HomeMy WebLinkAboutRoad Treatment - Type IIr!J
or PO Box No,
505
· 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 tatum the card to you.
· Attach this card to the back of the mailpiece,
or on the front if space permits.
1. Article Addressed to:
.505
[] Cerit~d Mall [] E~.~ Mall
FI Registered [] Retum Receipt for Me~chandise
[] Insured Mall [] C.O.D.
4. ~'ict~ [~ h~,? ,(Ex~ Fee) ~Yes
2. Article Number 7 0 n 7
i PS Form 3811, February 2~04 Domestic Return Rec~pt
0710 0003 2876 3047
ELIZABETH A. NEVILLE, MMC
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS OF MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, NewYork 11971
Fax (631) 765-6145
Telephone (631) 765-1800
southoldtown.northfork.net
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
May 11, 2012
Thomas H. Gannon & Sons, Inc
P O Box 505
Middle Island NY 11953
Dear Sir:
Congratulations. At the regular Town Board meeting held on May 8, 2012, the
Town Board accepted the bid of Thomas H. Gannon & Sons, Inc. for Type II Micro-
Surfacing. A certified copy of the resolution is enclosed.
The bid deposit is being returned to you. Thank you for your bid.
Very truly yours,
Lynda M Rudder
Deputy Town Clerk
EBS.
Southold Town Board - Letter
Board Meeting of May 8, 2012
RESOLUTION 2012-396
ADOPTED
Item # 4.12
DOC ID: 7828
THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2012-396 WAS
ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON
MAY 8, 2012:
RESOLVED that the Town Board of the Town of Southold hereby accepts the bid of
Thomas H. Gannon & Sons, Inc. for the application of Polymer Modified Emulsified
Asphalt Pavement Type II Micro-Surfacing within the Town of Southold, all in accordance
with the bid specifications and Town Attorney, and as follows:
Type II Micro-Surfacing $ 2.32 per sq. yd.
Truing & Leveling (Type 5 - Shim) $155.00 per ton
Elizabeth A. Neville
Southold Town Clerk
RESULT: ADOPTED [UNANIMOUS]
MOVER: Louisa P. Evans, Justice
SECONDER: Christopher Talbot, Councilman
AYES: Ruland, Talbot, Doherty, Kmpski Jr., Evans, Russell
Generated May 9, 2012 Page 23
ELIZABETH A. NEVILLE, MMC
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS OF 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.nor thfork.net
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
One (1) bid was received:
Thomas H. Gannon & Sons, Inc
P O Box 505
Middle Island NY 11953
Type II Micro-surfacing
Truing & Leveling (Type 5 - Shim)
BID OPENING
April 19, 2012 at 10:00 am
#7 Type II Micro-Surfacing
$ 2.32 sq yd
$155.00 ton
,, :' '' '-' 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, April 19, 2012, 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: March 27, 2012
ELIZABETH A. NEVILLE
SOUTHOLD TOWN CLERK
PLEASE PUBLISH ON APRIL 5, 2012, 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
dulyswom, says that on the ~q dayof ~o-~cl-I ,2012, 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.
2012 Road Treatment Bids
Southold Town Clerk
Sworn before me this
c~q'm day of lOq I~, [~0_.~ ,2012.
~qotary publ'ic
NO'rAllY PUBLIC, State of New York
No. 01 BO6020932
Qualified in Suffolk County
Term Expires March 8, 20 ~
T'3;pe II Micro-Surfacing
ITEM NO. 7
SPECIFICATIONS
Item # 7
Calendar Year 2012
FOR THE PURCHASE & APPLICATION OF
ASPHALT ROAD MATERIALS
POLYMER MODIFIED
EMULSIFIED ASPHALT PAVEMENT
TYPE II
MICRO - SURFACING
NOTE: THE TOWN OF SOUTHOLD
WILL ALSO REQUIRE +/- 30,000
SQUARE YARDS (more or less as may be
needed) OF PAVEMENT TO BE
APPLIED ON FISHERS ISLAND.
THE CONTRACTOR SHALL BE
REQURIED TONOTIFY EACH
RESIDENT AT LEAST 24 HOURS
PRIOR TOANY WORK ON TOWN
ROADS. RESIDENTS MUSTBE RE-
NOTIFIED AFTER DELAYSDUE TO
INCLEMENT WEATHER OR JOB
OPERATIONS.
Type II Micro-Surfacing
Item # 7
Calendar Year 2012
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 retum 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 2012
D. PUBLIC OPENING OF PROPOSALS
Proposals will be opened and read publicly at the time and place indicated in the Invitation for
Bids. Bidders, authorized agents, and other interested parties are invited to be present.
E. AWARD OF CONTRACT
Award of contract will be made as soon as practical. The Superintendent of Highways reserves
the fight to make awards by items, or as a whole, or not at all, whichever the Superintendent
deems to be in the best interest of the Town. A contract may be awarded to a responsible bidder
other than the lowest money bidder, if it is in the best interest of the Town. No bid may be
withdrawn after scheduled closing time for receipt of bids for a period of 45 days pending
execution of a contract by successful bidder. The competency and responsibility of the bidder
and his sub-contractors will be considered in making, the award. The Town reserves the right to
waive any technical error, to accept any bid, or to reject any or all bids. The contract form will
be a Standard form of Agreement between Owner and Contractor.
The Town will either award the project or reject all proposals received within forty-five (45)
days after formal opening of proposals. Acceptance of a proposal will be a written notice signed
by the Town Clerk & no other act shall constitute the acceptance of a proposal.
F. WITHDRAWALS OF PROPOSALS
Any bidder upon his or her authorized representative's written request presented not later than
the hour set for the opening thereof, will be given permission to withdraw his proposal. At the
time of opening the proposals, when such proposals are reached, it will be returned to him
unread.
G. REJECTION OF PROPOSALS
The Town reserves the right to waive any technical error and to reject any and/or all proposals.
Without limiting the generality of the foregoing, any proposal which in incomplete, obscure, or
irregular may be rejected; any proposal accompanied by an insufficient or irregular certified
check or bidder's bond bay be rejected, any proposal having interlineations, erasure or
corrections may be rejected. The Town also reserves the fight to reject any bid if the evidence
submitted in the qualification statement or an investigation of such bidder fails to satisfy the
Town that such bidder is property qualified to carry out the obligations of the contract and to
complete the work contemplated therein. Conditional bids will not be accepted.
H. PLANT & EQUIPMENT
The bidder shall State in his bid that be has available or under his control, plant and equipment
of the character and in the amount required to complete the proposed work within the specific
time.
Type II Micro-Surfacing
Item # 7
Calendar Year 2012
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 finn 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 heroin 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.
T'~;pe II Micro-Surfacing
Item # 7
Calendar Year 2012
INSURANCE REQUIREMENTS
The Contractor shall not commence any work until he has obtained, and had approved by the
Town of Southold, all of the insurance that is required under this contract which has been
enumerated herein:
COMPENSATION INSURANCE:
Public Liability and Property Damage Insurance
Contractor's Protective Liability and Property Damage Insurance
Owner's Protective Public Liability and Property Damage Insurance
The Contractor shall not permit any subcontractor to commence any operation of the site until
satisfactory proof of carriage of the above required insurance has been posted with and
approved by the Owner.
Compensation Insurance: The Contractor shall take out and maintain during the life of this
Contract, Workmen's Compensation Insurance for all his employees employed at the site of the
project, and in case of any of the work being sublet, the Contractor shall require all
subcontractors similarly to provide Workmen's Compensation Insurance for all of the latter's
employees unless such employees are covered by the protection afforded by the Contractor.
Public Liability and Property Damage Insurance: The Contractor shall take out and maintain
during the life of this Contract such Public Liability and Property Damage Insurance as shall
protect him and any subcontractor performing work covered by this Contract from claims for
damages four personal injury including accidental death as well as from claims for property
damage which may arise from operations under this Contract, whether such operations be by
himself or by any subcontractor, to by anyone directly or indirectly employed by either of them,
and the amounts of such insurance shall be as follows:
Public Liability Insurance in an amount of not less than One Million Dollars ($1,000,000.00)
for bodily injuries, including wrongful death to each person and subject to the same limit for
each person in an amount not less that One Million Dollars. ($1,000,000.00) on account of each
accident.
Property Damage Insurance in an amount not less than One Million Dollars ($1,000,000.00) for
damages on account of each accident and in an amount of not less than One Million Dollars
($1,000,000.00) for damages on account of all accidents.
Liability and Property Damage Insurance: The above policies for Public Liability and
Property Damage Insurance must be so written to include Contractor's Protective Liability and
Property Damage insurance to protect the Contractor against claims arising from the operations
of a subcontractor. The policies shall also name the Town of Southold as an additional insured.
Owner's Protective Public Liability and Property Damage Insurance: The Contractor shall
furnish to the Owner, with respect to the operations he or any of his subcontractors perform a
regular Protective Public Liability Insurance Policy for, and in behalf of the Owner, providing
~pe II Micro-Surfacing
Item # 7
Calendar Year 2012
for a limit of not less than One Million Dollars ($1,000,000.00) for all damages arising out of
bodily injuries to, or death of, one person and subject to that limit for each person, a total limit
of One Million Dollars ($1,000,000.00) for all damages arising out of bodily injuries to, or
death of, two or more persons in any one accident; and regular Protective
Property Damage Insurance providing for a limit of not less than One Million Dollars
($1,000,000.00) for damages arising out of injury to, or destruction of, property in any one
accident and subject to that limit per accident, a total (or aggregate limit of Two Million Dollars
($ 2,000,000.00) for all damages arising out of injury to, or destruction of, property during the
policy period. This insurance must fully cover the legal liability of the Owner. The coverage
provided under his policy must not be affected if the Owner performs work in connection with
the project either for or in cooperation with the Contractor or as an aid thereto whether the same
be a part of the Contract or separate therefrom, by means of its own employees or agents or if
the Owner directs or supervises the work to be performed by the Contractor.
PROOF OF CARRIAGE OF INSURANCE:
The Contractor shall furnish the Owner with certificates of each insurer insuring the Contractor
of any subcontractor under this Contract except with respect to part D. As listed above. In
respect to this paragraph, the Contractor shall furnish the Owner with the original insurance
policy.
Both certificates, as furnished, and the insurance policy, as required, shall bear the policy
numbers, the expiration date of the policy and the limits of liability there under. Both the
certificates and the policy shall be endorsed to provide the Owner with any notice of
cancellation or non-renewal.
Type II Micro-Surfacing
Item # 7
Calendar Year 2012
PROPOSALFORM
DATE: ~ 19, 2012
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 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 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) Per Ton ~
(written in numbers) Per Ton
Type II Micro-Surfacing
Item # 7
Calendar Year 2012
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: ' _ ~ . ~rac _c~nem'ri, ~.,-~h'~.
Business Address: i:0 ~ ~15, MJ.,-~ l~l~rrl, Iq~ 11953
Telephone Number:
Date:
(631)
19, 2012
T'3;pe II Micro-Surfacing
Item # 7
Calendar Year 2012
1. DESCRIPTION
Bids are requested for the purchase and application ora 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, crocks 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 Quality Specification
AASHTO T59 Residue afier 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~,re~,ate. 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 2012
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 TI 76 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 C117), the target mix design or aggregate gradation shall meet the following:
TypelI 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.
" rl:)$pe II Micro-Surfacing
Item # 7
Calendar Year 2012
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 rote 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
2~,pe II Micro-Surfacing
Item # 7
Calendar Year 2012
discharge the thoroughly mixed product on a continuous basis. The machine shall have
sufficient storage capacity for aggregate, emulsified asphalt, mineral filler, field control additive
and water, to maintain an adequate supply to the proportioning controls.
(b.) Proportioning Devices - Individual volume or weight controls for proportioning each
material to be added to the mix shall be provided. Each material control device shall be so
calibrated and properly marked. They shall be accessible for ready calibration and to be
equipped with a revolution counter or similar device so that the engineer may determine the
amount of each material used at any time.
(c.) Emulsion Pump - The emulsion pump shall be a heated positive displacement type.
(d.) Spreading Equipment - The paving mixture shall be spread uniformly by means of a
mechanical type squeegee box, equipped with paddles to agitate and spread the materials
throughout the box. The equipment shall provide sufficient turbulence to prevent the mix from
setting in the box or causing excessive side build-up or lumps. Flexible seals shall be in contact
with the mad surface to'prevent loss of mixture from the box. The rear seal shall act as a final
strike off and shall be adjustable. The contractor shall operate the spreading equipment in such
a manner to prevent the loss of the mixture on super-elevated curves. The mixture shall be
spread to fill cracks and minor surface irregularities and leave a uniform skid-resistant surface
without causing skips, lumps or tears in the finished surface.
(e.) Auxiliary Equipment - Other tools or equipment such as brushes, hand squeegees, hose
equipment, tank truck water distributors and flushers, power blowers, barricades, etc., shall be
provided as required.
Machine Calibration. Each mixing unit to be used in the performance of the work shall be
calibrated in the presence of the engineer prior to construction, or previous calibration
documentation covering the exact materials to be used may be acceptable provided they were
made during the current calendar year.
Weather Limitations. The material shall be spread only when:
1. The road surface and atmospheric temperatures are at least 45 degrees F. and rising.
2. The weather is not foggy or rainy.
3 There is no forecast of temperatures below 32 degrees F. within 48 hours from the time of
placement of the mixture.
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
~½pe II Micro-Surfacing
Item it 7
Calendar Year 2012
mixture shall be of the desired consistency upon leaving the mixer and no additional materials
should be added. A sufficient amount of material shall be carried in all parts of the spreader at
all times so that a complete coverage is obtained. Overloading of the spreader box should be
avoided. No lumping, bailing, or unmixed aggregate shall be permitted. No streaks, such as
those caused by oversized aggregate, will be left in the finished surface. If excess oversize
develops, the job will be stopped until the contractor proves to the engineer that the situation
has been corrected. No excess build-up, uncovered areas or unsightly appearances shall be
permitted on longitudinal or transverse joints. The contractor shall provide suitable width
spreading equipment to produce a minimum number of joints. The finished surface shall present
a uniform and skid resistant texture satisfactory to the engineer. Areas which cannot be reached
with the mixing machine shall be surfaced using hand squeegees to provide complete and
uniform coverage. The area to be hand-worked shall be lightly dampened prior to the mix
placement. Care shall be exercised to leave no unsightly appearance from hand-work.
Quality Control. The contractor shall be responsible for any and all fees relating to materials
testing. The contractor will permit the engineer to take samples of the aggregate and asphalt
emulsion to be used in the project at the engineer's discretion. Gradation and sand equivalent
tests may be run on the aggregate and residual asphalt tests on the emulsion. Test results will be
compared to the specifications. Samples of the mixture could be taken as often as two (2) times
each day. Consistency and residual asphalt content tests may be made on the samples and
compared to the specifications. The contractor will be notified immediately if any test fails to
meet the specifications.
If any two successive tests on the material fail, the job shall be stopped. If any two successive
tests on the mix from the same machine fail, the use of that machine will be suspended.
Traffic Maintenance. The contractor shall be responsible for providing maintenance and
protection of vehicular and pedestrian traffic associated with this work. Opening to traffic does
not constitute acceptance of the work. The contractor shall also be responsible for providing all
signage and traffic control during this work.
Method of Payment. The quantity to be paid for under this item shall be the number of square
yards of pavement covered in accordance with the specification.
Qualifications. The contractor shall have or be associated with a company that has a minimum
of three years experience in the application of micro-surfacing material. In order to insure the
efficient application of the product, the contractor must own or show the ability to rent and
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.
" ~½pe II Micro-Surfacing
Item # 7
Calendar Year 2012
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:
~);pe II Micro-Surfacing Item # 7
Calendar Year 2012
STATEMENT OF NON-COLLUSION
(To be completed by each Bidder)
In accordance with Section 103-d General Municipal Law, effective September 1, 1966, every
bid or proposal hereafter made to a political subdivision of the State of any public department,
agency, or official thereof or to a fore district or any agency or official thereof for work or
services performed or to be performed or goods sold or to be sold, shall contain the following
statement subscribed to by the bidder and affirmed by such bidder as tree 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.
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
ofthe
(Name of signatory)
ql~S. H. G~Cm & Sons, Ir~.
Be authorized to sign and submit the bid
(Name of Corporation)
~' ~y'pe II Micro-Surfacing
Or proposal of this corporation for the following Project:
Item # 7
Calendar Year 2012
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 4:~ah_
of 3grL1. ,20 12 .
day
(SEAL OF THE CORPORATION)
Laws of New York, 1965
Ch. 751, Sec. 103-d, as amended &
effective on September 1, 1965.
- ~[griature
SPHAL T
VING
P.O. Box 530
Phone
· Hammonton NJ 08037
(609) 561-4161 · Fax (609) 561 0920
April 16, 2012
Thos. H. Gannon & Sons, Inc.
75 Cedarhurst Avenue
Medford, NY 11763
Attn: Rick Gannon
Gentlemen:
As an approved supplier of Asphalt Emulsions for the states of New York, New Jersey, Pennsylvania,
Delaware and Maryland, we will provide the Asphalt Emulsion needs as specified by the Town of
Southold Specifications.
We can provide both timely deliveries and specified material for this project.
Very truly yours,
ASPHALT PAVING SYSTEMS, INC.
Robert Bevilacqua
Project Manager
RB/Id
Printed: 04/12/2012 04:18 PM
Certificate of Analysis (2012.0020.00212)
Sample#: 2012.0020.00212
Product: Micmtekk
Specification: MicroTekk - Certification
Analysis Site: LAB. Tulsa
Sent By: APS Testing
Collection Point: Tank
Sampled Date: 04/09/2012
Ts.ted Date: 04/12/2012
Test Parameter Result I UOM Agency Min Agency Max
I~=tlllatlon (AASHTO). T 59
[Residue I 61.0% 160.0
Penetration Distill. Reeidue 25C, 100g, 5se¢ (AASHTO) - T 49
tc
Softening Poir~ (R&B) - Distillation Residue - T 53
Part~le Size Analyois of Emulsion - (Unepeoiflud) '
Mean ParticJe Size 2.734 urn
Test data mporisd heroin has been secured by reliable testing procedures. As we have no knowledge of. or control over, the
conditions that may affect the use of matei~al from which the samples were taken, we assume no responsibility in furnishing
Page 1 of 1
Road ScienceTM
Materials
Micro-Surfacing Mix Design
Date: 12-Apr-2012 Contract:
Agency: NJDOT Contractor: APS
Location: various state & municipal Design No. 12-1263NJ-0079
Aggregate s2012.0079
Soume: Tilcon - Oxford
Rock Type: - type II
Asphalt Emulsion
Source: Road Science - APS-Hammonton, N~J
Grade: CSS-1H(Latex Modified) - MicroTekkTM
Portland Cement(l)
Grade: Type I
Set Control Additive
Source: Road Science - MicroTekkTM Field Control Additive
Water(t)
Source: City of Tulsa, Ok.
(1) Alternate sources of these matedal will be suitable in most cases.
Aggregate(2)
Sieve Analysis with Filler NJDOT Type II Stockpile Tolerance
Sieve % Passing 1.5% Min Max Min Max
1F2" (12.5mm) 100% 100% 100% 100% 100% 100%
3/8" (9.5mm) 100% 100% 100% 100% 100% 100%
fit (4.75mm) 95% 95% 90% 100% 90% 100%
#8 (2.36mm) 66% 66% 65% 90% 65% 71%
#16(1.18mm) 45% 46% 45% 70% 45% 50%
#30 (600p, m) 33% 34% 30% 50% 30% 38%
#50 (3001~m) 23% 24% 18% 30% 19% 27%
#100 (150pm) 17% 18% 10% 21% 14% 20%
#200 (75p, m) 12% 13% 5% 15% 10% 14%
Specification Test Method
Results Min Max ~
66 65% AASHTO T 176
3 AASHTO T 330
Sand Equivalence(~):
Methylene Blue(a):
6502 South Yale Avenue · Tulsa, Oklahoma 74136-8368 · Tel: 918.960.3800 · Fax: 918.960.3900 · www.roadscicnce.net
Road ScienceTM, Division of ArrMaz Custom Chemicals
Road Science'"
S2012.0079
12-1263NJ-0079
Field Simulation Tests
Specification Test Method
Results Min. Max.
~ 25°C 135 120 sec
Time: 37°c 60 35 sec ISSA TB 113
Wet 30 min 12 12 kg-cra
Cohesion: 60 min 21 20 kg cm ISSA TB 139
I hr soak 50
Wet Track: 36 (538 .q/m2) ISSA TB 100
6 day soak 75g/ft=
64 (807 g/m2I
Schulze-Breuer-
Classification: Ruck 11 11 Points ISSA TB 144
Excess Asphalt
by Sam 27 50 gift2 ISSA TB 109
Loaded Wheel Adhesior (538 g/m2)
Track: Latera
Displacemen! 2.0% 5.0%
ISSA TB 147
Specific Gravib 1.85 2.10
Boiling Water Stripping: 95% + 90% ISSA TB 114
6502 South Yale Avenue · Tulsa, Oklahoma 74136-8368 · Tel: 918.960.3800 · Fax: 918.960.3900 · www.madscience.net
Road Science'", Division of ArrMaz Custom Chemicals
.$
Road ScienceTM
Job Mix Formula
Design Minimum Maximum
1.50% 1.00% 2,00%
9.5% 9.0% 10.0%
0.0% 0.0% 1.00%
11.5% 11.2% 12.0%
65.0% 62%
7.5% 7.3% 7.8%
Mineral Filler
Total Water
Field Control Additive(sl
Modified Asphalt Emulsion
Residual Content of Emulsion
Residual Asphalt in Mi)
(5) Field control additive is only used if the mix is setting too fast due to temperatures.
At 100°F, additive will be needed to achieve 120 seconds mix time.
S2012.0079
12-1263NJ-0079
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.
Signed
Pat
Denney
Pat Denney
Microsurfacing Lab. Mgr.
6502 South Yale Avenue · Tulsa, Oklahoma 74136-8368 · Tel: 918.960.3800 · Fax: 918.960.3900 · www.madscicnce.net
Road ScienceTM, Division of ArrMaz Custom Chemicals
RO. BOX 505 · MIDDLE ISLAND, NY 11953 · (631) 696-8798 · Fax (631) 696-0892
MICRO-SURFACING PROJECTS COMPLETED
LOCATION
AMOUNT CONTACT
1)TOWN OF BABYLON D.P.W.
2)TOWN OF HUNTINGTON HWY.
3)SAG HARBOR VILLAGE D.P.W.
4)E. HAMPTON VILLAGE D.EW.
5)SOUHTHAMPTON TOWN HWY.
126,000 S.Y.
120,000 S.Y.
14,910 S.Y.
47,775 S.Y.
35,539 S.Y,
FRANK VACCARO 631-957-3092
BILL NAUGHTON 631-499-2133
DEE YARDLEY 631-725-0107
MIKE BOUKER 631-324-0641
ALEX GREGOR 631-728-3600
AIA Document A310 -2010
CONTRACTOR:
Thomas H. Gannon & Sons, Inc.
75 Cedarhurst Avenue
Medford, NY 11763
SURETY:
Safeco Insurance Company of America
1001 4th Avenue, Suite 1700
Seattle, WA 98154
OWNER:
Town of Southold
53095MainRoad
Southold, NY 11971
BOND AMOUNT: One Hundred Dollars--($100.00)
PROJECT: For the Purchase & Application of Asphalt Road Materials Polymer Modified Emulsified
Asphalt Pavement - Type II Micro-Surfacing
The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the
Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and
severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the
Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the
Owner and Contrantor, and the Contractor either (1) enters into a contract with the Owner in accordance with the
terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with
a Surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful
performance of such Contract and for the prompt payment of labor and material furnished in the prosecution
thereof; or (2) pays to the Owner the difference, not to exceed the mount of this Bond, between the amount
specified in said bid and such larger amount for which the Owner may in good faith contract with another party
to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full
force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to
extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any
extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid
documents, and the Owner and Contractor shall obtain Surety's consent for an extension beyond sixty (60) days.
If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in his Bond
shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor.
When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the
Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted
bereft'om and provisions conforming to such statutory or other legal requirement shall be deemed incorporated
herein. When so furnished, the intent is that this Bond shall be consa'aed as a statutory bond and not as a
common law bond.
Signed and sealed this 19m day of April ~ 2012
(Witness) Frank Inb~mi, Secretary
(Wit~ess) ~icl~e~e*IVJc~inr~, Wimess
Thomas,H. Gannon & Sons~ Inc. _
(Title} '?rank Capofer~,'Pr~sic~nt
Safeco In~rance Comoanv of America
(Title) 'C-ec2~'a D Brown, Attorney-in-Fact
THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 5073228
This Power of ,~ttorney 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
SEATTLE, WASHINGTON
POWER OF ATTORNEY
KNOW ALL PERSONS BY THESE PRESENTS: That Safeco Insurance Company of Amedca (the "Company"), a Washington stock insurance company,
pursuant to and by authority of the By-law and Authorization hereinafter sot forth, does hereby name, constitute and appoint CECEMA D. BROWN,
ALENE M. FISCHER, JESSICA HIGGINSON, SCOTF MARTIN, CHARLES MCCABE, JULIA A. MCCABE, KEVlN MCCABE, ALL OF THE CITY OF MULMCA HILL, STATE OF
NEW JERSEY .........................................................................................................................................................................................................................................................
, each individually if there be mom 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 obligstians in the penal sum not exceeding
FIFTY MILLION AND {)0/100 .............................. DOLLARS ($ 50,~,000.8e* ........ * ............ ) each, and the execution of such unde~akings,
bonds, recognizances and other sure[./obligations, in pursuance of these pmsants, shall be as binding upon the Company as if they had been duly signed by the
p~esident and attested by the secretary of the Company in their own proper persons.
That this power is made and executed pursuant to and by authority of the following By-law and Authorization:
ARTICLE tV - Officers: Section 12. Power of Attorney.
Any officer or other official of the Corcoratlon authorized for that purpose in writing 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 hehaff of the Corporation to make,
execute, seal, acknowledge and delh/er 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 attorney, shall have full power to bind the Corporation by their signature and
executes sucn mszmments shall be as binding as if signed by the president and attested by the secretary.
By the following instrument the chairman or the presa3em nas authorized the officer or other official named therein to appoint attorneys-in-fact:
Pursuant to Article I~ Section 12 of the By-laws. David M. Carey, Assistant Secretary of Safeco Insurance Company of America. is authorized to
eaooint such attorneys-in-fact as may De necessar~ to act in behalf of the CorDoret~on to ma~(e execute, seal, acknowledge and deliver as surety
any and all undertakings, Pones. recognizances and other surety obligations.
That the By-law an0 the Authorization set forth above are true coorss mereof and are now in full force and effect.
IN WITNESS WHEREOE thru Power of Attorney has been subscribed by an authorized officer or official of the Company an(l the corporate seal of
Safaco Insurance Company of America has been affixed thereto in Plymouth Meeting, Pennsylvania this 4th dayof __
2012
~ SAFECO INSURANCE COMPANY OF AMERICA
'"~ ,~"~.~;j David'M. Carey: A,~fant Secretary
COMMONWEALTH OF PENNSYLVANIA ss
COUNTY OF MONTGOMERY
On this 4th (lay of January
, 2012 . before me. a Notary Public. personally came I[:)~.vid M. Carev. to me known, ano
acknowledged that he is an Assistant Secretary of Safeco Insurance Company of America: that he knows the seal of said corporation; and that he
executeo the above Power of Attorney and affixed the corporate seal of Safaco Insurance Company of America thereto wttJn the authority and at the
direction of said corporation,
IN TESTIMONY WHERE( ~ S~ilbscribed my nam: and affixed my notarial seal at Plymout~ Meeting, Pennsylvania, on the (laY and year ......... ~ ~
12 of the By-laws of Safeco insurance Company of America.
same force and effect as though manually affixed
IN TESTIMONY WHEREOF, I have hereunto subscribed my name p~3~.d, affixed the corporate seal of the said company, this 10~ day of
April 2012 . -~- ~'~ ~ ~. ~_~._____.
~ ". ~ / fi Gregory W. Davenport, Vice President
CONSENT OF SURETY
SAFECO INSURANCE COMPANY OF AMERICA,
Seattle, Washington duly qualified to transact business in the State of New York
hereby agrees that if Thomas H. Gannon & Sons, Inc.
is the successful bidder for Town of Southold
For the Purchase & Application of Asphalt Road Materials Polymer Modified
Emulsified Asphalt Pavement - Type II Micro-Surfacing
it as surety, will provide the Bidder with bonds in such forms and sums as required in the
advertisement or in the specifications.
Signed, sealed and dated this 19th
of April, 2012.
SAFECO INSURANCE COMPANY OF AMERICA
BY: C~wn, Attorney-in-Fact
Liberty
MutufiL
SURETY
SAFECO INSURANCE COMPANY OF AMERICA
FINANCIAL STATEMENT -- DECEMBER 31, 2011
Assets
Cash and Bank Deposits .....................................$ 142,401,794
*Bonds-- U.S Government .................................. 213,904,445
*Other Bonds ........................................................ 2,065,056,385
*Stocks .................................................................. 542,053,558
Real Estate .......................................................... 0
Agents' Balances or Uncollected Premiums ....... 519,959,131
Accrued Interest and Rents ................................. 26,688,776
Other Admitted Assets ........................................ 344,092,016
Total AdmiRed Assets ................................. $3.8_~4.156:105
Liabilities
Unearned Premiums ............................................. $ 765,946,552
Reserve for Claims and Claims Expense .............. 1,673,156,676
Funds Held Under Reinsurance Treaties .............. 0
Reserve for Dividends to Policyholders ............... 209,734
Additional Statutory Reserve ................................0
Reserve for Commissions, Taxes and
Other Liabilities .............................................. 544.037.508
Total ........................................................... 2,983,350,470
Special Surplus Funds ............ $ 20,576,030
Capital Stock ............................... 5,000,000
Paid in Surplus ............................ 580,930,179
Unassigned Surplus ..................... 264,299,426
Surplus to Policyholders ............................. 870~805~635
Total Liabilities and Surplus .............................. ~
* Bonds are stated at amortized or investment value; Stocks at Association Market Values.
The foregoing financial information is taken from Safeco Insurance Company's financial
with the state of Washington Department of Insurance.
statement filed
I, TIM MIKOLAJEWSKI, Assistant Secretary of Safeco Insurance Company of America, do hereby certify that the foregoing is a true, and
correct statement of the Assets and Liabilities of said Corporation, as of December 31, 2011, to the best of my knowledge and beliefi
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Corporation at Seattle, Washington, this 5th day of
April, 2012.
Assistant Secretary
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, April 19, 2012, 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: March 27, 2012
ELIZABETH A. NEVILLE
SOUTHOLD TOWN CLERK
PLEASE PUBLISH ON APRIL 5, 2012, 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
dulyswom, says that on the ~q dayof [~&~-c. ¼ ,2012, 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.
2012 Road Treatment Bids
E~_~beth X. New~5l]'~
Southold Town Clerk
Sworn before me this
e~t~ day of tOq P, ~0._t4 ,2012.
NOTARY PUBLIC, State of New York
No. 01 BO6020932
Qualified in Suffolk County
Term Expires March 8, 20 ~
Type 1I Micro-Surfacing
ITEM NO. 7
SPECIFICATIONS
Item # 7
Calendar Year 2012
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
RESIDENT
PRIOR TO
ROADS.
NOTIFIED
INCLEMENT
OPERATIONS.
CONTRACTOR
TO NOTIFY
AT LEAST 24
ANY WORK ON
RESIDENTS MUST
AFTER DELAYS
WEATHER
SHALL BE
EACH
HOURS
TOWN
BE RE-
DUE TO
OR JOB
Type II Micro-Surfacing Item # 7
Calendar Year 2012
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 2012
D. PUBLIC OPENING OF PROPOSALS
Proposals will be opened and read publicly at the time and place indicated in the Invitation for
Bids. Bidders, authorized agents, and other interested parties are invited to be present.
E. AWARD OF CONTRACT
Award of contract will be made as soon as practical. The Superintendent of Highways reserves
the fight to make awards by items, or as a whole, or not at all, whichever the Superintendent
deems to be in the best interest of the Town. A contract may be awarded to a responsible bidder
other than the lowest money bidder, if it is in the best interest of the Town. No bid may be
withdrawn after scheduled closing time for receipt of bids for a period of 45 days pending
execution of a contract by successful bidder. The competency and responsibility of the bidder
and his sub-contractors will be considered in making, the award. The Town reserves the right to
waive any technical error, to accept any bid, or to reject any or all bids. The contract form will
be a Standard form of Agreement between Owner and Contractor.
The Town will either award the project or reject all proposals received within forty-five (45)
days after formal opening of proposals. Acceptance of a proposal will be a written notice signed
by the Town Clerk & no other act shall constitute the acceptance of a proposal.
F. WITHDRAWALS OF PROPOSALS
Any bidder upon his or her authorized representative's written request presented not later than
the hour set for the opening thereof, will be given permission to withdraw his proposal. At the
time of opening the proposals, when such proposals are reached, it will be returned to him
unread.
G. REJECTION OF PROPOSALS
The Town reserves the right to waive any technical error and to reject any and/or all proposals.
Without limiting the generality of the foregoing, any proposal which in incomplete, obscure, or
irregular may be rejected; any proposal accompanied by an insufficient or irregular certified
check or bidder's bond bay be rejected, any proposal having interlineations, erasure or
corrections may be rejected. The Town also reserves the fight to reject any bid if the evidence
submitted in the qualification statement or an investigation of such bidder fails to satisfy the
Town that such bidder is property qualified to carry out the obligations of the contract and to
complete the work contemplated therein. Conditional bids will not be accepted.
H. PLANT & EQUIPMENT
The bidder shall State in his bid that be has available or under his control, plant and equipment
of the character and in the amount required to complete the proposed work within the specific
time.
Type II Micro-Surfacing Item # 7
Calendar Year 2012
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 2012
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 Liabiliw and Property Damage Insurance: The Contractor shall take out and maintain
during the life of this Contract such Public Liability and Property Damage Insurance as shall
protect him and any subcontractor performing work covered by this Contract from claims for
damages four personal injury including accidental death as well as from claims for property
damage which may arise from operations under this Contract, whether such operations be by
himself or by any subcontractor, to by anyone directly or indirectly employed by either of them,
and the amounts of such insurance shall be as follows:
Public Liability Insurance in an amount of not less than One Million Dollars ($1,000,000.00)
for bodily injuries, including wrongful death to each person and subject to the same limit for
each person in an amount not less that One Million Dollars. ($1,000,000.00) on account of each
accident.
Property Damage Insurance in an amount not less than One Million Dollars ($1,000,000.00) for
damages on account of each accident and in an amount of not less than One Million Dollars
($1,000,000.00) for damages on account of all accidents.
Liability and Property, Damage Insurance: The above policies for Public Liability and
Property Damage Insurance must be so written to include Contractor's Protective Liability and
Property Damage insurance to protect the Contractor against claims arising from the operations
of a subcontractor. The policies shall also name the Town of Southold as an additional insured.
Owner's Protective Public Liability and Property, Damage Insurance: The Contractor shall
furnish to the Owner, with respect to the operations he or any of his subcontractors perform a
regular Protective Public Liability Insurance Policy for, and in behalf of the Owner, providing
Type Il Micro-Surfacing
Item # 7
Calendar Year 2012
for a limit of not less than One Million Dollars ($1,000,000.00) for all damages arising out of
bodily injuries to, or death of, one person and subject to that limit for each person, a total limit
of One Million Dollars ($1,000,000.00) for all damages arising out of bodily injuries to, or
death of, two or more persons in any one accident; and regular Protective
Property Damage Insurance providing for a limit of not less than One Million Dollars
($1,000,000.00) for damages arising out of injury to, or destruction of, property in any one
accident and subject to that limit per accident, a total (or aggregate limit of Two Million Dollars
($ 2,000,000.00) for all damages arising out of injury to, or destruction of, property during the
policy period. This insurance must fully cover the legal liability of the Owner. The coverage
provided under his policy must not be affected if the Owner performs work in connection with
the project either for or in cooperation with the Contractor or as an aid thereto whether the same
be a part of the Contract or separate therefrom, by means of its own employees or agents or if
the Owner directs or supervises the work to be performed by the Contractor.
PROOF OF CARRIAGE OF INSURANCE:
The Contractor shall furnish the Owner with certificates of each insurer insuring the Contractor
of any subcontractor under this Contract except with respect to part D. As listed above. In
respect to this paragraph, the Contractor shall furnish the Owner with the original insurance
policy.
Both certificates, as furnished, and the insurance policy, as required, shall bear the policy
numbers, the expiration date of the policy and the limits of liability there under. Both the
certificates and the policy shall be endorsed to provide the Owner with any notice of
cancellation or non-renewal.
Type II Micro-Surfacing Item # 7
Calendar Year 2012
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 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 CUMULATIVE "UNIT PRICE" OF:
TYPE 11 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 11 Micro-Surfacing
Item # 7
Calendar Year 2012
And he further agrees that if this proposal shall be accepted by the Town and that if he shall
refuse, fail or neglect to enter into a Contract pursuant to such proposal and to the requirements
of the Town, shall have been deposited in the mail addressed to him at the address given in the
proposal, that he shall be considered to have abandoned the contract.
We the undersigned, further agree that this proposal shall be reviewed by the Town to correct
any deficiencies in the proposed scope of work and, if no corrections are necessary, further
agree that this proposal is a formal bid and shall remain in effect for a period of forty-five (45)
days, the Town will accept or reject this proposal or by mutual agreement may extend this time
period.
Signature of Bidder:
Business Address:
Telephone Number:
Date:
Type II Micro-Surfacing Item # 7
Calendar Year 2012
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.
Aggre~,ate. The Type I1 mineral aggregate shall be manufactured crushed stone, sand, slag,
crusher fines, or combination thereof. Smooth textured sand of less than 1.25% water
Type I1 Micro-Surfacing
Item # 7
Calendar Year 2012
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 TI 76 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 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%) #I00 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 2012
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 2012
discharge the thoroughly mixed product on a continuous basis. The machine shall have
sufficient storage capacity for aggregate, emulsified asphalt, mineral filler, field control additive
and water, to maintain an adequate supply to the proportioning controls.
(b.) Proportioning Devices - Individual volume or weight controls for proportioning each
material to be added to the mix shall be provided. Each material control device shall be so
calibrated and properly marked. They shall be accessible for ready calibration and to be
equipped with a revolution counter or similar device so that the engineer may determine the
amount of each material used at any time.
(c.) Emulsion Pump - The emulsion pump shall be a heated positive displacement type.
(d.) Spreading Equipment - The paving mixture shall be spread uniformly by means of a
mechanical type squeegee box, equipped with paddles to agitate and spread the materials
throughout the box. The equipment shall provide sufficient turbulence to prevent the mix from
setting in the box or causing excessive side build-up or lumps. Flexible seals shall be in contact
with the mad surface tO prevent loss of mixture from the box. The rear seal shall act as a final
strike off and shall be adjustable. The contractor shall operate the spreading equipment in such
a manner to prevent the loss of the mixture on super-elevated curves. The mixture shall be
spread to fill cracks and minor surface irregularities and leave a uniform skid-resistant surface
without causing skips, lumps or tears in the finished surface.
(e.) Auxiliary Equipment - Other tools or equipment such as brushes, hand squeegees, hose
equipment, tank truck water distributors and flushers, power blowers, barricades, etc., shall be
provided as required.
Machine Calibration. Each mixing unit to be used in the performance of the work shall be
calibrated in the presence of the engineer prior to construction, or previous calibration
documentation covering the exact materials to be used may be acceptable provided they were
made during the current calendar year.
Weather Limitations. The material shall be spread only when:
1. The road surface and atmospheric temperatures are at least 45 degrees F. and rising.
2. The weather is not foggy or rainy.
3 There is no forecast of temperatures below 32 degrees F. within 48 hours from the time of
placement of the mixture.
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 2012
mixture shall be of the desired consistency upon leaving the mixer and no additional materials
should be added. A sufficient amount of material shall be carried in all parts of the spreader at
all times so that a complete coverage is obtained. Overloading of the spreader box should be
avoided. No lumping, bailing, or unmixed aggregate shall be permitted. No streaks, such as
those caused by oversized aggregate, will be left in the finished surface. If excess oversize
develops, the job will be stopped until the contractor proves to the engineer that the situation
has been corrected. No excess build-up, uncovered areas or unsightly appearances shall be
permitted on longitudinal or transverse joints. The contractor shall provide suitable width
spreading equipment to produce a minimum number of joints. The finished surface shall present
a uniform and skid resistant texture satisfactory to the engineer. Areas which cannot be reached
with the mixing machine shall be surfaced using hand squeegees to provide complete and
uniform coverage. The area to be hand-worked shall be lightly dampened prior to the mix
placement. Care shall be exercised to leave no unsightly appearance from hand-work.
Quality Control. The contractor shall be responsible for any and all fees relating to materials
testing. The contractor will permit the engineer to take samples of the aggregate and asphalt
emulsion to be used in the project at the engineer's discretion. Gradation and sand equivalent
tests may be run on the aggregate and residual asphalt tests on the emulsion. Test results will be
compared to the specifications. Samples of the mixture could be taken as often as two (2) times
each day. Consistency and residual asphalt content tests may be made on the samples and
compared to the specifications. The contractor will be notified immediately if any test fails to
meet the specifications.
If any two successive tests on the material fail, the job shall be stopped. If any two successive
tests on the mix from the same machine fail, the use of that machine will be suspended.
Traffic Maintenance. The contractor shall be responsible for providing maintenance and
protection of vehicular and pedestrian traffic associated with this work. Opening to traffic does
not constitute acceptance of the work. The contractor shall also be responsible for providing all
signage and traffic control during this work.
Method of Payment. The quantity to be paid for under this item shall be the number of square
yards of pavement covered in accordance with the specification.
Qualifications. The contractor shall have or be associated with a company that has a minimum
of three years experience in the application of micro-surfacing material. In order to insure the
efficient application of the product, the contractor must own or show the ability to rent and
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 2012
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 2012
(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 beliefi
(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 2012
Item #7
TYPE "I1" MICRO-SURFACING
Peconic Lane, Peconic, New York 11958
and to include in such bid or proposal the certificate as to non-collusion required by section one-
hundred-three-d (103-d) of the General Municipal Law as the act and deed of such corporation,
and for any inaccuracies or miss-statements in such certificate this corporate bidder shall be liable
under the penalties of perjury.
The foregoing is true and correct copy of the resolution adopted by.
corporation at a meeting of the Board of Directors, held on the
day
of ,20__
(SEAL OF THE CORPORATION)
Laws of New York, 1965
Ch. 751, Sec. 103-d, as amended &
effective on September 1, 1965.
Signature
Southold Town Board - Letter
Board Meeting of March 27, 2012
RESOLUTION 2012-273
ADOPTED
Item # 5.19
DOC ID: 7725
TItIS IS TO CERTIFY TItAT THE FOLLOWING RESOLUTION NO. 2012-273 WAS
ADOPTED AT THE REGULAR MEETING OF TItE SOUTItOLD TOWN BOARD ON
MARCIt 27, 2012:
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 2012.
Elizabeth A. Neville
Southold Town Clerk
RESULT: ADOPTED [UNANIMOUS]
MOVER: William Ruland, Councilman
SECONDER: Albert Krupski Jr., Councilman
AYES: Ruland, Talbot, Doherty, Krupski .lt., Evans, Russell
Generated March 28, 2012
Page 32