HomeMy WebLinkAboutRoad Treatment - Type II Microsurfacing • .
m
ti
- ~ Postage $
J..
Cedified Fee
~ Postmark
4 Return Receipt Fee I ire
O (Entlorsemen[Requiretl) 1
~ ResVictetl Delivery Fee \ y~ ~
O (Entlorsement Requlretl) ` f`
ru l ~ °i
~ Total Postage & Feas ~ A
O .lei-~1k--~Qs: ~LCrrl `~ls'--
0 4~------•-- - t r
Sant To ~ ~6~
Street, Apt. No.; ~
or PO Box No.
°'"'S`~`~`"~cJdlc sl A~~/ If 953
I.
¦ Complete items 1, 2,. and 3. Also complete a Sign -
Item 4 H Restricted Delivery is desired. X ? bent
¦ Print your name and address on the reverse ~ Addressee
so that we can return the card to you. g moved by l AN of Delivery
¦ Attach this card to the back of the mailpiece, / 'Yp
or on the from iF space permits
D. Is delivery add from Rem t? Ybs'T -
t. Article Addressed to: If YES, emer del ery a t~1~3 ? No.
(=ra>n k C~-~o~rr~ c
l ho/r;+~o.a~~. GA.nnorl ~ `~oTg I NSPS,
G . I~./OX ~ O~ 3. Sevice Type
~'';clclle lsl~cf }JY 1195.3 ®'FertlfledMall ?ExpreeaMell
? Registered ? Retum Receipt for Merchandise
? Insured Mail ? C.O.D.
4. ResMcted Delivery? (Extra Fee) ? Yes
2. ArticleNtarlDer 7009 082 001 7820 8396
(fmrrs/er Irom servke let
PS Form 3811, February 2004 Domestic Retum Receipt tozsssnz-M-tsao
o~ogUFFO(,~co
ELIZABETH A. NEVILLE, MMC h~ ~y Town Hall, 53095 Main Road
TOWN CLERK G ~ P.O. Box 1179
N Z Southold, New York 11971
REGISTRAR OF VITAL STATISTICS p ~ .tC Fax (631) 765-6145
MARRIAGE OFFICER 'f,~,~1 ~a~~' Telephone (631) 765-1500
RECORDS MANAGEMENT OFFICER ~ wwwsoutholdtownny.gov
FREEDOM OF INFORMATION OFFICER
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
June 11, 2013
Frank Capoferri
Thomas H. Gannon & Sons, Inc
PO Box 505
Middle Island, NY 11953
Dear Mr. Capoferri:
Congratulations. At the regular Town Board meeting held on June 4, 2013, the
Town Board accepted the bid of Thomas H. Gannon & Sons, Inc. for supplying 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 MRudder
Deputy Town Clerk
Ens.
Southold Town Board -Letter Board Meeting of June 4, 2013
~ ~
, RESOLUTION 2013-455 Item # 5.18
~®'~f ADOPTED DOC ID: 8873
THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION N0.2013-455 WAS
ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON
JUNE 4, 2013:
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 ModiTed Emulsified
Asphalt Pavement Tvpe II Micro-Surfacine within the Town of Southold, all in accordance
with the bid specifications and Town Attorney, and as follows:
Type II Micro-Surfacing $ 2.42 per sq. yd.
Truing & Leveling (Type 5 -Shim) $180.00 per ton
~~~~s,
Elizabeth A. Neville
Southold Town Clerk
RESULT: ADOPTED (UNANIMOUS]
MOVER: James Dinizio Jr, Councilman
SECONDER: Louisa P. Evans, Justice
AYES: Dinizio Jr, Ruland, Doherty, Talbot, Evans, Russell
Generated June 4, 2013 Page 25
o~~gUFFO(,r~0
ELI7.ABETH A. NEVILLE, MMC Gy Town Hall, 53095 Main Road
TOWN CLERK p ~ P.O. Box 1179
y Z Southold, New York 11971
REGISTRAR OF VITAL STATISTICS O ~ ~ Fax (631) 765-6145
MARRIAGE OFFICER 'y~ Telephone (631) 765-1800
RECORDS MANAGEMENT OFFICER ~l * `1a www.southoldtownny.gov
FREEDOM OF INFORMATION OFFICER
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
BID OPENING
May 23, 2013 at 10:00 am
#7 Tvae II Micro-Surfacine
One (1) bid was received:
Thomas H. Gannon & Sons, Inc
P O Box 505
Middle Island NY 11953
Type II Micro-surfacing $ 2.42 sq yd
Truing & Leveling (Type 5 -Shim) $180.00 ton
Document A310 -2010
CONTRACTOR: SURETY:
Thomas H. Gannon & Sons, [nc. Safeco Insurance Company of America
372 Middle Country Road 62 Maple Avenue
Middle Island, NY 11953 Keene, NH 03431
OWNER:
Town of Southold
53095 Main Road
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 aze 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 aze such that if the Owner accepts the bid of the
Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the
Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the
terms of such bid, and gives such bond or bonds as maybe 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
[hereof; or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount
specified in said bid and such lazger 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 [he bid. Waiver of notice by [he 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 [his Bond has been famished to comply with a statutory or other legal requirement in [he location of the
Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted
herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated
herein. When so famished, the intent is that this Bond shall be constmed as a statutory bond and not as a
common law bond.
Signed and sealed this 23`a day of Mav 2013
~ Thomas H. Gannon & Sons Inc.
J//~i(,~,,C// (Principal J
_ r.
(Witness) Frank Inary (Title) Frank Ca erri, President
M Safeco Insur om ran of America
1l X.~1l p
~ r~`(a~~,b (Surety)
(Witness) Michelle McGinn, Witness (Title) Ceceli rown, Attorney-in-Fact
CONSENT OF SURETY
SAFECO INSURANCE COMPANY OF AMERICA,
Keene, NH 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
F'or the Purchase & Application of Asphalt Road Materials Polymer Modified Emulsified Asphalt
Pavement -Type IIMicro-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 23rd of May, 2013.
SAFECO INSURANCE COMPANY OF AMERICA
BY:
Cecelia .Brown, Attorney-in-Fact
THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND.
This Power of Attomey 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.
Cenificate No. 6088475
First National Insurance Company of America
General Insurance Company ofAmerice
Safece Insurance Company of Americe
POWER OF ATTORNEY
KNOWN ALL PERSONS BY THESE PRESENTS: That First National Insurance Company of Americe, General Insurance Company of America, and Batson Insurance Company of
Amerce are corporations duly organized under the laws of the State of New HampstHre (herein wllecfively called the'Companles~, pursuant to all by augroriry herein sat todh, does
hereby name, constitute and appoint, Alena M Fischer Cacetia D Brown; Charles McCabe Jessica fOginson' Julia A McCabe Kevin McCabe' MlChatle
McGinn- Scott Martin
all of the dry of Mutllca Hlll stathd NJ eachtndividuatty if there be more thanone named its Weand lawful attomeyin-fadlo make, execute,s~l,admwdedga
and deliver, for all on its behaH as surety and as its act and dead, arty all aA undertakings, bonds, n:pognizances and other surety obligatons, In pursuance of these presents and
shall be as binding upon the Companies as if they trove been duly signed by the president andattested by the secretary of the Companies in their own proper persons.
IN WITNESS WHEREOF, this Power otAttrxney has been subscribed by an authorized officer or official d the Companies and the corporate seals of the Companies have been agLxed
thereto Mis 22ntl day of April ~ 2013 ,
~y~ ~NLEpO,,fe P*1~CE oaC~p9 .eGf Coeo
~ ~ 9y „a 3~'p4 'g f< yayvv°pPO""~
< Fisst National Insurance Company of America
~ 1928 ~ 1923 ~ > },1953 w ~ General Insurance Ctxnpany of Amerisa ~
`~~laynw$'ta" °d~.„AM4s~.m °oTk„A~,yd" + Batson Insurance Compahy of America ay
p sb[f a 7'~ dyda s tl51 dye . ypCa
m gr d1'~"'
~ y Gregory W. Davenport, Assistant Secretary
a
m ~ STATE OF WASHINGTON ss
~ ~ COUNTY OF KING rep
m ~ On (his zznn day of ~ I , 2013 -before me personally appeared Gregory W. Davenport, who acknowledged himself to be the Assistant Seaefary of First Nabomal ~ ke,
~ m Insurance Companyof America, General Insurance Company of America, and Batson Insurance Company of America, and that he, as such, being authorized so to do, execute Ne ~;Sh
foregoing instrument for the purposes therein contained by signing on behalf of the cerporetions by himseg as a duly authorized officer. C W
7 4
~ ~ IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Seattle, Washington, on the day and year fast above written.
~b " M
C W ~ytN E~ - ~ ~Y
O v ruv gy; '4
- C r' ~ ~ KD Rdey, Notary ~blic ~
e ` This Power of Attomey is made and exeated pursuant to and by authority of the following By-law and Authorizations of First National Insurance Company of America, Generel f00
«N Insurance Company of America, and Safeco Insurance Company of America, which are now in full force and effect reading as follows: €
C m ARTICLE IV -OFFICERS - Section 12. Power of Attomey. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and ~e
p C subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Coporation to make, execute,
E ai seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety oblgadons. Such allomeys-in-tact, subject to the limitationsset forth in their m
respective powers of attorney, shall have full power to bind the Corporation by their signature and exeated, such instruments shall be as binding as if signed by the President and > Q
~ ~ attested to by the Secretary. Any power or autMrity granted to any representative or attorney-io-fact under the provisions of this article may be revoked at any 6me by the Boats, the pt ~
4 ~ Chairman, the President or by the officer or oflkers granting such power or authority. t N
~ t Certipcate of Deslgnatlon -The President of me Company, acting pursuant to the Bylaws of the Company, authorzes Gregory W. Davenpod, Assistant Secretary to appoint such E M
z ~ at[omeys-in-fad as may be necessary to act on behalf of the Company to make, exeate, seal, acknowledge and deliver as surety any and allundertakings; bolls, reeogn'varrces and ~ o
other surety obligations. u
F~
Authorization - By unanimous censent of the Companys Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary
of the Company, wherever appearing upon a certtfled copy of any power of attomey issued by the Company in connection with surety bonds, shall be valid and biding upon
the Company with the same force and effect as ilwugh manuaAy affixed.
I, David M. Carey, the undersigned, Assistant Secretary; of First National Insurance Company of America, General Insurance Company of America, and Safece Insurance Company of
America do hereby certify that the original power of attorney of which the foregoing is a full, true and correct mpy of the Power of Attomey executed by said Companies, is in futi force and
effect and has not been revoked.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 23Pd day of t'~y 20 13
y,~QaMCec pcl:ce~p c¢cod,,
~ ~ wokrr~o ~3°~°Rar ~ °RPo~~y ~i
~`S 1928~W g < y 1923 ~ a 1953 i ay. Davie M. Carey, Assistant Secretary
0
m~
~rH~yagt±`,h~ rid
`rsyAM40~ J `A,y~M4y`~ '~R
dyy ~ d~\° 4d9 t tl'J~ Yy3 ~ Y'JCL
POA- FNICA, GICAB SICA
147 of 250
LMS_12874_041n12 - 3 Company
Liberty SAFECO INSURANCE COMPANY OF AMERICA
Mlltllal. FINANCIAL STATEMENT -DECEMBER 31, 2012
SURETY
Assets Liabilities
Cash and Bank Deposits......_ $ 198,168,800 Uneazned Premiums.............................................. $ 797,279,595
*Bonds - U.S GovemmenL 104,235,277 Reserve for Claims and Claims Expense 1,651,252,347
Funds Held Under Reinsurance Treaties 0
*Other Bonds 2,312,341,202
Reserve for Dividends to Policyholders 213,435
*Stocks 539,582,191 Additional Statutory Reserve................................ 0
Real Estate 0 Reserve for Commissions, Taxes and
Agents' Balances or Uncollected Premiums....... 535,854,228 Other Liabilities 636.010.904
Accrued Interest and Rents.....~ 26,269,660 Total........................................................... 3,084,756,281
Special Surplus Funds............ $ 2,667,182
Other Admitted Assets 313.355.119
Capital Stock 5,000,000
Paid in Surplus 580,930,179
Unassigned Surplus 356,452,835
Total Admitted Assets ~4J133 R06.477 Surplus to Policyholders 945,050.196
Total Liabilities and Surplus Rd.029_R04477
~cE eOM,o
Q oa*~ '4
ae:` a''oa T *Bonds aze stated at amortized or investment value; Stocks at Association Market Values.
1953 W a The foregoing financial information is taken from Safeco Insurance Company's financial statement filed
bgq;as~?saa; with the state of New Hampshire Department of Insurance.
I, TIM MIKOLAJEWSKI, Assistant Secretary of Safeco Insurance Company of America, do hereby certify that the foregoing is a five, and
correct statement of the Assets and Liabilities of said Corporation, as of December 31, 2012, to the best of my knowledge and belief.
IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Corporation at Seattle, Washington, this 25th day of
March, 2013.
Assistant Secretary
542625Na 4112
_
State of New York
Dii'Ali;1~d£PT OP f'[R!1<ACIlkL SiEiiYIC>ES
lAtNf.REAS IT APPEARS 7t1lkT
SAFECO Insurance Company of America
Home Office Address Keene, New Hampshire
Organized under the Laws of New Hampshire
has complied with the necessary requirements of or pursuant to low, it is hereby
lieetued to do within this State the business of
fire, miscellaneous property, water damage, burglary and theft, glass, boiler and machuiery, elevator, anal, coliision,
personal injury fiabiHty, property damage liability, waslceas' compensation and employers' liability, fidelity and surety,
credit, motor vehicle and aircraft physical damage, marine and inland marine, marine protection and indemnity and gap
insurance, as specified in paragraph (s) 4, 5, 6, 7, 8, 9, 10, 11, 12, 13, 14, 15, 16, 17, 19, 20, 21 and 26(AxBxCxD) of
Section 1113(a) of the New York h~surance Law and also such workers' compensation insurance as maybe inadent
to coverages contemplated under pazagraphs 20 and 21 of Section 1113(a), inchuting insiaances described in the
Longshoremen's and Hazbor Workers' Compensation Act (Public Law No. 803, 69 Cong. as amended; 33 USC
Section 901 et seq. as amended) ,and as authorized by Section 4102(c), insisance of every kind or description outside
of the United States and reinsurance of every kind ~ description to the exien<permitted by certified copy of its
charter docmnent on file in this fkpa~iment until July 1, 2013.
In Witness Whereof, I fave hereunto set
gpgg my hood and affixed the offieiol seal of this
~a~~ STgrF Department at the City of Albany, New York, this
• • 1st day of July, 2012
~
In . • w
~ ~ a i u Benjamin M. Lawsky
D ~ ~ }
p 4 ; Superintendent
` 1 y,
h
OF FINP~ ~ t~
Jacqueline Catalfomo
Special Deputy Superintendent
Original on Watermarked Paper
ACKNOWLEDGMENT OF SURETY
S"1 ATE OF New Jersey
COUNTY OF Gloucester
On May 2013 ~ Cecelia D. Brown to me known, who,
being by me duly sworn, did depose and say that he/she is an Attorney In Fact of
SafECA Tnc~rrarx~a Ca~any of Mierica the corporation described in
and which executed the within instrument; that he/she knows the corporate seal of said
corporation; that the seal affixed to the within instrument is such corporate seal; and that
he/ she signed the said instrument and affixed the said seal as Attorney In Fact by
authority of the Board of Directors of said corporation and by the authority ofhis/her
office under Standing Resolutions thereof.
JESSICA t, HiG NOTARY PUBLIC
Notary p~biio grate GIN50N
MyCommissio of New Jersey s
March 28, 201pires
6
Type II Micro-Surfacing Item # 7
Calendar Year 2013
M PROPOSAL FORM
DATE: 1'?~~/ ~.3 v~O/ 3
NAME OF BIDDER: C~9N,v~yy ~ ~s
TO:
SOUTHOLD TOWN BOARD NOTE: All items listed herein must
TOWN HALL be bid. Failure to bid any
PO BOX 1179 item will be grounds for
53095 MAIN ROAD disqualification.
SOUTHOLD, NEW YORK 11971
MEMBERS OF THE BOARD:
The undersigned as bidder, declares that the only persons, company, or parties interested in this
proposal as principals are named below; that this proposal is made without any connection,
directly or indirectly with any other bidder for the same work; that it is in all respects fair and
without collusion or fraud, and that no person acting for or employed by the aforementioned
owner is or will be interested directly or indirectly, in the performance of the contract, or the
supplies relating to it, or in any portion of the profit thereof; that he has cazefully 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, perforce and complete the specified work; and that he will
start the work as directed by the Town, he will accept, in full payment thereof as listed below:
BID ON TYPE "Il" MICRO-SURFACING OF TOWN ROADS WITH POLYMER
MODIFIED EMULSIFIED ASPHALT PAVEMENT IN ACCORDANCE WITH THE
PROJECT REQUIREMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE
COMPLETED FOR THE STIPULATED CUMULATIVE "UNIT PRICE" OF:
TYPE II MICRO-SURFACING TRUING & LEVELING (Type 5 -
Shim)
(written in words) Per Sq. Yd. (written in words) Per Ton
z Pa l~ 0. C3 yr„ 7~--i
Type II Micro-Surfacing Item # 7
Calendar Year 2013
for a limit of not less than One Million Dollars ($1,000,000.00) for all damages azising out of
bodily injuries to, or death of, one person and subject to that limit for each person, a total limit
of One Million Dollazs ($1,000,000.00) for all damages azising 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 2013
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 similazly to provide Workmen's Compensation Insurance for all of the tatter's
employees unless such employees are covered by the protection afforded by the Contractor.
Public Liability and Property Damaee 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.
Propert~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 Damaee Insurance: The above policies for Public Liability and
Property Damage Insurance must be so written to include Contractor's Protective Liability and
Property Damage insurance to protect the Contractor against claims arising from the operations
of a subcontractor. The policies shall also name the Town of Southold as an additional insured.
Owner's Protective Public Liability and Property Damaee Insurance: The Contractor shall
furnish to the Owner, with respect to the operations he or any of his subcontractors perform a
regular Protective Public Liability Insurance Policy for, and in behalf of the Owner, providing
Type II Micro-Surfacing Item # 7
Calendar Year 2013
I TIME FOR EXECUTION OF CONTRACT
Any bidder whose proposal shall be accepted will' be required to appeaz before the Town in
person; or if a firm or corporation, a duly authorized representative shall so appeaz, 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 awazded 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 2013
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 forma] opening of proposals. Acceptance of a proposal will be a written notice signed
by the Town Clerk & no other act shall constitute the acceptance of a proposal.
F. WITHDRAWALS OF PROPOSALS
Any bidder upon his or her authorized representative's written request presented not later than
the hour set for the opening thereof, will be given permission to withdraw his proposal. At the
time of opening the proposals, when such proposals are reached, it will be returned to him
unread.
G. REJECTION OF PROPOSALS
The Town reserves the right to waive any technical error and to reject any and/or all proposals.
Without limiting the generality of the foregoing, any proposal which in incomplete, obscure, or
irregular may be rejected; any proposal accompanied by an insufficient or irregular certified
check or bidder's bond bay be rejected, any proposal having interlineations, erasure or
corrections may be rejected. The Town also reserves the fight to reject any bid ifthe evidence
submitted in the qualification statement or an investigation of such bidder fails to satisfy the
Town that such bidder is property qualified to carry out the obligations of the contract and to
complete the work contemplated therein. Conditional bids will not be accepted.
H. PLANT & EQUIPMENT
The bidder shall State in his bid that be has available or under his control, plant and equipment
of the character and in the amount required to complete the proposed work within the specific
time.
Type II Micro-Surfacing Item # 7
Calendar Year 2013
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 mazked
"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 accorpanied.
C. OMISSIONS AND DISCREPANCIES
Bidders should carefully examine the specifications and fully inform .themselves of all
conditions and matters which can in any way affect the work or the cost thereof. Should a
bidder find discrepancies in or omissions from the specifications, or other documents or should
he be in doubt as to their meaning, he should at once notify the Highway Superintendent who
may issue a written instruction to all bidders.
Type II Micro-Surfacing Item # 7
Calendar Year 2013
ITEM N0.7
SPECIFICATIONS
FOR THE PURCHASE & APPLICATION OF
ASPHALT ROAD MATERIALS
POLYMER MODIFIED
EMULSIFIED ASPHALT PAVEMENT
TYPE II
MICRO -SURFACING
NOTE: THE TOWN OF SOUTHOLD
WILL ALSO REQUIRE 30,000
SQUARE YARDS (more or less as may be
needed) OF PAVEMENT TO BE
APPLIED ON FISHERS ISLAND.
THE CONTRACTOR SHALL BE
REQURIED TO NOTIFY EACH
RESIDENT AT LEAST 24 HOURS
PRIOR TO ANY WORK ON TOWN
ROADS. RESIDENTS MUST BE RE-
NOTIFIED AFTER DELAYS DUE TO
INCLEMENT WEATHER OR JOB
OPERATIONS.
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:
7. Type II Micro-Surfacing
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 aNon-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, unti110:00 A.M., Thursday, May 23, 2012, at which
time they will be opened and read aloud in public.
The Town Boazd 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 23, 2013 ELIZABETH A. NEVILLE
SOUTHOLD TOWN CLERK
PLEASE PUBLISH ON MAY 16, 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 Board Members
Town Attorney Superintendent of Highways Harris i
John Cushman, Comptroller Dodge Reports
Brown's Letters Burrelle's Information Services
Construction Data Town Clerk's Bulletin Board
Type II Micro-Surfacing Item # 7
Calendar Year 2013
(written in numbers) Per Sq. Yd. (written in numbers) Per Ton
And he further agrees that if this proposal shall be accepted by the Town and that if he shall
refuse, fail or neglect to enter into a Contract pursuant to such proposal and to the requirements
of the Town, shall have been deposited in the mail addressed to him at the address given in the
proposal, that he shall be considered to have abandoned the contract.
We the undersigned, further agree that this proposal shall be reviewed by the Town to correct
any deficiencies in the proposed scope of work and, if no corrections are necessary, further
agree that this proposal is a formal bid and shall remain in effect for a period of forty-five (45)
days, the Town will accept or reject this proposal or by mutual agreement may extend this time
period.
Signature of Bidder: ~~~Ga~
Business Address: ~ /3ox ~tl~
MlnouL Lsc~ativ ivv //Sr-~
Telephone Number: / - a tl f - pp ~ p
Date: j-`2 7 ~l ~
Type II Micro-Surfacing Item # 7
Calendar Year 2013
I. DESCRIPTION
Bids aze requested for the purchase and application of a Polymer Modified Asphalt Pavement
Course to fill ruts or provide a weazing course for the existing pavement. The paving material
shall be "Macroseal" or approved equal. The surface shall provide a dense smooth topping free
of r:: y GIs 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 aze considered an
estimate only and may not be the quantity of material that will actually be required by the Town
for the calendar year.
2. MATERIALS
Emulsified Asphalt. The emulsified Asphalt shall be a quick-set polymer modified CSS-iH
emulsion and shall conform to the requirements specified in AASHTO M208 and ASTM
D2397. The polymer material shall be milled or blended into the asphalt or blended into the
emulsifier solution prior to the emulsification process. The Emulsified Asphalt shall be
produced by an approved materials manufacturing company capable of manufacturing a Micro-
Surfacing Emulsion (MSE) meeting the following requirements.
When tested, the Micro-Surfacing Emulsion (MSE) shall meet the requirements of AASHTO
M208 and ASTM D2397 for CSS-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 Softening Point 135°F (57°C) min '
ASTM D36
AASHTO T49 Penetration at 40 - 90
ASTM D36 77°F (25°C)
ASTM 2170 Kenematic Vis 650 cSt/sec, min.
@ 275°F (135°C)
Each load of emulsified asphalt shall be accompanied with a certificate of analysis/compliance
to assure that it is the same as that used in the mix design.
Aeereaate. 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 2013
absorption, as tested by ASTM C' 128, shall not exceed 50% of the total combined aggregate.
The aggregate shall be clean and free from organic matter, dirt, dust, and other deleterious
substances.
When tested, the Type II aggregate shall meet the following requirements
Test Quality Specification
AASHTO T176 Sand Equivalent 60 min.
ASTM D2419
AASHTO T104 Soundness 15%max. using
ASTM C88 NA2 SO4 or 25% max.
using MgSO4
AASHTO T96 Abrasion 30% max.
ASTM C131 Resistance
Abrasion tests shall be run on the aggregate before it is crushed. All aggregate shall meet New
York State approved polishing values.
Gradine. When tested in accordance to AASHTO T27 - (ASTM C136) and AASHTO Tl l -
(ASTM C 117), the target mix design or aggregate gradation shall meet the following:
Type II Aggregate
Sieve Size Percent Passive Sieve Size Percent Passin¢
3/8" 100 #30 30 - 50 5%)
#4 90 - 100 5%) #50 18 - 30 4%)
#8 65-90 (+/-5%) #100 ] 0 - 21 3%)
#16 45-70 (+/-5%) #200 5 - 15 2%)
Water. The water shall be potable and shall be free of harmful soluble salts.
Polvmer Modifier. The Polymer Modifier shall be milled into the asphalt emulsion. The
emulsified asphalt shall be so formulated that when the paving mixture is applied at a thickness
of one (1) inch with the relative humidity at not more than 50 % and the ambient air
temperature of at least 75 degrees F., the material will cure sufficiently so that rolling traffic
can be allowed in one (I) hour with no damage to the surface, as verified by the engineer.
Mineral Filler. The mineral filler shall be any recognized brand of non-air entrained portland
cement or hydrated lime that is free from lumps. The type and amount of mineral filler needed
shall be determined by laboratory mix design and will be considered as part of the mineral
gradation requirement. An increase or decrease of less than one percent may be permitted when
the Micro-Surfacing is being placed if it is found to be necessary for better consistency or set
times.
Type II Micro-Surfacing Item # 7
Calendar Year 2013
3. GENERAL REQUIREMENTS:
Truin¢ & Leveline with Bituminous Asphalt Coucrete. 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
asse~~,lbly. 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 Desi¢n. Before the work commences, the contractor shall submit a signed mix design
report covering the specific materials to be used on the project. This design shall be performed
by the emulsion producer. Once the materials are approved, no substitutions will be permitted
unless first tested and approved by the emulsion producer and the engineer. The materials
manufacturer shall develop the job mix design and present certified test results for the
engineer's approval. Compatibility of the aggregate and the emulsion shall be verified by the
mix design. The job mix formula shall provide a minimum Marshall stability of 1,800 pounds
and a flow of 6 to 18 units when tested according to the ASTM 1559 or AASHTO 2450
procedure. All component materials used in the mix design shall be representative of the
materials proposed by the contractor for use on the project.
Specifications. The engineer shall approve the design mix and all Micro-Surfacing materials
and methods prior to use. The component materials shall be within the following limits.
Residual Asphalt - 5% to 9% by dry weight of aggregate
Mineral Additive - 0.5% to 3% by dry weight of aggregate
Polymer Based Modifier -minimum 3% solids based on bitumen weight content
Field Control Additive - As needed to provide specified properties
Water - As needed to provide proper consistency
Rate of Aaalication. 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
Calendaz Year 2013
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 mazked. 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 reaz 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 [o fill cracks and minor surface irregularities and leave a uniform skid-resistant surface
without causing skips, lumps or teazs 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 2013
mixture shall be of the desired consistency upon leaving the mixer and no additional materials
should be added. A sufficient amount of material shall be carried in all parts of the spreader at
all times so that a complete coverage is obtained. Overloading of the spreader box should be
avoided. No lumping, bailing, or unmixed aggregate shall be permitted. No streaks, such as
those caused by oversized aggregate, will be left in the finished surface. If excess oversize
develops, the job will be stopped until the contractor proves to the engineer that the situation
has been corrected. No excess build-up, uncovered areas or unsightly appearances shall be
permitted on longitudinal or transverse joints. The contractor shall provide suitable width
spreading equipment to produce a minimum number of joints. The finished surface shall
present a uniform and skid resistant texture satisfactory to the engineer. Areas which cannot be
reached with the mixing machine shall be surfaced using hand squeegees to provide complete
and uniform coverage. The area to be hand-worked shall be lightly dampened prior to the mix
placement. Care shall be exercised to leave no unsightly appearance from hand-work.
Ouality Control. The contractor shall be responsible for any and all fees relating to materials
testing. The contractor will permit the engineer to take samples of the aggregate and asphalt
emulsion to be used in the project at the engineer's discretion. Gradation and sand equivalent
tests may be run on the aggregate and residual asphalt tests on the emulsion. Test results will be
compared to the specifications. Samples of the mixture could be taken as often as two (2) times
each day. Consistency and residual asphalt content tests may be made on the samples and
compared to the specifications. The contractor will be notified immediately if any test fails to
meet the specifications.
If any two successive tests on the material fail, the job shall be stopped. If any two successive
tests on the mix from the same machine fail, the use of that machine will be suspended.
Traffic Maintenance. The contractor shall be responsible for providing maintenance and
protection of vehicular and pedestrian traffic associated with this work. Opening to traffic does
not constitute acceptance of the work. The contractor shall also be responsible for providing all
signage and traffic control during this work.
Method of Payment. The quantity to be paid for under this item shall be the number of square
yards of pavement covered in accordance with the specification.
Qualifications. The contractor shall have or be associated with a company that has a minimum
of three years experience in the application ofmicro-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
Calendaz Year 2013
A list of at least (5) micro-surfacing projects which used the same emulsion and design mix
indicated in the bid documents. These projects must have been completed within the last three
years and the list must include the locations, amount of square yards applied and a reference
name and telephone number.
* Note: Any and all exceptions or substitutions to the specifications contained herein must be
listed separately and included within the contractors formal bid proposal.
END OF SPECIFICATION:
Type II Micro-Surfacing Item # 7
Calendar Year 2013
STATEMENT OF NON-COLLUSION
(To be completed by each Bidder) ,
In accordance with Section 103-d General Municipal Law, effective September I, 1966, every
bid or proposal hereafter made to a political subdivision of the State of any public department,
agency, or official thereof or to a fore district or any agency or official thereof for work or
services performed or to be performed or goods sold or to be sold, shall contain the following
statement subscribed to by the bidder and affirmed by such bidder as true under the penalties of
perjury; non-collusive bidding certification.
A. By submission of this bid, each bidder and each person signing on behalf of any bidder
certifies, and in the case of a joint bid, each party thereto certifies as to its own
organization, under penalty of perjury, that to the best of knowledge and belief:
(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 ~ICIdA~ t~.~/j~'G1,.~ of the
(Name of signatory)
. ~ ~ . G~sNNG~ X S4','l Be authorized to sign and submit the bid
(Name of orporation)
Type II Micro-Surfacing Item # 7
Calendar Year 2013
Or proposal of this corporation for the following Project:
Item #7
TYPE "II" MICRO-SURFACING
Peconic Lane, Peconic, New York 11958
and to include in such bid or proposal the certificate as to non-collusion required by section one-
hundred-three-d (103-d) of the General Municipal Law as the act and deed of such corporation,
and for any inaccuracies or miss-statements in such certificate this corporate bidder shall be liable
under the penalties of perjury.
The foregoing is true and correct copy of the resolution adopted by~~--~tN~ Soeis /~rC
corporation at a meeting of the Board of Directors, held on the ,2 L day
of A , 20 Z
(SEAL OF THE CORPORATION)
Laws of New York, 1965
Ch. 751, Sec. 103-d, as amended &
effective on September 1, ]965. Signature
NON-COLLUSIVE BID CERTIFICATE
The undersigned bidder certifies that this bid has been arrived at by the bidder
independently and has been submitted without collusion with any other vendor of a
materials, supplies or equipment of the type described in the invitation for bids, and the
contents of this bid have not been communicated by the bidder, nor, to its best knowledge
and belief, by any of its employees or agents, to any person not an employee or agent of
the bidder or its surety on any bond furnished herewith prior to the official opening of the
bid .
(Signed) ! \Ji---
(Corporate Title)
(if any) /f S~ ,~l~ .
Printed Name ~~f Cla/¢/1,/) G.AF.tia~+
Compan}~jlos Ci/JNrcti Y Sakt ii~o~
Address ~ C1, ~~x ~1 n11nOt/Z ~J'uJfrD
lI¢I~
Phone - a0~ - OUGo
ASPHALT
PAV/NG
SYSTEMS
P.H. Hox 530 • Hammonton NJ 08037
Phone (6091 561-4161 • Fax (609) 561-092D
May 23, 2013
Thos. H. Gannon & Sons, Inc.
372 Middle Country Rd
Middle Island, NY 11953
Attn: Rick Gannon
RE: Town of Southold
For the Purchase & Application of Asphak Road Materials Polymer Modified Emulsified Asphalt
Pavement-Type ii Micro-Surfacing
Gentlemen:
As an approved supplier of Asphalt Emulsions for the states of New York, New Jersey, Pennsylvania,
Delaware and Maryland, we will provide the AsphaR 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 Bevllacqua
Project Manager
RB/Id
Road Science'"
a~uan ora,ra.: cvaom cn.m~on
Micro-Surtacing Mix Design
Date: 28-Mar-2013 Contract:
Agenty: NJ DOT Contractor: APS-NJ
Location: Design No. 13-1589NJ-0012
Materials
Aggregate zota.ootz
Source: Tricen - Haverstrew Type II -
Rock Type: -
Asphalt Emulsion
Source: Ashalt Paving System - Ashalt Paving System-Hammonton, NJ
Gratle: CSS-1H(Latex MOtliOed) - MicroTekkTM
Portland Cementtrl
Gretle: Typel
Set Control Adtlhive
Source: Roao Silence - MicroTekkTM Fiekl Control Additive
Water•~l
Source: City of Tulsa, Ok.
(1) Altamale souroes of these material will be suitable in most cases.
Aggregatet'l
Sieve Analysis with Filler 2MS Stockpile Tolerance
Sieve % Passing 1.0% Min Max Min Max
1/2" (12.5mm) 100% 100% 100% 100% 100% 100%
3/8" (9.Smm) 100% 100% 100% 100% 100% 100%
#4 (4.75mm) 98% 98% 90% 100% 93% 100%
#8 (2.38mm) 79% 79% 85% 90% 74% 84%
#18(1.18mm) 58% 57% 45% 70% 51% 81%
#30 (800{un) 41% 42% 30% 50% 38% 48%
#50 (300µm) 28% 29% 18% 30% 24% 30%
#100 (150pm) 17% 19% 10% 21% 14% 20%
#200 (75pm) 10% 10% 5% 15% 8% 12%
Speeifkatlon Tast Method
Resuhs Mln Max
Santl Equivalence: 68 85% AASHTO T 178
Methylene Blue: 11 AASHTO T 330
PlasGChy Indexht NP NP AASHTO T90
(3) This iMOrmelion is avellade from or provided blr the aggregate producer.
6502 South Yale Avenue ~ Tulsa, Oklahoma 74136-8368 • Tel: 918.960.3800 ~ Fax: 918.960.3900 • www.roedscience.net
Road Scieuce`a, Divtciou of ArrMaz Custom Chemicals
Road Science"' °
arvision olArtMax Custani Uemiw6
201a.fp
1}15aMUO012
Field Simulation Tests
SPeelflcation Tast Method
Resuaa Mln. Max.
Trlal Mix x5°c 220 120 sec - ISSA TB 113
Tlme: 37°C 70 35 sec
Wat so min 12 12 k -cm ISSA TB 139
Cohesion: tw min 20 20 k an
50 g/a2
1 M aoak
Wet Track: 11 538 m2 ISSA TB 100
s dsY wak 75g/M
73 807 m2
Clessiflcation: Schukeereuer _ ISSA TB 144
auac 11 11 Points
Ezceaa Aephatt 50 z
by sane 19 - ~ z ISSA 7B 109
AdheNOn (538 g/m )
Loatled Wheel i-a~ 3.5%
Track: Ole - 5.0%
Vets®I 10.3% - 15% ISSA TB 147
01 ecem
SpedAC GreHN 1.89 2.10
Boilin Water Strl In 95% 90% ISSA TB 114
Job Mix Formula
Desi n Minimum Maximum
Mineral Fille 1.00% 0.50% 1.50%
Tofal Water 10.5% 9.5% 11.5%
Field ConOrol AddBivel~ 0.0% 0.0% 1.00%
Motlified Asphalt Emulsion 12.5% 12.0% 13.0%
Residual Content o/Emulsion 85.0% 62%
Residual Asphalt in Mix e.t% 7.8% 8.5%
(5) FIeM canird eddltlve is oMy uss0 M5N niz Ia seagq too hat due to tenpereturea.
AI 100•F, additive x111 M nestled b achbve 12tl •ecaga mix time.
Test data reportetl trereln have been secured by reliable tessng procetlures. As we have
no knowledge of, or control over, the oondaiona Nat may afleU the use of the materials
from which the samples were taken, we assume no responsibility in furnishing
fAese data other than W wanant they represent tellable measurement of the properties
of the sample tested.
Pat '
a.wr
~ oslmaoaaimue>
s ned Denney
Pat Denney
Microsurfadng Lab. Mgr.
6502 South Yale Avenue • Tulsa, Oklahoma 74136-8368 • Tel: 918.960.3800 • Fax: 918.960.3900 • www.roadscirnce.net
Road Science'", Divisioh of ArrMaz Custom Chemicals
Printed: 08/13/2012 04:07 PM
Road Science'
Division ofArrMaz Custom Chemicals
Certificate of Analysis (2012.0020.00444)
Sample ti: 2012.0020.00444 Speeifteaflon: MirtoTekk - Certlficatlon
Product: Miaotekk Analysis Site: LAB-Tulsa Samplod Date: 07/29/2012
Sent By: APS TesBng Tasted Date: 08N3/2g1Z
Collection Pdnt: Tank
Test Parameter Rewn / UOM Agenry Min Agency Marr
Penetration Distill. Residue 25C, 100g, Sstx (AASHTO) - T 49
Penehatbn ~25C ~ C 66dmm 40 90 -
Softening Point (R88) - Distillation Residue - T 53
Avg Shcen4tg Pdnt Temp C 56.3'C
DlsUllatbn, 1T7C (AASHTO) - T 59
D1st7saeorr resWue, me c es.zx
Volatile X oAdist'llate.'t77C' , d,t ya
Ductility Distillation Residue 25C, HG (AASHTO) - T 51
Duc6lily Obt Rea 25C 67 cm
Sieve (AASHTO) - T 59
Sleee C 0.01 %
saybonftlrol vlscosny, z5c (aASHro> - T ~
v~eooany, zsc 2s efs
Res Absolute Viscosity ~ 60C, 300 mm H9 (ASTM) - D 2171-04
Abedute Visoacky d Residue 9487 P
Reafdrte gnematic Viscosity, 135 C (AASHTO) - T 201
IOnarratls Wooaily 3089.0 eSl
Test data iepoRed herein has been secured by rel'~able testing procedures. Aswe have no knovuledge or corstrol over. the
mrWiUotss that may effect the use of material from which the samples were takers, we assume rso responsibility N famishing
this data dher than to warrem that they represent reliable measurements of kre properties of the sample received arW tested.
Certified tSr: ~ Date: 6/132012
Pape 1 d 1
,JhoS. ~ ~ani2on a~cd ~o~c6, ~nc.
P.O. BOX 505 • MIDDLE ISLAND, NY 11953 (631) 205-0060 Fax (631) 205-0073
MICRO-SURFACING PROJECTS COMPLETED
LOCATION AMOUNT CONTACT
])TOWN OF BABYLON D.P.W. 126,000 S.Y. FRANK VACCARO 631-957-3092
2)TOWN OF HUNTINGTON HWY. 120,000 S.Y. BILL NAUGHTON 631-499-2133
3)SAG HARBOR VILLAGE D.P.W. 14,910 S.Y. DEE YARDLEY 631-725-0107
4)E. HAMPTON VILLAGE D.P.W. 47,775 S.Y. MIKE BOUKER 631-324-0641
5)SOUHTHAMPTON TOWN HWY. 35,539 S.Y, ALEX GREGOR 631-728-3600
#11192
STATE OF NEW YORK)
SS:
COUNTY OF SUFFOLK)
Karen Kine of Mattituck, in said county, being duly sworn, says that she is
Principal Clerk of THE SUFFOLK TIMES, a weekly newspaper, published at
Mattituck, in the Town of Southold, County of Suffolk and State of New York, and that
the Notice of which the annexed is a printed copy, has been regularly published in
said Newspaper once each week for 1 week(s), successfully commencing on the
16l" day of Mav. 2013.
9~~
w~- -~.c~
Principal Clerk
Sworn to before me this 2 ~ day of 2013.
ILEGAL Ig17CB
NOift;15'1U
NfyTICE 19 flBREBY GIVBN, in
accordance with the provisions of Sec- \i
tron 103 of the General Municipal Law,
that sealed bids are sought and request-
ed for furnishing aad placing within the HRISTINA VOLINSKI
'1'owv of Southold, the following road NOTARY PUBLIC-STATE OF NEW YORK
treatments
Z1y~enABV.-Sahd.g No.O1V06105050
Spap6eati0m may be obtauad at Outllifletl In Suffolk Counfy
~ O~iee of tha 7bwn Oierk,'Ibwn d My COmmlaslOn Ezplres February 2S, 2076
SorrYMl,7bwe HM, 53095 Ma® Raad,
Sowtllnl{NewYott 11971,-Matey
Watr~6 Friday,~S.-00 am to 9:OOp®
'lyeKaled'b3ds,tbgetherwi[hsNes-
CaBrsive Hid~~~~
'Arwu tlerk of the'lbwn of Soashahl
at the SouthOldTown (fall, PO'$orr 1179,
33095 Mam Roallt Srjut4otd;•Dlew York,
7p3, at whiCLtmro" ~
!
and read ~alOtd idpitbl~;' " oPE°0d
The ToWti' Boaid of -the Town of
Sonthald resetves'theright to reject
any arda0 bidssnd aaiveauy and W
iptarmah"~es id~my. fifd`shdttW 6 he
deeIDrad lathe best interest of the lbrra
of Soathold to do sb.
AR bids must be signed and sealed in
envekrpes plainly marked with the type
of road treatment being bid on, and sub-
mitted to the Office of the Town Clerk.
The bid price shall not include any
tax, federal, state, or local, from which
the Town of Southold is exempt.
Dated:Apri113, 2013
ELIZABETH A. NEVB.LE
SOUTHOI-I) TOWN CLERK
11
19~1T 3/16
Rudder, Lynda
From: Reisenberg, Lloyd
Sent: Monday, May 13, 2013 2:38 PM
To: Rudder, Lynda
Subject: RE: bid
Posted
Llnrd H. Reisenberg
;Network and Sy.~7ems Adminlstrunrr
Town q(,Snuthold, New York
Emnila/oyd. reisenherg(avrwnsoutholrl ny. us
D: 63/-765-/A91
C:63/-R79-1554
CONFIDENTIALITY NOTICE: This communication with its contents may contain confidential and/or legally privileged
information. It is solely for the use of the intended recipient(s). Unauthorized interception, review, use or disclosure is
prohibited and may violate applicable laws including the Electronic Communications Privacy Act. If you are not the
intended recipient, please contact the sender and destroy all copies of the communication.
From: Rudder, Lynda
Sent: Monday, May 13, 2013 12:44 PM
To: Blasko, Regina; Flatley, Martin; Epple, Andy; Andaloro, Jennifer; Beltz, Phillip; Christopher M. Talbot -Forward;
Cushman, John; Dinizio, James; Doherty, Jill; Finnegan, Martin; Krauza, Lynne; Legals (tdoubravaCaltimesreview.com);
Louisa Evans; Neville, Elizabeth; Reisenberg, Lloyd; Russell, Scott; Standish, Lauren; Talbot, Christopher; Tomaszewski,
Michelle; William Ruland
Subject: bid
Please publish in the 5/16 edition of the Suffolk Times and the Town website
i
Rudder, Lynda
From: Tracey Doubrava <tdoubrava@timesreview.com>
Sent: Monday, May 13, 2013 3:02 PM
To: Rudder, Lynda
Subject: Re: bid
I've got it and will get published in the 5/26 edition of the Suffolk Times.
Thanks.
Tracey Doubrava
Display Ad Sales Coordinator
Times/Review News Group
7785 Main Rd.
P.O. Box 1500
Mattituck, NY 11952
P: (631) 298-3200
E: tdoubrava@timesreview.com
From: <Rudder>, Lynda <Ivnda.rudder@town.southold.nv.us>
Date: Monday, May 13, 2013 12:43 PM
70: "Blasko, Regina" <rblaskoCa town.southold.nv.us>, "Flatlet', Martin" <mflatlev(atown.southold.nv.us>, "Epple, Andy"
<aeggle@town.southold.nv.us>, "Andaloro, Jennifer" <iennifer.andaloro@townsouthold.ny.us>, "Beltz, Phillip"
<Phillip.Beltz@townsouthold.nv.us>, "Christopher M. Talbot -Forward" <christptal@vahoo.com>, "Cushman, John"
<John.Cushman@town.southold.nv.us>, "Dinizio, James" <fames.dinizio@town.southold.ny.us>, "Doherty, Jill"
<fill.doherty@town.southold.nv.us>, "Finnegan, Martin" <martin.finneean@townsouthold.nv.us>, "Krauza, Lynne"
<Ivnne.krauza@townsouthold.ny.us>, Times Review <tdoubrava@timesreview.com>, Louisa Evans
<Igevans06390@amail.com>, "Neville, Elizabeth" <E.Neville@town.southold.nv.us>, "Reisenberg, Lloyd"
<Lloyd.Reisenberg@townsouthold.nv.us>, "Russell, Scott" <Scott.Russell@townsouthold.nv.us>, "Standish, Lauren"
<Lauren.Standish@town.southold.nv.us>, "Talbot, Christopher" <Christopher.talbot@town.southold.nv.us>,
"TOmaszewski, Michelle" <michellet@town.southold.ny.us>, William Ruland <rulandfarm@vahoo.com>
Subject: bid
Please publish in the 5/16 edition of the Suffolk Times and the Town website
i
LEGAL NOTICE
NOTICE TO BIDDERS
NOTICE IS I3EREBY GIVEN, in accordance with the provisions of Section 103 of the
General Municipal Law, that sealed bids aze sought and requested for furnishing and
placing within the Town of Southold, the following road treatments:
7. Type II Micro-Surfacing
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 aNon-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 23, 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: April 23, 2013 ELIZABETH A. NEVILLE
SOUTHOLD TOWN CLERK
PLEASE PUBLISH ON MAY 16, 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 Boazd Members
Town Attorney Superintendent of Highways Harris
John Cushman, Comptroller Dodge Reports
Brown's Letters Burrelle's Information Services
Construction Data Town Clerk's Bulletin Boazd
Type II Micro-Surfacing Item # 7
Calendar Year 2013
ITEM N0.7
SPECIFICATIONS
FOR THE PURCHASE & APPLICATION OF
ASPHALT ROAD MATERIALS
POLYMER MODIFIED
EMULSIFIED ASPHALT PAVEMENT
TYPE II
MICRO -SURFACING
NOTE: THE TOWN OF SOUTHOLD
WILL ALSO REQUIRE 30,000
SQUARE YARDS (more or less as may be
needed) OF PAVEMENT TO BE
APPLIED ON FISHERS ISLAND.
THE CONTRACTOR SHALL BE
REQURIED TO NOTIFY EACH
RESIDENT AT LEAST 24 HOURS
PRIOR TO ANY WORK ON TOWN
ROADS. RESIDENTS MUST BE RE-
NOTIFIED AFTER DELAYS DUE TO
INCLEMENT WEATHER OR JOB
OPERATIONS.
Type II Micro-Surfacing Item # 7
Calendar Yeaz 2013
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
beazing 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 accorpanied.
C. OMISSIONS AND DISCREPANCIES
Bidders should cazefully 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 2013
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
Awazd of contract will be made as soon as practical. The Superintendent of Highways reserves
the fight to make awazds 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 en•or, to accept any bid, or to reject any or all bids. The contract form will
be a Standazd 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 in•egulaz 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 cant' 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 IIMicro-Surfacing Item # 7
Calendar Year 2013
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 2013
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 tatter'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 Proaerty Damage Insurance: The above policies for Public Liability and
Property Damage Insurance must be so written to include Contractor's Protective Liability and
Property Damage insurance to protect the Contractor against claims arising from the operations
of a subcontractor. The policies shall also name the Town of Southold as an additional insured.
Owner's Protective Public Liability and Property Damage Insurance: The Contractor shall
furnish to the Owner, with respect to the operations he or any of his subcontractors perform a
regular Protective Public Liability Insurance Policy for, and in behalf of the Owner, providing
Type II Micro-Surfacing Item # 7
Calendar Year 2013
for a limit of not less than One Million Dollazs ($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
Pronertv Damage Insurance providing for a limit of not less than One Million Dollazs
($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 2013
PROPOSAL FORM
DATE:
NAME OF BIDDER:
TO:
SOUTHOLD TOWN BOARD NOTE: All items listed herein must
TOWN HALL be bid. Failure to bid any
PO BOX 1179 item will be grounds for
53095 MAIN ROAD disqualification.
SOUTHOLD, NEW YORK 11971
MEMBERS OF THE BOARD:
The undersigned as bidder, declares that the only persons, company, or parties interested in this
proposal as principals are named below; that this proposal is made without any connection,
directly or indirectly with any other bidder for the same work; that it is in all respects fair and
without collusion or fraud, and that no person acting for or employed by the aforementioned
owner is or will be interested directly or indirectly, in the performance of the contract, or the
supplies relating to it, or in any portion of the profit thereof; that he has cazefully examined all
project requirements, including bidding requirements, contract, general and special conditions,
specifications, and addenda, if any (Note: acknowledgment of addenda and their dates must be
included as indicated on bottom page); that he has satisfied himself by personal examination of
the proposed work, and by such other means as he may have chosen, as to the conditions and
requirements of the work; and he proposed and agrees that if his proposal be accepted he will
contract to furnish all materials not provided by the Town (See Specifications) and to perform
all the work required to construct, perform and complete the specified work; and that he will
start the work as directed by the Town, he will accept, in full payment thereof as listed below:
BID ON TYPE "Il" MICRO-SURFACING OF TOWN ROADS WITH POLYMER
MODIFIED EMULSIFIED ASPHALT PAVEMENT IN ACCORDANCE WITH THE
PROJECT REQUIREMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE
COMPLETED FOR THE STIPULATED CUMULATIVE "UNIT PRICE" OF:
TYPE II MICRO-SURFACING TRUING & LEVELING (Type 5 -
Shim)
(written in words) Per Sq. Yd. (written in words) Per Ton
Type II Micro-Surfacing Item # 7
Calendar Year 2013
(written in numbers) Per Sq. Yd. (written in numbers) Per Ton
And he further agrees that if this proposal shall be accepted by the Town and that if he shall
refuse, fail or neglect to enter into a Contract pursuant to such proposal and to the requirements
of the Town, shall have been deposited in the mail addressed to him at the address given in the
proposal, that he shall be considered to have abandoned the contract.
We the undersigned, further agree that this proposal shall be reviewed by the Town to correct
any deficiencies in the proposed scope of work and, if no corrections are necessary, further
agree that this proposal is a formal bid and shall remain in effect for a period of forty-five (45)
days, the Town will accept or reject this proposal or by mutual agreement may extend this time
period.
Signature of Bidder:
Business Address:
Telephone Number:
Date:
Type II Micro-Surfacing Item # 7
Calendar Year 2013
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 Saecification
AASHTO T59 Residue afrer 62% Min.
SDTM F244 Distillation
* The temperature for this test should be held below 280 F (138 C).
Tests on Residue
AASJTP T59 Softening Point 135°F (57°C) min
ASTM D36
AASHTO T49 Penetration at 40 - 90
ASTM D36 77°F (25°C)
ASTM 2170 Kenematic Vis 650 cSt/sec, min.
@ 275°F (135°C)
Each load of emulsified asphalt shall be accompanied with a certificate of analysis/compliance
to assure that it is the same as that used in the mix design.
Aeereeate. 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 2013
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 Suecification
AASHTO T176 Sand Equivalent 60 min.
ASTM D2419
AASHTO T104 Soundness 15% max. using
ASTM C88 NA2 S04 or 25% max.
using MgSO4
AASHTO T96 Abrasion 30% max.
ASTM C131 Resistance
Abrasion tests shall be run on the aggregate before it is crushed. All aggregate shall meet New
York State approved polishing values.
Gradine. 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 Passin¢ Sieve Size Percent Passine
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 2013
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
Yazd 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. Thejob mix formula shall provide a minimum Marshall stability of 1,800 pounds
and a flow of 6 to 18 units when tested according to the ASTM 1559 or AASHTO 2450
procedure. All component materials used in the mix design shall be representative of the
materials proposed by the contractor for use on the project.
Specifications. The engineer shall approve the design mix and all Micro-Surfacing materials
and methods prior to use. The component materials shall be within the following limits.
Residual Asphalt - 5% to 9% by dry weight of aggregate
Mineral Additive - 0.5% to 3% by dry weight of aggregate
Polymer Based Modifier -minimum 3% solids based on bitumen weight content
Field Control Additive - As needed to provide specified properties
Water - As needed to provide proper consistency
Rate of Application. The Micro-Surfacing mixture shall be of proper consistency at all times
so as to provide an application rate of 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 2013
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 IIMicro-Surfacing Item # 7
Calendar Year 2013
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.
TrafTic 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.
OualiTications. The contractor shall have or be associated with a company that has a minimum
of three yeazs experience in the application ofmicro-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 2013
A list of at least (5) micro-surfacing projects which used the same emulsion and design mix
indicated in the bid documents. These projects must have been completed within the last three
years and the list must include the locations, amount of square yards applied and a reference
name and telephone number.
* Note: Any and all exceptions or substitutions to the specifications contained herein must be
listed separately and included within the contractors formal bid proposal.
END OF SPECIFICATION:
Type II Micro-Surfacing Item # 7
Calendar Year 2013
STATEMENT OFNON-COLLUSION
(To be completed by each Bidder)
In accordance with Section 103-d General Municipal Law, effective September 1, 1966, every
bid or proposal hereafter made to a political subdivision of the State of any public department,
agency, or official thereof or to a fore district or any agency or official thereof for work or
services performed or to be performed or goods sold or to be sold, shall contain the following
statement subscribed to by the bidder and affirmed by such bidder as true under the penalties of
perjury; non-collusive bidding certification.
A. By submission of this bid, each bidder and each person signing on behalf of any bidder
certifies, and in the case of a joint bid, each party thereto certifies as to its own
organization, under penalty of perjury, that to the best of knowledge and belief:
(1) The prices in this bid have been arrived at independently without collusion,
consultation, communication, or agreement, for the purpose of restricting
competition, as to any matter relating to such prices with any other bidder or any
competitor.
(2) Unless otherwise required by law, the prices which have been quoted in this bid
have not been knowingly disclosed by the bidder and will not knowingly be
disclosed by the bidder prior to opening, directly or indirectly, to any other
bidder or to any competitor.
(3) No attempt has been made or will be made by the bidder to induce any other
person, partnership, or corporation to submit or not to submit a bid for the
purpose of restricting competition.
B. The person signing this bid or proposal certifies that he has fully informed himself
regarding the accuracy of the statements contained in this certification, and under the
statements contained in this certification, and under the penalties of perjury, affirms the
truth thereof, such penalties being applicable to the bidder, as well as the person signing
in its behalf.
C. That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing
the execution of this certificate by the signature of this bid or proposal on behalf of the
corporate bidder.
RESOLUTION
Resolved that of the
(Name of signatory)
Be authorized to sign and submit the bid
(Name of Corporation)
Type II Micro-Surfacing Item # 7
Calendar Year 2013
Or proposal of this corporation for the following Project:
Item #7
TYPE "II" MICRO-SURFACING
Peconic Lane, Peconic, New York 11958
and to include in such bid or proposal the certificate as to non-collusion required by section one-
hundred-three-d (103-d) of the General Municipal Law as the act and deed of such corporation,
and for any inaccuracies or miss-statements in such certificate this corporate bidder shall be liable
under the penalties of perjury.
The foregoing is true and correct copy of the resolution adopted by
corporation at a meeting of the Board of Directors, held on the day
of , 20
(SEAL OF THE CORPORATION)
Laws of New York, 1965
Ch. 751, Sec. 103-d, as amended &
effective on September 1, 1965. Signature
NON-COLLUSIVE BID CERTIFICATE
The undersigned bidder certifies that this bid has been arrived at by the bidder
independently and has been submitted without collusion with any other vendor of a
materials, supplies or equipment of the type described in the invitation for bids, and the
contents of this bid have not been communicated by the bidder, nor, to its best knowledge
and belief, by any of its employees or agents, to any person not an employee or agent of
the bidder or its surety on any bond furnished herewith prior to the official opening of the
bid .
(Signed)
(Corporate Title)
(if any)
Printed Name
Company
Address
Phone
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 ~ day of M~~ , 2013, 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.
Re: Item #7 Type IIMicro-Surfacing
Elizabeth A. e 'lle
Southold Town Clerk
Sworn before me this
13 day of 2013.
t 1
~ary Public
LYNDA M. RUDDER
Notary Public. State of Nsw Yak
No. O1RU6020932
dusfifk+tl in Suffolk Co
Commission E~ires Maroh 9, 20 1~