, INC. Robert B~ Project Manager RB/pg 05/1~/2011 09:22 FAX 6095672824 ~005 Asphalt Paving Systems (APS)- Tilcon-Haverstraw Type II Micro-Surfacing Mix Design Vlicrosurfacing Contractor: Asphalt Paving Systems (APS) =-mulsion Manufacturer: Asphalt Paving Systems (APS) :~reject Agency: Various Date: 5/30/2010 Emutslon Formulation and Deeiqn Matertal,~ Emulsion Grade: CSS-lhPM Base Binder Supplier: NuStar -Paulsboro, NJ Base Binder Grade: PG 64-22 Emulsifier: AD~ere ® Emulsifier, % bwe: HydrechloricAcid (31 45% HCI), % bwe: 0.75 Emulsifier Solution eH: 1.50 +/- 0.1 .atex: Synthetic SBR -BASF ButonaleNX1138 .atex solids, % bwa: 3.00 .atex- wet, % bwe: 2.93 ~,ggregate; Tilcon Trap Rock Aggregate Source: Haveratraw, NY Table 1, ^ps CSS-lhPM Emulsig9 Test Data AA~HTO T59-08 Test Standard ISSA So~ciflcationr Results Total Residue by Distillation, %' minimum 62.0 64.86 Oil Distillate, Volume % NA 0.0 Residue Penetration 25°C, 10Og, 5sec., dmm 40-90 66 Resh:lue Ductility 25°C, 50 mm/sec., cre minimum 40 >79 Residue Softening Point, °F** minimum 135°F 137 Residue Solubility in Trichlorethylene, % m~n~mum 97,5 >97.5 Sieve Teat, % maximum O 1 0.02 Paracle Charge Positive = Cationic CATIONIC Storage Stability -24 Hour, % max~um 1% 0.76 Viscosity, Saybolt Furol at 25~C, SFS 20 - 100 26.6 Tabte 2, Tilcon- Haveratraw, TrapRock Tvoe II Micro Screenines. AooreQate Test Data AASHTO Test Standard ISSA Micro Surfacinq T~:~ II R~suits T 176 Sand Equivalency*** minimum 65 75 T 11, T27 Aggregate Gradation see following/pages for complete aggregate gradation analysis Table 3. Micre-Sudacina Mix Desien ProDorti0ninq ISSA T~1:)e {I Soecification - Based (~n Dr~ Desi=n Component Weiclht of Aeoreeate Formulation CSS-lhPM Emulsion, % unspecified 11.3- 12.2 Total Residue, % 5.5 - 10.5 7.30- 7.90 Mineral Filler (Hydrated Lime), % 0.5 - 3.0 0.50 - 0.75 Total Water (Ag~. Moisture + Add Water), % As Required for Proper Consistency 9,0 - 11.5 ,, Control Additive, % As Required for Proper Mixing Time 0.0 Aggregate-Tilcon-Haverslraw Type II Screenings,% 100 100.0 ¥otes : 3w~ -by w~ighl ot emulsion / bwa -by w~eig ht of asphalt .aboratory teeing performed under fabo"atory conditions at 70°F, 30% reiative humidi~ Wemperature maximum held to 138°C for 15 minutes "Tested in acco~anc~ w~h AASHTO T53 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: 3. 5. 6. 7. 8. Oil & Stone Liquid Asphalt Type 6 Top - Hot Mix Asphalt Concrete RC-250 Liquid Asphalt Oil & Recycled Stone Type II Micro-Surfacing 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 10:00 A.M., Thursday, MAY 12, 2011, 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 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: April 26, 2011 ELIZABETH A. NEVILLE SOUTHOLD TOWN CLERK PLEASE PUBLISH ON MAY 5, 2011, AND FORWARD ONE (1) AFFIDAVIT OF PUBLICATION TO ELIZABETH NEVILLE, TOWN CLERK, TOWN HALL, PO BOX 1179, SOUTHOLD, NY 11971 Copies to the following: Suffolk Times Town Attorney John Cushman, Comptroller Brown's Letters Construction Data Town Board Members Superintendent of Highways Harris Dodge Reports Burrelle's Information Services Town Clerk's Bulletin Board Type II Micro-Surfacing ITEM NO. 7 SPECIFICATIONS Item # 7 Calendar Year 2011 FOR THE PURCHASE 8,:: 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 REQURIED RESIDENT PRIOR TO ROADS. NOTIFIED INCLEMENT OPERATIONS. CONTRACTOR TO NOTIFY AT LEAST 24 ANY WORK ON RESIDENTS MUST BE RE- AFTER DELAYS DUE TO WEATHER OR JOB SHALL BE EACH HOURS TOWN Type 11 Micro-Surfacing Item # 7 Calendar Year 2011 INSTRUCTIONS TO BIDDERS A. PROPOSALS Proposals must be made in strict accordance with the "Proposal Form" provided. The Proposal form shall not be detached from the bid package. Failure to comply with this requirement will constitute grounds for rejection of the bid subject to the digression of the Highway Superintendent. Any and all exceptions to the specifications shall be listed on a separate sheet bearing the designation: 'Exceptions to the Specifications", and attached to the Bid Form. Each proposal must be signed in writing with the full name and address of bidder. The bidders shall write in ink, both in words & numerals, the price for which he proposed to furnish all materials, plant, equipment, tools, shoring or bracing, or other facilities, & to perform all labor and services necessary for the proper completion of the work in strict accordance with the plans and specifications, and subject at all times to the approval of the Highway Superintendent. Proposals, together with the entire bid package, shall be delivered enclosed in an opaque sealed envelope and shall be addressed as indicated on Invitation to Bid. The envelope shall be marked "Proposal" bearing the title of work and the Bidders Name. Bidders may bid on one or any combination of items listed on the proposal sheet. No proposal shall be considered which has not been received by the Southold Town Clerk prior to the hour and date stated. B. PROPOSAL GUARANTY A proposal will not be accepted or considered unless accompanied by a guaranty in the form of a bid bond or certified check in the amount of one hundred ($100) dollars payable to the Town of Southold. As soon as the proposal prices have been compared, the Owner shall return the bidder's bond or the certified checks accompanying such proposals as, in his judgment, would not likely be involved in making the award. All other proposal quantities will be held until the contract and contract bond have been executed after which they will be released or returned to the respective bidders whose proposals they accor0panied. C. OMISSIONS AND DISCREPANCIES Bidders should carefully examine the specifications and fully inform .themselves of all conditions and matters which can in any way affect the work or the cost thereof. Should a bidder find discrepancies in or omissions from the specifications, or other documents or should he be in doubt as to their meaning, he should at once notify the Highway Superintendent who may issue a written instruction to all bidders. Type II Micro-Surfacing Item # 7 Calendar Year 2011 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 ora 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 I1 Micro-Surfacing Item # 7 Calendar Year 2011 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 2011 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 tess 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 11 Micro-Surfacing Item # 7 Calendar Year 2011 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 com~ection 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. THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond KNOWALL MEN BY THESE PRESENTS, THAT WE Thos. H. Gannon & Sons, Inc. P.O. Box 505, Middle Island, NY 11953 as Principal, hereinafter called the Principal, and Safeco Insurance Company of America 1001 Fourth Ave, Safeco Plaza, Seattle, WA 98154 a corporation duly organized under the laws of the State of WA as Surety, hereinafter called the Surety, are held and firmly bound unto Town of Southold 53095 Main Road~ Southold, NY 11971 as Obligee, hereinafier called the Obligee, in the sum of One Hundred Dollars Dollars ($ 100,00 ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for For the Purchase & Application of Asphalt Road Materials Polymer Modified Emulsified Asphalt Pavement - Type II Micro-Surfacinq. NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and materials furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 12th day of May 2011 Thos. H. (~annon & Sons, Inc. ~ ~ ~ ~, ~~~ Safeco Insura,~ Company of Americ' a ~ V / ~ A~o~4n-Fact Donn~.'Chian~ne AIA DOCUMENT A310 · BID BOND · AIA · FEBRUARY 1970 ED. · THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVF~, N.W., WASHINGTON, D.C. 20006 CONSENT OF SURETY KNOW ALL MEN BY THESE PRESENTS, that for and in consideration of the sum of $1.00, lawful money of the United States of America, the receipt whereof is hereby acknowledged, paid the undersigned corporation, and for other valuable consideration, the Safeco Insurance Company of America organized and existing under the laws of the State of WA and licensed to do business in the State of NY certifies and agrees, that if contract for For the Pumhase & Application of Asphalt Road Materials Polymer Modified Emulsified Asphalt Pavement - Type II Micro-Surfacing. for Town of Southold is awarded to Thos. H. Gannon& Sons, Inc. the undersigned Corporation will execute the bond or bonds as required of the contract documents and will become Surety in the full mount set forth in the contract documents for the faithful performance of all obligations of the Contractor. Signed and sealed this 12th day of May, 2011 S eo, o,^me.ca ,~,ttomcy-in-Fact, THIS POWER OF'ATtORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. SAFECO INSURANCE COMPANY OF AMERICA SEATFLE, WASHINGTON POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Safeco Insurance Company of America (the "Company"), a Washington stock insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute and appoint DONNA M. CHIANCONE, LAURIE KURTZ, HARRY R. JOHNSON, JAQUANDA S. MARTIN, ALL OF THE CITY OF MARLTON, STATE OF NEW JERSEY ..... , each individusily if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations in the penal sum not exceeding 'I'WO HUNDRED FIFTY MILLION AND 0~/100** ******DOLLARS ($ ************************* ******) each, and the execution of such undertakings, bonds, recognizances and cther surety obligations, in pursuance of these presects, shall be as binding upon the Company as if they had been duly signed __ by the president and attested by the secretary of the Company in their own proper perscns. That this power is made and executed pursuant to and by authority of the following By-law and Authorization: ARTICLE IV - Execution of Contracts: Section 12. Surety Bonds and Undertakings. Any officer or other official of the Corporation authorized for that purpose in wdting by the Chairman or the President, and subject to such limitations as the Chairman or the President may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-in- fact, subject to the limitations set forth in their respective powers of aftorney, shall have full power to bind the Corporation by their signature and executed, such instruments shall be as binding as if signed by the president and attested by the secretary. By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys-in-fact: Pursuant to Article IV, Section 12 of the By-laws, Garnet W. Ellioft, Assistant Secratary of Safeco Insurance Company of America, is authorized to appoint such attorneys-in-fact as may bo necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and any and all undertakings, bonds, recognizances and other surety obligations. That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal Safeco Insurance Company of America has been affixed thereto in Plymouth Meeting, Pennsylvania this 31st day of March 2011  SAFECO INSURANCE COMPANY OF AMERICA Garnet W. Elliott, Assistant Secretary ss COMMONWEALTH OF PENNSYLVANIA COUNTY OF MONTGOMERY On this 31st day ot March , 2011 , before me, a Notary Public, persansily came Garnet W. EIlioft. to me known, and acknowledged that he is an Assistant Secretary of Safeco Insurance Company of America; that he knows the seat of said corporation; and that he executed the above Power of Attorney and affixed the corporate seal of Safeco insurance Company of America thereto with the authority and at the direction of said corpo~stion. IN TESTIMONY WHERE( ~o subscribed my name and affixed my notarial seal at Ptymouth Meeting, Pennsylvania, on the day and year first abeve written. / ~ ~ I, the undersigned, Assi ~'~"'"'"'~,~Safeco Insurance Company of America, do hereby certify that the original power of attorney of which the foregoing is a full, true and c~y is in full force and effect on the date of this certificate; and I do further certify that the officer or official who executed the said power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attorneys-in-fact as provided in Article IV. Section 12 of the By-laws of Safeco Insurance Company of Amedca, This certificate anti the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the foflowing vote of the board of directors of Safeco Insurance Corepany of America at a meeting duly called and held on the 18th day of September, 2009. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a ceriffied copy of any power of attorney issued by the company in connection with surety bonds, shall be valid and binding upon the company with the same force and effect as though reanualiy affixed. 121:h IN TESTIMONY WHEREOF I have hereunto subscribed my na~ed the corporate seal of the said company, this day of ~ David' M. Care~,, Aa~tant Secretary Liberty MutuSl SAFECO INSURANCE COMPANY OF AMERCIA FINANCIAL STATEMENT -- DECEMBER 31, 2010 Assets Cash and Bank Deposits ..................................... $ 163,744,280 * Bonds -- U.S Government ................................. 228,018,693 *Other Bonds ........................................................ 2,089,990,931 *Stocks ................................................................. 484,312,099 Real Estate .......................................................... 0 Agents' Balances or Uncollected Premiums ....... 494,794,328 Accrued Interest and Rents ................................. 28,237,369 Other Admitted Assets ........................................348~886.430 Total Admitted Assets ................................ ~g3JI37.984.130 Liabilities Unearned Premiums .............................................. $ 737,679,970 Reserve for Claims and Claims Expense .............. 1,660,405,822 Funds Held Under Reinsurance Treaties ............... 0 Reserve for Dividends to Policyholders ................ 142,479 Additional Statuto~ Reserve ................................ 0 Reserve for Commissions, Taxes and Other Liabilities .............................................. 594,850,030 Total ........................................................... 2,993,078,301 Special Surplus Funds ............ $ 24,314,698 Capital Stock ............................... 5,000,000 Paid in Surplus ............................ 580,930,179 Unassigned Surplus ..................... 234,660,952 Surplus to Policyholders ............................. 844~905~829 Total Liabilities and Surplus .............................. fO22tT~c4J~ * Bonds are stated at amortized or investment value; Stocks at Association Market Values. The foregoing financial information is taken fxom Safeco Insurance Company's financial statement filed with the state of Washington Department of Insurance. I, TIM MI~OLA.IEWSKI, Vice-President of Safeco Insurance Company of America, do hereby certify that the foregoing is a ~ue, and correct statement of the Assets and Liabilities of said Corporation, as of December 31, 2010, to the best of my knowledge and belief. 1N WITNESS WHEREOF, I have hereunto set my hand and affixed ~he seal of said Corporation at Seattle, Washington, this 30th day of March, 2011. Vice-President Type II Micro-Surfacing ITEM NO. 7 SPECIFICATIONS Item # 7 Calendar Year 2011 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 REQURIED TO NOTIFY RESIDENT AT LEAST 24 PRIOR TO ANY WORK ON CONTRACTOR SHALL BE EACH HOURS TOWN ROADS. RESIDENTS MUST BE RE- NOTIFIED AFTER DELAYS DUE TO INCLEMENT WEATHER OR JOB OPERATIONS. Type II Micro-Surfacing Item # 7 Calendar Year 2011 INSTRUCTIONS TO BIDDERS A. PROPOSALS { . Proposals must be made in strict accordance witMhe "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 io 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 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 meamng, he should at once not~fy the Highway Superintendent who may issue a written instruction to all bidders. Type II Micro-Surfacing Item # 7 Calendar Year 2011 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 wholg~ 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 rQect 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 2011 I TIME FOR EXECUTION OF CONTRACT Any bidder whose proposal shall be accepted will' be required to appear before the Town in person; or ifa 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 2011 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 Liabili~ty 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 prpt, ect 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 2011 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 ($1,000,000.00) for all damages arising out of bodily injuries to, or death of, two or more persons in any one accident; and regular Protective Property Damage Insurance providing for a limit of not less than One Million Dollars ($I,000,000.00) for damages arising out of injury to, or destruction of, property in any one accident and subject to that limit per accidenU fi:total (or aggregate limit of Two Million Dollars ($ 2,000,000.00) for all damages ar{sing 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 2011 DATE: PROPOSAL FORM NAME OF BIDDER: TO: SOUTHOLD TOWN BOARD TOWN HALL PO BOX 1179 53095 MA1N 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 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 "I1" 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 CUMULA TIKE "UNIT PRICE" OF: TYPE II MICRO-SURFACING TRUING & LEVELING (Type 5 - Shim) (written in words) Per Sq. Yd. (written in numbers) Per Sq. Yd. (written in words) Per Ton (written in numbers) Per Ton Type II Micro-Surfacing Item # 7 Calendar Year 2011 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 pt~rsuant 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 2011 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 (~SE) shall meet the requirements of AASHTO M208 and ASTM D2397 for CSS"IH 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 ASTM D36 AASHTO T49 ASTM D36 ASTM 2170 Softening Point Penetration at 77°F (25°C) Kenematic Vis ~ 275°F (135°C) 135°F (57°C) min 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. A~,eregate. 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 2011 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 ASTM C88 15% max. using NA2 SO4 or 25% max. using MgSO4 AASHTO T96 Abrasion 30% max. ASTM C 131 Resistance Abrasion tests shall be run on the aggregate before it is crushed. All aggregate shall meet New York State approved polishing values. Grading. When tested in accordance to AASHTO T27 - (ASTM C136) and AASHTO T11 - (ASTM C 117), the target mix design or aggregate gradation shall meet the following: Type II Aggregate Sieve Size Percent Passing Sieve Size Percent Passing 3/8" 100 #30 30 - 50 (+/- 5%) #4 90 - 100 (+/- 5%) #50 18 - 30 (+/- 4%) #8 65-90 (+/-5%) #100 10 - 21 (+/- 3%) #16 45-70 (+/-5%) #200 5 - 15 (+/- 2%) Water. The water shall be potable and shall be free of harmful soluble salts. Polymer Modifier. The Polymer Modifier shall be milled into the asphalt emulsion. The emulsified asphalt shall be so formulated that when the paving mixture is applied at a thickness of 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 (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 considergd 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 2011 3. GENERAL REQUIREMENTS: Truing & Leveling with Bituminous Asphalt Concrete. The pavement shall be equal to NYSDOT-Type 5 Shim and shall be applied at the discretion of the Highway Superintendent. Bituminous pavers shall be self-powered units, provided with an activated screed or strike-off assembly. The machine shall be capable of spreading and finishing courses of bituminous plant mix material in lane widths up to twelve (12') feet or thickness up to four (4") inches as may be specified by the Highway Superintendent. All existing pavement surfaces where Schim Mix Asphalt Concrete work is required shall be fog sealed with RC 250 at 0.10 gallons per Square Yard prior to placement of pavement. After placement, the Asphalt Concrete Materials shall be thoroughly and uniformly compacted with an approved vibrator type or static steel wheel roller conforming to section 401-3.12 of the NYSDOT construction manual to obtain a thoroughly compacted pavement. Mix Design. Before the work commences, the contractor shall submit a signed mix design report covering the specific materials to be used on the project. This design shall be performed by the emulsion producer. Once the materials are approved, no substitutions will be permitted unless first tested and approved by the emulsion producer and the engineer. The materials manufacturer shall develop the job mix design and present certified test results for the engineer's approval. Compatibility of the aggregate and the emulsion shall be verified by the mix design. The job mix formula shall provide a minimum Marshall stability of 1,800 pounds and a flow of 6 to 18 units when tested according to the ASTM 1559 or AASHTO 2450 procedure. All component materials used in the mix design shall be representative of the materials proposed by the contractor for use on the project. Specifications. The engineer shall approve the design mix and all Micro-Surfacing materials and methods prior to use. The component materials shall be within the following limits. Residual Asphalt 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 of 22 - 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 submifted 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 2011 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 [he 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-Surfacing Item # 7 Calendar Year 2011 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 usiBg hand squeegees to provide complete and uniform coverage. The area to be ha~nd-worked shall be lightly dampened prior to the mix placement. Care shall be exercised to leave no unsightly appearance from hand-work. Quali~ 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 t~his work. Method of Pa~,ment. The quantity io 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 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. Type II Micro-Surfacing Item # 7 Calendar Year 2011 A list of at least (5) micro-surfacing projects which used the same emulsion and design mix indicated in the bid documents. These projects must have been completed within the last three years and the list must include the locations, amount of square yards applied and a reference name and telephone number. * Note: Any and all exceptions or substitutions to the specifications contained herein must be listed separately and included within the contractors formal bid proposal. END OF SPECIFICATION: Type II Micro-Surfacing STATEMENT OF NON-COLLUSION Item # 7 Calendar Year 2011 (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 Or proposal of this corporation for the following Project: Item # 7 Calendar Year 2011 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 of ,20 day (SEAL OF THE CORPORATION) Laws of New York, 1965 Ch. 751, Sec. 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: 3. 5. 6. 7. 8. Oil & Stone Liquid Asphalt Type 6 Top - Hot Mix Asphalt Concrete RC-250 Liquid Asphalt Oil & Rccyeled Stone Type II Micro-Surfacing 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 10:00 A.M., Thursday, MAY 12, 2011, 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 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: April 26, 2011 ELIZABETH A. NEVILLE SOUTHOLD TOWN CLERK PLEASE PUBLISH ON MAY 5, 2011, AND FORWARD ONE (1) AFFIDAVIT OF PUBLICATION TO ELIZABETH NEVILLE, TOWN CLERK, TOWN HALL, PO BOX 1179, SOUTHOLD, NY 11971 Copies to the following: Suffolk Times Town Attorney John Cushman, Comptroller Brown's Letters Construction Data Town Board Members Superintendent of Highways 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 Southold, New York being duly sworn, says that on the 27tb day of April ,2011, she affixed a notice of which the annexed printed notice is a tree 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. (3Elizabeth A. Neville Southold Town Clerk Sworn before me this 27th day of April - ~ Notary Public LYNDA M B~ NOTARY PUBLIC, State of New ¥or~ NO. 01 BO6020932, Suffolk County Term Expires Ma'ch 8, 20fl~. ,2011. RESOLUTION 2011-343 ADOPTED DOC ID: 6832 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2011-343 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON APRIL 26, 2011: 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 year 2011. Elizabeth A. Neville Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: Louisa P. Evans, Justice SECONDER: Christopher Talbot, Councilman AYES: Ruland, Orlando, Talbot, Krupski Jr., Evans, Russell