Loading...
HomeMy WebLinkAboutMicrosurfacing Southold Town Board - Letter Board Meeting of June 3, 2014 RESOLUTION 2014-507 Item# 5.35 ADOPTED DOC ID: 9858 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2014-507 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON JUNE 3,2014: RESOLVED that the Town Board of the Town of Southold hereby accepts the bid of Thomas H. Gannon & Sons, Inc., for the application of Polymer Modified Emulsified Asphalt Pavement Type II Micro-Surfacing within the Town of Southold, all in accordance with the bid specifications and Town Attorney, as follows: Option#I Type II Micro-Surfacing $ 3.96 per sq. yd. Truing & Leveling (Type 5 - Shim) $180.00 per ton Option#2 Type II Micro-Surfacing $ 2.38 per sq. yd. Truing & Leveling (Type 5 - Shim) $180.00 per ton Elizabeth A. Neville Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: William P. Ruland, Councilman SECONDER:Louisa P. Evans, Justice AYES: Ghosio, Dinizio Jr, Ruland, Doherty, Evans, Russell Generated June 4, 2014 Page 55 o�oS�FFot,��o ELIZABETH A.NEVILLE,MMC �� r/y Town Hall, 53095 Main Road TOWN CLERKP.O.Box 1179 co CA Z Southold,New York 11971 REGISTRAR,OF VITAL STATISTICS S • Fax(631)765-6145 MARRIAGE OFFICEROl �a0�' Telephone(631)765-1800 RECORDS MANAGEMENT OFFICER www.southoldtownny.gov FREEDOM OF INFORMATION OFFICER OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD June 24, 2014 Frank Capoferri Thomas Gannon & Sons PO Box 505 Middle Island, NY 11935 Dear Mr. Capoferri: Congratulations. At the regular Town Board meeting held on June 3, 2104, the Town Board accepted the bid of Thomas Gannon & Sons for Mirco-surfacing. A certified copy of the resolution is enclosed. The bid bond is being returned to you. Thank you for your bid. Very truly yours, Lynda M Rudder Deputy Town Clerk Ens. g,aFFO1,��oG ELIZABETH A.NEVILLE,MMC �� y Town Hall,53095 Main Road TOWN CLERK p P.O.Box 1179 H 2 Southold,New York 11971 REGISTRAR OF VITAL STATISTICS p Fax(631)765-6145 MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER ��,( .� Telephone 765-1800 FREEDOM OF INFORMATION OFFICER www.southoldtownny.gov OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD BID OPENING Tyne II Micro-Surfacing Bid Opening 5/29/2014 at 2:00 PM One (1)bid received Option #I Option#2 Thomas Gannon & Sons Type II $3.96 $2.38 PO Box 505 Truing $180.00 $180.00 Middle Island,NY 11953 AIA Document A310 -2010 CONTRACTOR: SURETY: Thomas H.Gannon&Sons,Inc. The Ohio Casualty Insurance Company 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 H Micro-Surfacing The Contractor and Surety are bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either(1)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a Surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material fiunished in the prosecution thereof;or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect.The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid.Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain Surety's consent for an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in his Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project,any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 29"' day of May 2014 Thomas H annon&Sons Inc. (Principa (Witness) Frank Ingemi,Secretary (Ti tl n apo e ,Pre de The Ohio Casi surance Company (Surety) (Witness) Michelle McGinn,Witness (Title) Cece is D Vwn,Attorney-in-Fact CONSENT OF SURETY THE OHIO CASUALTY INSURANCE COMPANY, 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 For the Purchase&Application of Asphalt Road Materials Polymer Modified Emulsified Asphalt Pavement—Type II Micro-Surfacing it as surety, will provide the Bidder with bonds in such forms and sums as required in the advertisement or in the specifications. Signed, sealed and dated this 29th of May,2014. THE OHIO CASUALTY INSURANCE COMPANY BY: Cecelia . Brown, Attorney-in-Fact THIS POWER Of ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. 5s toad American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire&Casualty Company The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire,that Liberty Mutual InsurartI Company i_s a corporation duty organised under,the laws of the State of Massachusetts,and West American Insurance Company is a corporatiore duly organized undpr tkfe laws of the State of Indiana(fiereiri coftectfvelycalledthe"Companies"),,pursuant to and by`authority herein set forth,does hereby risme,constitute and appoint, Alene M'Fischgr Cecelia tl BroWrS Chailey I�u CCabe Julia A McCabeKevin�Mcdabe•Michelle McGinn ` all of the city of fvlullica Hill staiiof`i�lJ each individually if there be more than onenamed,its tnie and lawful attorney in fact to make,execute,seal,acknowledge and deliver,for and on its behalf as suretyand as dsact and deed,apyand all:undertakings,bonds;recognizances and other surety obligationsJn pursuance of these presents arid shall be as binding upon the Companies as;rf theyhave baen duly signed by the president and attested by the secretary of.the Companies in ttfefr own proper persons. IN WITNESS WHEREOF,this Power of Aft—ey has been,subscribed by ars authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 20d - day-of April = 2014 , American Fire and Casualty Company 7.6 The Ohio Casualty insurariee"Gdmpany ` . Liberty Mutual Insurance Company d West merican Insurance Company •N By, STATE OF PENNSYLVANIA ss David M.Care,Assistant Secretary COUNTY OF MONTGOMERY - -On this 1q!1L 1q!1:day of April-. .121L,before before me-personally appeared,David M.Carey,who acknowledged himself,to be the Assistant Secretary of Amedcan:�ire and u as Casuelty'CompanyrLJberty_Mutuil Insurance,Company,Thi Ohio Casualty Insurance Company,and WestAmerican Insurance Company,and"thathe,assuch,being authorized so todo, 1)� exectmte the foregoing ms#�ment for the purposes therein conEained by signing on behalf ofthe corporations by himselfas adint'authorizedofficer>� IN WFT#vESS WHEREOF,t-have hereunto sobs and affixed my r otarial seal at Plymouth Meeting,Pennsylvania on lire day and year'firstabove written;, 0� A" ?„ COMMONWEALTH OF PFNf4YLVAN!k r± = C By; t o 7eiesa Pastetia,Notary Public �{ > 7 t✓. _ f...73 _Q 3. , �.'zS ..t i 0,,E 'This Power of Attorney isrrtade and execute ority of-the following By-laws and Authorizations of American Fire and Casualty Company,The Ohio Casualty Insurance` i. Company Liberty Mutual Insurance Company, insurance Company.which resolutions,are now in full fora and effect reading as follows: R i ARTICLE IV=OFFfCER$,�-$ectionl2:,-Power ofAttomey Any officer or otheroffiaal.of the Corporation authorized for that purpose In writing by the Chairman or the PreSoant,and subtest, d j� kr Such limitation as the Chairman or,the Presrdentmay prescriber shalt appanl such attorneys in fad,as mag 6e,necessary to actin=behalf of the Corporation.t4 make exegrte,.seai, +d ackhowledgearul dakvet-as"surety any and,ali undertakings,bonds,recog"fices and other surety obligations. Such attomeys-in-fact,subject to the limitations set forth in"theiF respective E powers of attorney shall"have-fuq powei`to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporebon.,-When so executed such instruments shall be as binding as if signed li the President a' ifiesfed to the Secreta An power or authority ranted to an representative or atthme irnfad under: >. t3 ea _ g g Y Y ry. Y Po ty g Yy= the provisions of this article may be revoked at arty time by the Board,the Chaimlan,the President or by the officer or officers granting such power or authority. lf�N ARTICLE"XIII-Execution of contracts=SECfilou&SuretyBonds and Undertakings:Any officer of the Company authorized for that purpose in wAUig by the cbairttian or the-president, °? > and subject to such-limitations as thecha•irman or the president may prescribe,,shall appoint such attomeys-in-fact,as maybe necessary to act in behalf of the Company to make;execute, O seal acknowledge and deliver as surety any and all undertakings,bands,recognizances and other surety obligations. Such attorneys in-fact Subject to the limitations setfodh in their- oQ; Z�v respecfive powers of attorney shall have ful(power to bind the Company by theirsignature and execution of anysuch instruments and#o attach thereto the seal of the Eompany.'When so ,0 C- executed such instruments-shall be asbinding as if signed by,the president and attested by the secretary. _ Q Certificate of Designation-The Presidentof the Company,ading pursuantto the Bylaws of,the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in-_ fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever,appearing upon a certified.copy of any power of attorney issued by the Company in connection with surety bands,,shall be.valid and binding upon the Company with the sante force and;effed as though manually affixed.. t,Gregory W.Davenport,the undersigned,Assistant Secretary,of American Fire and Casualty Company,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American insurance Company do hereby certify that the original power,of attorney which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. Ma IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 29th day of ,2014 By: i Gregory W.Davenport,Assistant Secretary LMS-12873 122013 55 of 250 Type II Micro-Surfacing Item# 7 Calendar Year 2014-15 Option #1 * Rate of Application. The Micro-Surfacing mixture shall be of proper consistency at all times so as to provide an application rate of: FIRST COAT: 13 lbs/Sq. Yd, SECOND COAT: 17 lbs/Sq. Yd. TYPE II MICRO-SURFACING TRUING & LEVELING (Type 5 - Shim) `1- r(4j. dbiIat-s WIA, M Cxt(a d Ei(Aly dol (written in words)Per Sq. Yd. (written in words) Pei of X3.40 1190 - oo (written in numbers) Per Sq. Yd. (written in numbers) Per Ton Option #2 Rate of Application. The Micro-Surfacing mixture shall be of proper consistency at all times so as to provide an application rate of. 20-22 lbs/Sq. Yd. TYPE II MICRO-SURFACING TRUING & LEVELING (Type 5 - Shim) Tu0 dolla4,,��,l'##, giw6ed1 , Qn_c_ diAm,010d and &amu (written in words) Per Sq. Y . (written in words)Ver Ifon 4 2 . 3 q 419) ,00 (written in numbers) Per Sq. Yd. (written in numbers) Per Ton Type II Micro-Surfacing Item# 7 Calendar Year 2014-15 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. Z/ Signature of Bidder: =-, Business Address: 1O BoK 505, 372 Attie Qarity pd. Ku±Ue Island, NY 11953 Telephone Number: (631) 205-0060 Date: Ngy 29, 2014 Type II Micro-Surfacing Item# 7 Calendar Year 2014-15 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 Ouality Specification AASHTO T59 Residue after 62%Min. SDTM F244 Distillation * The temperature for this test should be held below 280 F (138 Q. Tests on Residue AASJTP T59 Softening Point 135°F (57°C) min ASTM D36 AASHTO T49 Penetration at 40 - 90 ASTM D36 77°F (25°C) ASTM 2170 Kenematic Vis 650 cSt/sec, min. @ 275°F (135°C) Each load of emulsified asphalt shall be accompanied with a certificate of analysis/compliance to assure that it is the same as that used in the mix design. Aggregate. The Type II mineral aggregate shall be manufactured crushed stone, sand, slag, crusher fines, or combination thereof. Smooth textured sand of less than 1.25%water Type II Micro-Surfacing Item# 7 Calendar Year 2014-15 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 Ouality Specification AASHTO T176 Sand Equivalent 60 min. ASTM D2419 AASHTO T104 Soundness 15%max. using ASTM C88 NA2 SO4 or 25%max. using MgSO4 AASHTO T96 Abrasion 30%max. ASTM C131 Resistance Abrasion tests shall be run on the aggregate before it is crushed. All aggregate shall meet New York State approved polishing values. Gradin. When tested in accordance to AASHTO T27 - (ASTM C136) and AASHTO T11 - (ASTM C117), the target mix design or aggregate gradation shall meet the following: Type II Aggregate Sieve Size Percent Passim Sieve Size Percent Passing 3/8" 100 #30 30 - 50 (+/- 5%) #4 90 - 100 (+/- 5%) #50 18 - 30 (+/-4%) #8 65-90 (+/-5%) #100 10 - 21 (+/- 3%) #16 45-70 (+/-5%) #200 5 - 15 (+/- 2%) Water. The water shall be potable and shall be free of harmful soluble salts. Polymer Modifier. The Polymer Modifier shall be milled into the asphalt emulsion. The emulsified asphalt shall be so formulated that when the paving mixture is applied at a thickness of three eighths (3/8) inch with the relative humidity at not more than 50 % and the ambient air temperature of at least 75 degrees F., the material will cure sufficiently so that rolling traffic can be allowed in one (1) hour with no damage to the surface, as verified by the engineer. Mineral Filler. The mineral filler shall be any recognized brand of non-air entrained portland cement or hydrated lime that is free from lumps. The type and amount of mineral filler needed shall be determined by laboratory mix design and will be considered as part of the mineral gradation requirement. An increase or decrease of less than one percent may be permitted when the Micro-Surfacing is being placed if it is found to be necessary for better consistency or set times. Type Il Micro-Surfacing Item# 7 Calendar Year 2014-15 3. GENERAL REQUIREMENTS: Truing& Leveling with Bituminous Asphalt Concrete. The pavement shall be equal to NYSDOT-Type 5 Shim and shall be applied at the discretion of the Highway Superintendent. Bituminous pavers shall be self-powered units, provided with an activated screed or strike-off assembly. The machine shall be capable of spreading and finishing courses of bituminous plant mix material in lane widths up to twelve (12') feet or thickness up to four(4") inches as may be specified by the Highway Superintendent. All existing pavement surfaces where Schim Mix Asphalt Concrete work is required shall be fog sealed with RC 250 at 0.10 gallons per Square Yard prior to placement of pavement. After placement, the Asphalt Concrete Materials shall be thoroughly and uniformly compacted with an approved vibrator type or static steel wheel roller conforming to section 401-3.12 of the NYSDOT construction manual to obtain a thoroughly compacted pavement. Mix Design. Before the work commences, the contractor shall submit a signed mix design report covering the specific materials to be used on the project. This design shall be performed by the emulsion producer. Once the materials are approved, no substitutions will be permitted unless first tested and approved by the emulsion producer and the engineer. The materials manufacturer shall develop the job mix design and present certified test results for the engineer's approval. Compatibility of the aggregate and the emulsion shall be verified by the mix design. The job mix formula shall provide a minimum Marshall stability of 1,800 pounds and a flow of 6 to 18 units when tested according to the ASTM 1559 or AASHTO 2450 procedure. All component materials used in the mix design shall be representative of the materials proposed by the contractor for use on the project. Specifications. The engineer shall approve the design mix and all Micro-Surfacing materials and methods prior to use. The component materials shall be within the following limits. Residual Asphalt - 5%to 9%by dry weight of aggregate Mineral Additive - 0.5%to 3%by dry weight of aggregate Polymer Based Modifier - minimum 3% solids based on bitumen weight content Field Control Additive - As needed to provide specified properties Water - As needed to provide proper consistency * Rate of Application. The Micro-Surfacing mixture shall be of proper consistency at all times so as to provide an application rate of. FIRST COAT: 13 lbs/Sq. Yd, SECOND COAT: 17 lbs/Sq. Yd. ** Rate of Application. The Micro-Surfacing mixture shall be of proper consistency at all times so as to provide an application rate of. 20-22 lbs/Sq. Yd. Type Il Micro-Surfacing Item 4 7 Calendar Year 2014-15 Surface Preparations. The area to be surfaced shall be thoroughly cleaned of vegetation, loose aggregate, dirt, grease, oil or any type of objectionable surface film. Manholes, valve boxes and other service entrances shall be protected from the surfacing material. Stockpiles. Precautions shall be taken to insure that stockpiles do not become contaminated. Stockpiles shall be kept in areas that drain readily. Application. The surface shall be pre-wetted by fogging ahead of the spreader box. The entire surface should be damp with no apparent flowing water in front of the box. The surfacing mixture shall be of the desired consistency upon leaving the mixer and no additional materials should be added. A sufficient amount of material shall be carried in all parts of the spreader at all times so that a complete coverage is obtained. Overloading of the spreader box should be avoided. No lumping, bailing, or unmixed aggregate shall be permitted. No streaks, such as those caused by oversized aggregate,will be left in the finished surface. If excess oversize develops,the job will be stopped until the contractor proves to the engineer that the situation has been corrected. No excess build-up, uncovered areas or unsightly appearances shall be permitted on longitudinal or transverse joints. The contractor shall provide suitable width spreading equipment to produce a minimum number of joints. The finished surface shall present a uniform and skid resistant texture satisfactory to the engineer. Areas which cannot be reached with the mixing machine shall be surfaced using hand squeegees to provide complete and uniform coverage. The area to be hand-worked shall be lightly dampened prior to the mix placement. Care shall be exercised to leave no unsightly appearance from hand-work. 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. Oualifications. The contractor shall have or be associated with a company that has a minimum of three years experience in the application of micro-surfacing material. In order to insure the efficient application of the product,the contractor must own or show the ability to rent and Type II Micro-Surfacing Item# 7 Calendar Year 2014-15 maintain a minimum of two mixing units capable of meeting the minimum requirements set forth in these specifications. Submittals. The contractor shall be required to submit the following information with his bid: A letter of availability from the intended MSE supplier. A certified mix design from the materials manufacturer. A typical analysis of Macroseal Emulsion or approved equal. A list of at least(5)micro-surfacing projects which used the same emulsion and design mix indicated in the bid documents. These projects must have been completed within the last three years and the list must include the locations, amount of square yards applied and a reference . name and telephone number. * Note: Any and all exceptions or substitutions to the specifications contained herein must be listed separately and included within the contractors formal bid proposal. END OF SPECIFICATION: Type II Micro-Surfacing Item# 7 Calendar Year 2014-15 STATEMENT OF NON-COLLUSION (To be completed by each Bidder) In accordance with Section 103-d General Municipal Law, effective September 1, 1966, every bid or proposal hereafter made to a political subdivision of the State of any public department, agency, or official thereof or to a fore district or any agency or official thereof for work or services performed or to be performed or goods sold or to be sold, shall contain the following statement subscribed to by the bidder and affirmed by such bidder as true under the penalties of perjury; non-collusive bidding certification. A. By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each parry 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 Fnwk QVcfemd of the (Name of signatory) ras. H. GXTM & SOM, Inc. Be authorized to sign and submit the bid (Name of Corporation) Type II Micro-Surfacing Item# 7 Calendar Year 2014-15 Or proposal of this corporation for the following Project: Item#7 TYPE "Il" MICRO-SURFACING Peconic Lane, Peconic,New York 11958 and to include in such bid or proposal the certificate as to non-collusion required by section one- hundred-three-d (103-d) of the General Municipal Law as the act and deed of such corporation, and for any inaccuracies or miss-statements in such certificate this corporate bidder shall be liable under the penalties of perjury. The foregoing is true and correct copy of the resolution adopted by T7M• H..G rrM & SOM, Inc. corporation at a meeting of the Board of Directors, held on the 13th day of May _' 2014 (SEAL OF THE CORPORATION) Laws of New York, 1965 Ch. 751, Sec. 103-d, as amended& /L effective on September 1, 1965. Sfgnatuk Flwk Capcfaxi, Presides*_ Liberty THE OHIO CASUALTY INSURANCE COMPANY MU.,a. FINANCIAL STATEMENT—DECEMBER 31,2013 SURETY Assets Liabilities Cash and Bank Deposits......................................... $46,964,847 Unearned Premiums................................................ $950,468,970 *Bonds—U.S Government..................................... 540,744,808 Reserve for Claims and Claims Expense................ 2,768,804,762 *Other Bonds............................................................ 3,007,256,906 Funds Held Under Reinsurance Treaties................. 0 Reserve for Dividends to Policyholders.................. 196,198 *Stocks..................................................................... 483,417,169 Additional Statutory Reserve.................................. 0 Real Estate.............................................................. 26,823,784 Reserve for Commissions,Taxes and Agents'Balances or Uncollected Premiums........... 763,252,695 Other Liabilities................................................ 536,009,637 Accrued Interest and Rents..................................... 33,017,928 Total.............................................................$4,255,479,567 Other Admitted Assets............................................ 738,119,911 Special Surplus Funds................. $ 8,909,896 Capital Stock............................... 4,500,000 Paid in Surplus............................ 738,183,897 Unassigned Surplus..................... 632,524,688 Total Admitted Assets..................................... $5 639 59R 04R Surplus to Policyholders............................... 1,384,118,481 Total Liabilities and Surplus................................$4.639 04R PSV INSUq Bonds are stated at amortized or investment value;Stocks at Association Market Values. 1919 3 The foregoing financial information is taken from The Ohio Casualty Insurance Company's financial y�y�yAM�F� statement filed with the state of Ohio Department of Insurance. 1,TIM MIKOLAJEWSKI,Assistant Secretary of The Ohio Casualty Insurance Company,do hereby certify that the foregoing is a true,and correct statement of the Assets and Liabilities of said Corporation,as of December 31,2013,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 20th day of March,2013. Assistant Secretary S-12620CIC/a 4/13 ASPHALT PAV/NG SYSTEMS P. O . Box 530 • Hammonton NJ 00037 Phone ( 609 ) 561-4161 • Fax ( 609 ) 561- 0920 May 29, 2014 Thos. H. Gannon &Sons, Inc. 372 Middle Country Rd Middle Island, NY 11953 Attn: Rob Hamilton RE: Town of Southold For the Purchase&Application of Asphalt Road Materials Polymer Modified Emulsified Asphalt Pavement—Type II Micro-Surfacing Gentlemen: As an approved supplier of Asphalt Emulsions for the states of New York, New Jersey, Pennsylvania, Delaware and Maryland,we will provide the Asphalt Emulsion needs as specified by the Town of Southold Specifications. We can provide both timely deliveries and specified material for this project. Very truly yours, ASPHALT PAVING SYSTEMS, INC. Robert Bevilacqua Project Manager RB/Id NEW YORK STATE DEPARTMENT OF TRANSPORTATION MATERIALS BUREAU TYPE II MICRO-SURFACING MIXTURE DESIGN FORM IX DESIGN No. GGREGATE: p % TYPE 2 AGGREGATE GRADATION ULSION: ,s ESIDUAL ASPHALT: t.3 % 100 POLYMER MODIFIER: -3,;t % 90 IELD CONTROL ADDITIVE: As Nefo % 80 (NERAL FILLER: % e 70 ATER: ,A 5 Al E f-P % a 60 FIC VOLUME: <or>4000 « 50 c 40 AGGREGATE a 30 RCE No.i BLEND%: 80URCE No.6 BLEND X: QQ 10 GRADATION SIEVE % SPECIFICATION �• 5 0. SIZE PASSING min-max Sieve sizes Raised to 0.45(mm) 9.5 mm loo 100 4.75 nun 9 90-100 2.36 mm 77 66-90 ASPHALT EMULSION 1.18 mm slt 45-70' RCE: Ec� 600 pm 3 30-60 kAL•T �J 1 S STe-V-jS-I r\ 300 pm o26 18-30 Eftsictue After Distills n: I CS % 150 pm / 10-21 TESTS ON RESIDUE 75 pm 19 1 6-20 oftenln Point AASHTO T63) /¢! C D EQUIVALENCY 81 1 °/6 enetratlon at 25C(AASHTO T49) 6$ dmm MINERAL FILLER I MIX DESIGN TEST RESULTS p TYPE: SOURCE: Cohesion 30 minutes /$ kg-cm la QTL,t Aw CE M E I Z Ess Qoc ISSA TS 139) 60 minutes .24 kg-cm FSSA ck Abrasion Loss 1 hour soak 17 g1MA2 FIELD CONTROL ADDITIVE B 100 6 d soak t 2 m"2 E7=p, SOURCE: e ISSA TB 113E�� IRgS aio sec.V. Aim MA cation Compatibility(ISSA TB 144) I( Points pping(ISSA TO 114) S % POLYMER MODIFIER SYSTEM Wheal Test Excess As halt 39 m"2 RODUCT: =SOURCE':, B 108 Lateral Dht lacement .3 % l) (� I( A PA d B 147A 1861000 Iles a.O TESTING PERFORMED BY: rPAN7YNAME' A=PANY NAME: ADDRESS: I6.foZ S. �Lk AwF- T csA o�{ '7'f X36— 8368 SUBMITTED FO APPROVAL BY: ADDRESS: GOWACT NAME: PHONE A FAX A: APPROVED: DAT Road Science"' Division of ArrMaa Custom Chemicals ua„o e,a Micro-Surfacing Mix Design Date: 9-May-2014 Contract: Agency: NYDOT Contractor: Asphalt Paving Systems Location: various Design No. DS14-0094NY-0025 Materials Aggregate 2014.0025 Source: Tilcon - Haverstraw Rock Type: - Type II Asphalt Emulsion Source: - Asphalt Paving Systems-Hammonton, NJ Grade: CSS-1H(Latex Modified) - MicroTekkTm Portland Cement(') Grade: Type I Set Control Additive Source: Road Science-MicroTekkTm Field Control Additive water[') Source: City of Tulsa, Ok. (1)Alternate sources of these material will be suitable in most cases. Aggregate Sieve Analysis with Filler NYDOT 2MS Stockpile Tolerance Sieve % Passing 1.0% Min Max Min Max 1/2"(12.5mm) 100% 100% 100% 100% 100% 100% 3/8"(9.5mm) 100% 100% 100% 100% 100% 100% #4(4.75mm) 99% 99% 90% 100% 94% 100% #8(2.36mm) 77% 77% 65% 90% 72% 82% #16(1.18mm) 54% 54% 45% 70% 49% 59% #30(600µm) 39% 39% 30% 50% 34% 44% #50(300µm) 25% 26% 18% 30% 21% 29% #100(150pm) 14% 15% 10% 21% 11% 17% #200(75µm) 7% 8% 5% 20% 5% 9% Specification Test Method Results Min Max Sand Equivalence: 81 65% - AASHTO T 176 Methylene Blue: 10 - - AASHTO T 330 6502 South Yale Avenue•Tulsa,Oklahoma 74136-8368•Tel:918.960.3800•Fax:918.960.3900•www.roadscience.net Road Science—,Division of ArrMaz Custom Chemicals Road Science:' Division of AnrMaz Custom Chemicals ..pro eu 2014.0025 DS14-0094NY-0025 Field Simulation Tests Specification Test Method Results Min. Max. Trial Mix 25°C 210 120 sec - ISSA TB 113 Wet 30 min 18 12 kg-cm - ISSA TB 139 Cohesion: 60 min 26 20 kg cm - 1 hr soak 50 g/ft2 Wet Track: 17 - 538 /m2 ISSA TB 100 6 day soak 75g/ft2 62 - 807 /m2 Classification: Schulze-Breuer- ISSA TB 144 Ruck 11 11 Points - Excess Asphalt by Sand 39 - 50 g ISSA TB 109 Loaded Adhesion (538 g/m2) Wheel Track: Lateral 2.3 c Displacement - 5.0% ISSA TB 147 Specific Gravity 2.08 - 2.10 Boiling Water Stripping: Pass 90% - ISSA TB 114 6502 South Yale Avenue•Tulsa,Oklahoma 74136-8368 a Tel:918.960.3800 a Fax:918.960.3900 a www.Toadscience.net Road Science"",Division of ArrMaz Custom Chemicals Road Science'" Division of ArrMaz Custom Chemicals �+•o•+r 2014.0025 DS14-00"NY-0025 Job Mix Formula Design Minimum Maximum Mineral Filler 1.00% 0.50% 1.50% Total Water 9.5% 9.0% 12.0% Field Control Additive(5) 0.0% 0.0% 1.00% Modified Asphalt Emulsion 12.5% 12.0% 13.0% Residual Content of Emulsion 65.0% 62% 1 - Residual Asphalt in Mix 8.1% 7.8% 8.5% (5)Field control additive is only used if the mix is setting too fast due to temperatures. At 100°F,additive will be needed to achieve 120 seconds mix time. Test data reported herein have been secured by reliable testing procedures. As we have no knowledge of, or control over, the conditions that may affect the use of the materials from which the samples were taken,we assume no responsibility in furnishing these data other than to warrant they represent reliable measurement of the properties of the sample tested. Digitally signed by Pat Pat Denney p1J:cn=Pat Denney,o,ou, email�pdenney®roadscie De n n e ncellc.com,c--USy Date:2014AS.0908:1704 Signed -05'00' Pat Denney Microsurfacing Lab. Mgr. 6502 South Yale Avenue•Tulsa,Oklahoma 74136-8368•Tel:918.960.3800 Fax:918.960.3900•www.roadscience.net Road Science"`,Division of ArrMaz Custom Chemicals CSS-Ihp: ASPHALT PA'V'ING SYSTEMS, INC. ASPHALT PAVING SYSTEMS PRODUCT: ,c-ss—j.N P m TANK NO. 3 READING AVENUE TBRMIIdAL: i¢kIIuIONTON QUAN11TY.3q oo a HAMMONTON,M 08037 DATB IN: 5t 9'ti SAMPLED BY: 609-561-4161 DATE TESTED: "t LOT NUMBER 1 TEST ANALYSIS OF EMULSERMD ASPHALT TAT RESULTS SPEC Particle charge # Positive V u*A Sa It F�croi 25C sec. 100 Stora a Stabili test,24 hr. %Note 2 • 1.0, Sieve Test •/ - 06 0.1 Distillation:Sto -- Asphalt. t by mass 62+ TEST ON MMUN FROM DISTMLATION Penetmdon,25C . 100 gn 5 sec. 6 9 40. 90 Dmpwty at 25C elm Scmhnina cm 40+ Ring atnd Rall Point 140F+ Absolate at 60C .140 30 cm Poises Bsoa t 9000+ Soinbilt . .. p6mut Note 2: Thirtest representatiive samples is waived If 8 --allutswon of the material-has best kMel v d In the field. Note 3:AASUTO.T-S9 nsoMed to maintalu a 17CSC±.5.5C(350F+101)maximum temperature . for 15 minutes. Use.stn ASTM 16C thermometer to monitor the tempamturo of the . emulsion I hweby oertify that thaso'rosults obtained by the currant Test M thods are aomrata for tho samplo takcn: s4aataro: Titio: Daft: �• i3 i�' A Listed below are five completed Microsurfacing projects with square yardage,contact information and location.These projects used the same emulsion and mix design as indicated in the bid documents. Town Of Brookhaven 1140 Old Town Road Coram, NY 11727 Dan Losquadro 631-451-9200 2013 Purchase Order Total Yardage: 377,688 Square Yards Completed October 2013 All roads located in Patchogue, NY 11772: Martha Ave Amsterdam Ave Americus Ave Narragansett Ave Columbus Ave Lenox Ave Donegan Ave Scherger Ave Taylor Ave Lousie Ave Meade Ave Provost Ave Macdonald Ave Atlantic Ave Bourdois Ave Brookhaven Ave Weaver Ave Davidson Ave Ecke Ave Hoffman Ave Doane Ave Stanley St Patchogue Ave All roads located in Middle Island, NY 11953 Adams Lane Baldwin Lane Barbara Lane Cedar Lane Central Parkway Daniel Lane Dunbar Ave Ethel Lane Flores Lane Gray Ave Maple Lane Park Lane Pine Grove Ave Robeson Place Rose Ct Rose Lane Seymour Lane Shirley Lane Smith Lane Sweezy Lane West Lane Road located in Manorville,NY 11949 Chapman Blvd. Town of Smithtown 758 Smithtown By-pass Smithtown, NY 11787 Glenn Jorgensen 631-360-7500 2013 Purchase Order Total Yardage: 111,098 Square Yards Completed August 2013 All roads located in East Commack NY, 11725 Walter Ct Astor Ct Magnolia Ct Verbena Dr Mayfair Ter Tulip La Iris La Hyacinth La Orchid La Peony La Zinnia Ct Violet La Shirley Ct Fern Dr Poppy La Daisy La Gardenia Dr Laurel La Dahlia Ct Susan Ct Town of Babylon Dept. Public Works 1023 N. Indiana Ave Lindenhurst, NY 11757 Thomas Stay 631-957-3000 2013 Purchase Order Total Yardage: 55,130 Square Yards Completed July 2013 All roads located in West Babylon, NY 11704 Dutchess St Columbia St Pitcher St Zack St Rockland Ave Oswego PI Cortland St Broom St Yates Ave Putnam Ave Ulster Ave Saratoga Ave Genoa PI Eyre PI Albany Ave Parking lot located in Oak Island, NY 11702 Oak Island Parking Lot Village of Sag Harbor P.O. Box 660 Sag Harbor,NY 11963 Dee Yardley 631-725-0107 2013 Purchase Order Total Yardage: 57,539 Square Yards Completed October 2013 All roads located in Sag Harbor, NY 11953 Bayview Ave Howard St Spring St Meadow St Rose St Havens Beach Bay St Denison Rd Redwood Rd Montauk Ave Grand St Jesse Halsey Ln Green St High St Franklin Ave Prospect Ave Suffolk St Cross St Yacht Club Parking Lot Rector St Nassau County DPW 1194 Prospect Ave Westbury NY, 11590 Richard Millet 516-571-9608 2013 Purchase Order Total Yardage:94,152 Square Yards Completed June 2013 Lot located in Lido Beach NY, 11561 Nickerson Beach Parking Lot Type II Micro-Surfacing Item# 7 Calendar Year 2014-15 ITEM NO, 7 SPECIFICATIONS FOR THE PURCHASE & APPLICATION OF ASPHALT ROAD MATERIALS POLYMER MODIFIED EMULSIFIED ASPHALT PAVEMENT TYPE II MICRO - SURFACING NOTE: THE TOWN OF SOUTHOLD WILL ALSO REQUIRE +/- 309000 SQUARE YARDS (more or less as may be needed) OF PAVEMENT TO BE APPLIED ON FISHERS ISLAND. THE CONTRACTOR SHALL BE REQURIED TO NOTIFY EACH RESIDENT AT LEAST 24 HOURS PRIOR TO ANY WORK ON TOWN ROADS. RESIDENTS MUST BE RE- NOTIFIED AFTER DELAYS DUE TO INCLEMENT WEATHER OR JOB OPERATIONS. Type II Micro-Surfacing Item# 7 Calendar Year 2014-15 INSTRUCTIONS TO BIDDERS A. PROPOSALS Proposals must be made in strict accordance with the "Proposal Form" provided. The Proposal form shall not be detached from the bid package. Failure to comply with this requirement will constitute grounds for rejection of the bid subject to the digression of the Highway Superintendent. Any and all exceptions to the specifications shall be listed on a separate sheet bearing the designation: 'Exceptions to the Specifications", and attached to the Bid Form. Each proposal must be signed in writing with the full name and address of bidder. The bidders shall write in ink, both in words&numerals, the price for which he proposed to furnish all materials, plant, equipment, tools, shoring or bracing, or other facilities, &to perform all labor and services necessary for the proper completion of the work in strict accordance with the plans and specifications, and subject at all times to the approval of the Highway Superintendent. Proposals, together with the entire bid package, shall be delivered enclosed in an opaque sealed envelope and shall be addressed as indicated on Invitation to Bid. The envelope shall be marked "Proposal" bearing the title of work and the Bidders Name. Bidders may bid on one or any combination of items listed on the proposal sheet. No proposal shall be considered which has not been received by the Southold Town Clerk prior to the hour and date stated. B. PROPOSAL GUARANTY A proposal will not be accepted or considered unless accompanied by a guaranty in the form of a bid bond or certified check in the amount of one hundred($100) dollars payable to the Town of Southold. As soon as the proposal prices have been compared, the Owner shall return the bidder's bond or the certified checks accompanying such proposals as, in his judgment, would not likely be involved in making the award. All other proposal quantities will be held until the contract and contract bond have been executed after which they will be released or returned to the respective bidders whose proposals they accor0panied. C. OMISSIONS AND DISCREPANCIES Bidders should carefully examine the specifications and fully inform .themselves of all conditions and matters which can in any way affect the work or the cost thereof. Should a bidder find discrepancies in or omissions from the specifications, or other documents or should he be in doubt as to their meaning, he should at once notify the Highway Superintendent who may issue a written instruction to all bidders. Type II Micro-Surfacing Item# 7 Calendar Year 2014-15 D. PUBLIC OPENING OF PROPOSALS Proposals will be opened and read publicly at the time and place indicated in the Invitation for Bids. Bidders, authorized agents, and other interested parties are invited to be present. E. AWARD OF CONTRACT Award of contract will be made as soon as practical. The Superintendent of Highways reserves the fight to make awards by items, or as a whole, or not at all, whichever the Superintendent deems to be in the best interest of the Town. A contract may be awarded to a responsible bidder other than the lowest money bidder, if it is in the best interest of the Town. No bid may be withdrawn after scheduled closing time for receipt of bids for a period of 45 days pending execution of a contract by successful bidder. The competency and responsibility of the bidder and his sub-contractors will be considered in making,the award. The Town reserves the right to waive any technical error,to accept any bid, or to reject any or all bids. The contract form will be a Standard form of Agreement between Owner and Contractor. The Town will either award the project or reject all proposals received within forty-five (45) days after formal opening of proposals. Acceptance of a proposal will be a written notice signed by the Town Clerk& no other act shall constitute the acceptance of a proposal. F. WITHDRAWALS OF PROPOSALS Any bidder upon his or her authorized representative's written request presented not later than the hour set for the opening thereof, will be given permission to withdraw his proposal. At the time of opening the proposals, when such proposals are reached, it will be returned to him unread. G. REJECTION OF PROPOSALS The Town reserves the right to waive any technical error and to reject any and/or all proposals. Without limiting the generality of the foregoing, any proposal which in incomplete, obscure, or irregular may be rejected; any proposal accompanied by an insufficient or irregular certified check or bidder's bond bay be rejected, any proposal having interlineations, erasure or corrections may be rejected. The Town also reserves the fight to reject any bid if the evidence submitted in the qualification statement or an investigation of such bidder fails to satisfy the Town that such bidder is property qualified to carry out the obligations of the contract and to complete the work contemplated therein. Conditional bids will not be accepted. H. PLANT & EQUIPMENT The bidder shall State in his bid that be has available or under his control, plant and equipment of the character and in the amount required to complete the proposed work within the specific time. Type II Micro-Surfacing Item# 7 Calendar Year 2014-15 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 2014-15 INSURANCE REQUIREMENTS The Contractor shall not commence any work until he has obtained, and had approved by the Town of Southold, all of the insurance that is required under this contract which has been enumerated herein: COMPENSATION INSURANCE: Public Liability and Property Damage Insurance Contractor's Protective Liability and Property Damage Insurance Owner's Protective Public Liability and Property Damage Insurance The Contractor shall not permit any subcontractor to commence any operation of the site until satisfactory proof of carriage of the above required insurance has been posted with and approved by the Owner. Compensation Insurance: The Contractor shall take out and maintain during the life of this Contract, Workmen's Compensation Insurance for all his employees employed at the site of the project, and in case of any of the work being sublet, the Contractor shall require all subcontractors similarly to provide Workmen's Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. Public Liability and Property Damage Insurance: The Contractor shall take out and maintain during the life of this Contract such Public Liability and Property Damage Insurance as shall protect him and any subcontractor performing work covered by this Contract from claims for damages four personal injury including accidental death as well as from claims for property damage which may arise from operations under this Contract, whether such operations be by himself or by any subcontractor,to by anyone directly or indirectly employed by either of them, and the amounts of such insurance shall be as follows: Public Liability Insurance in an amount of not less than One Million Dollars ($1,000,000.00) for bodily injuries, including wrongful death to each person and subject to the same limit for each person in an amount not less that One Million Dollars. ($1,000,000.00) on account of each accident. Property Damage Insurance in an amount not less than One Million Dollars ($1,000,000.00) for damages on account of each accident and in an amount of not less than One Million Dollars ($1,000,000.00) for damages on account of all accidents. Liability and Property Damage Insurance: The above policies for Public Liability and Property Damage Insurance must be so written to include Contractor's Protective Liability and Property Damage insurance to protect the Contractor against claims arising from the operations of a subcontractor. The policies shall also name the Town of Southold as an additional insured. Owner's Protective Public Liability and Property Damage Insurance: The Contractor shall furnish to the Owner, with respect to the operations he or any of his subcontractors perform a regular Protective Public Liability Insurance Policy for, and in behalf of the Owner,providing Type II Micro-Surfacing Item# 7 Calendar Year 2014-15 for a limit of not less than One Million Dollars ($1,000,000.00) for all damages arising out of bodily injuries to, or death of, one person and subject to that limit for each person, a total limit of One Million Dollars ($1,000,000.00) for all damages arising out of bodily injuries to, or death of, two or more persons in any one accident; and regular Protective Property Damage Insurance providing for a limit of not less than One Million Dollars ($1,000,000.00) for damages arising out of injury to, or destruction of, property in any one accident and subject to that limit per accident, a total (or aggregate limit of Two Million Dollars ($ 2,000,000.00) for all damages arising out of injury to, or destruction of, property during the policy period. This insurance must fully cover the legal liability of the Owner. The coverage provided under his policy must not be affected if the Owner performs work in connection with the project either for or in cooperation with the Contractor or as an aid thereto whether the same be a part of the Contract or separate therefrom, by means of its own employees or agents or if the Owner directs or supervises the work to be performed by the Contractor. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the Owner with certificates of each insurer insuring the Contractor of any subcontractor under this Contract except with respect to part D. As listed above. In respect to this paragraph, the Contractor shall furnish the Owner with the original insurance policy. Both certificates, as furnished, and the insurance policy, as required, shall bear the policy numbers, the expiration date of the policy and the limits of liability there under. Both the certificates and the policy shall be endorsed to provide the Owner with any notice of cancellation or non-renewal. Type II Micro-Surfacing Item# 7 Calendar Year 2014-15 PROPOSAL FORM DATE: Y 29, 2014 NAME OF BIDDER: Zhcs. H. Gamrn & Sim, D-C. 1O BoK 505, 372 Middle Cbixrtzy Rd., AtUe Island, NY 11953 TO: SOUTHOLD TOWN BOARD NOTE: All items listed herein must TOWN HALL be bid. Failure to bid any PO BOX 1179 item will be grounds for 53095 MAIN ROAD disqualification. SOUTHOLD,NEW YORK 11971 MEMBERS OF THE BOARD: The undersigned as bidder, declares that the only persons, company, or parties interested in this proposal as principals are named below; that this proposal is made without any connection, directly or indirectly with any other bidder for the same work; that it is in all respects fair and without collusion or fraud, and that no person acting for or employed by the aforementioned owner is or will be interested directly or indirectly, in the performance of the contract, or the supplies relating to it, or in any portion of the profit thereof; that he has carefully examined all project requirements, including bidding requirements, contract, general and special conditions, specifications, and addenda, if any(Note: acknowledgment of addenda and their dates must be included as indicated on bottom page);that he has satisfied himself by personal examination of the proposed work, and by such other means as he may have chosen, as to the conditions and requirements of the work; and he proposed and agrees that if his proposal be accepted he will contract to furnish all materials not provided by the Town(See Specifications) and to perform all the work required to construct, perform and complete the specified work; and that he will start the work as directed by the Town, he will accept, in full payment thereof as listed below: BID ON TYPE "Il" MICRO-SURFACING OF TOWN ROADS WITH POLYMER MODIFIED EMULSIFIED ASPHALT PAVEMENT IN ACCORDANCE WITH THE PROJECT REQUIREMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED CUMULATIVE"UNIT PRICE" OF: #11687 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 15th day of May, 2014. 74 ` Principal Clerk Sworn to before me this day of 2014. LEGAL NOTICE- NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN, in accordance with the provisions of Sec- tion 103 of the General Municipal Law, S"AVLINSKI that sealed bids are sought and request- NOTARY PUBLIC-STATE OF NEW YORK ed for furnishing and placing within the Town of Southold, the following road No. 01 VG61 05050 treatments: Qualified in Suffolk County 7.Type H Micro-Surfacing Specifications may be obtained at MY COfMMISsion Expires February 28, 2016 the Office of the Town Clerk,Town of Southold,Town Hall,53095 Main Road, Southold, New York 11971, Monday through Friday,8:00 am to 4:00 pm The sealed bids,together with a Non- Collusive Bid Certificate, and b mk dratYcerti5ed check,or bid bond in the amount of$100,00,will be received by the Town Clerk of the Town of Southold at the Southold Town Hall,PO Box 1179, 53095 Main Road,Southold,New York, until 2.00 P.M.,Thursday,May 29,2014, 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 infor- malities in any bid should it he deemed in the best interest of the Town of South- old to do so. All bids must be signed and sealed in envelopes plainly marked with the type of road treatment being bid on,and sub- mitted to the Office of the Town Clerk. The bid price shall not include any tax,federal,state,or local,from which the Town of Southold is exempt. Dated:May 6,2014 ELIZABETH A.NEVILLE SOUTHOLD TOWN CLERK 11687-1T 5/15 Type II Micro-Surfacing Item 4 7 Calendar Year 2014-15 ITEM NO, 7 SPECIFICATIONS FOR THE PURCHASE & APPLICATION OF ASPHALT ROAD MATERIALS POLYMER MODIFIED EMULSIFIED ASPHALT PAVEMENT TYPE II MICRO - SURFACING NOTE: THE TOWN OF SOUTHOLD WILL ALSO REQUIRE +/- 305000 SQUARE YARDS (more or less as may be needed) OF PAVEMENT TO BE APPLIED ON FISHERS ISLAND. THE CONTRACTOR SHALL BE REQURIED TO NOTIFY EACH RESIDENT AT LEAST 24 HOURS PRIOR TO ANY WORK ON TOWN ROADS. RESIDENTS MUST BE RE- NOTIFIED AFTER DELAYS DUE TO INCLEMENT WEATHER OR JOB OPERATIONS. Type Il Micro-Surfacing Item# 7 Calendar Year 2014-15 INSTRUCTIONS TO BIDDERS A. PROPOSALS Proposals must be made in strict accordance with the "Proposal Form" provided. The Proposal form shall not be detached from the bid package. Failure to comply with this requirement will constitute grounds for rejection of the bid subject to the digression of the Highway Superintendent. Any and all exceptions to the specifications shall be listed on a separate sheet bearing the designation: 'Exceptions to the Specifications", and attached to the Bid Form. Each proposal must be signed in writing with the full name and address of bidder. The bidders shall write in ink, both in words & numerals, the price for which he proposed to furnish all materials, plant, equipment, tools, shoring or bracing, or other facilities, & to perform all labor and services necessary for the proper completion of the work in strict accordance with the plans and specifications, and subject at all times to the approval of the Highway Superintendent. Proposals, together with the entire bid package, shall be delivered enclosed in an opaque sealed envelope and shall be addressed as indicated on Invitation to Bid. The envelope shall be marked "Proposal" bearing the title of work and the Bidders Name. Bidders may bid on one or any combination of items listed on the proposal sheet. No proposal shall be considered which has not been received by the Southold Town Clerk prior to the hour and date stated. B. PROPOSAL GUARANTY A proposal will not be accepted or considered unless accompanied by a guaranty in the form of a bid bond or certified check in the amount of one hundred ($100) dollars payable to the Town of Southold. As soon as the proposal prices have been compared, the Owner shall return the bidder's bond or the certified checks accompanying such proposals as, in his judgment, would not likely be involved in making the award. All other proposal quantities will be held until the contract and contract bond have been executed after which they will be released or returned to the respective bidders whose proposals they accor0panied. C. OMISSIONS AND DISCREPANCIES Bidders should carefully examine the specifications and fully inform .themselves of all conditions and matters which can in any way affect the work or the cost thereof. Should a bidder find discrepancies in or omissions from the specifications, or other documents or should he be in doubt as to their meaning, he should at once notify the Highway Superintendent who may issue a written instruction to all bidders. Type II Micro-Surfacing Item# 7 Calendar Year 2014-15 D. PUBLIC OPENING OF PROPOSALS Proposals will be opened and read publicly at the time and place indicated in the Invitation for Bids. Bidders, authorized agents, and other interested parties are invited to be present. E. AWARD OF CONTRACT Award of contract will be made as soon as practical. The Superintendent of Highways reserves the fight to make awards by items, or as a whole, or not at all, whichever the Superintendent deems to be in the best interest of the Town. A contract may be awarded to a responsible bidder other than the lowest money bidder, if it is in the best interest of the Town. No bid may be withdrawn after scheduled closing time for receipt of bids for a period of 45 days pending execution of a contract by successful bidder. The competency and responsibility of the bidder and his sub-contractors will be considered in making, the award. The Town reserves the right to waive any technical error, to accept any bid, or to reject any or all bids. The contract form will be a Standard form of Agreement between Owner and Contractor. The Town will either award the project or reject all proposals received within forty-five (45) days after formal opening of proposals. Acceptance of a proposal will be a written notice signed by the Town Clerk & no other act shall constitute the acceptance of a proposal. F. WITHDRAWALS OF PROPOSALS Any bidder upon his or her authorized representative's written request presented not later than the hour set for the opening thereof, will be given permission to withdraw his proposal. At the time of opening the proposals, when such proposals are reached, it will be returned to him unread. G. REJECTION OF PROPOSALS The Town reserves the right to waive any technical error and to reject any and/or all proposals. Without limiting the generality of the foregoing, any proposal which in incomplete, obscure, or irregular may be rejected; any proposal accompanied by an insufficient or irregular certified check or bidder's bond bay be rejected, any proposal having interlineations, erasure or corrections may be rejected. The Town also reserves the fight to reject any bid if the evidence submitted in the qualification statement or an investigation of such bidder fails to satisfy the Town that such bidder is property qualified to carry out the obligations of the contract and to complete the work contemplated therein. Conditional bids will not be accepted. H. PLANT & EQUIPMENT The bidder shall State in his bid that be has available or under his control, plant and equipment of the character and in the amount required to complete the proposed work within the specific time. Type II Micro-Surfacing Item # 7 Calendar Year 2014-15 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 2014-15 INSURANCE REQUIREMENTS The Contractor shall not commence any work until he has obtained, and had approved by the Town of Southold, all of the insurance that is required under this contract which has been enumerated herein: COMPENSATION INSURANCE: Public Liability and Property Damage Insurance Contractor's Protective Liability and Property Damage Insurance Owner's Protective Public Liability and Property Damage Insurance The Contractor shall not permit any subcontractor to commence any operation of the site until satisfactory proof of carriage of the above required insurance has been posted with and approved by the Owner. Compensation Insurance: The Contractor shall take out and maintain during the life of this Contract, Workmen's Compensation Insurance for all his employees employed at the site of the project, and in case of any of the work being sublet, the Contractor shall require all subcontractors similarly to provide Workmen's Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. Public Liability and Property Damage Insurance: The Contractor shall take out and maintain during the life of this Contract such Public Liability and Property Damage Insurance as shall protect him and any subcontractor performing work covered by this Contract from claims for damages four personal injury including accidental death as well as from claims for property damage which may arise from operations under this Contract, whether such operations be by himself or by any subcontractor, to by anyone directly or indirectly employed by either of them, and the amounts of such insurance shall be as follows: Public Liability Insurance in an amount of not less than One Million Dollars ($1,000,000.00) for bodily injuries, including wrongful death to each person and subject to the same limit for each person in an amount not less that One Million Dollars. ($1,000,000.00) on account of each accident. Property Damage Insurance in an amount not less than One Million Dollars ($1,000,000.00) for damages on account of each accident and in an amount of not less than One Million Dollars ($1,000,000.00) for damages on account of all accidents. Liability and Property Damage Insurance: The above policies for Public Liability and Property Damage Insurance must be so written to include Contractor's Protective Liability and Property Damage insurance to protect the Contractor against claims arising from the operations of a subcontractor. The policies shall also name the Town of Southold as an additional insured. Owner's Protective Public Liability and Property Damage Insurance: The Contractor shall furnish to the Owner, with respect to the operations he or any of his subcontractors perform a regular Protective Public Liability Insurance Policy for, and in behalf of the Owner, providing Type II Micro-Surfacing Item # 7 Calendar Year 2014-15 for a limit of not less than One Million Dollars ($1,000,000.00) for all damages arising out of bodily injuries to, or death of, one person and subject to that limit for each person, a total limit of One Million Dollars ($1,000,000.00) for all damages arising out of bodily injuries to, or death of, two or more persons in any one accident; and regular Protective Property Damage Insurance providing for a limit of not less than One Million Dollars ($1,000,000.00) for damages arising out of injury to, or destruction of, property in any one accident and subject to that limit per accident, a total (or aggregate limit of Two Million Dollars ($ 2,000,000.00) for all damages arising out of injury to, or destruction of, property during the policy period. This insurance must fully cover the legal liability of the Owner. The coverage provided under his policy must not be affected if the Owner performs work in connection with the project either for or in cooperation with the Contractor or as an aid thereto whether the same be a part of the Contract or separate therefrom, by means of its own employees or agents or if the Owner directs or supervises the work to be performed by the Contractor. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the Owner with certificates of each insurer insuring the Contractor of any subcontractor under this Contract except with respect to part D. As listed above. In respect to this paragraph, the Contractor shall furnish the Owner with the original insurance policy. Both certificates, as furnished, and the insurance policy, as required, shall bear the policy numbers, the expiration date of the policy and the limits of liability there under. Both the certificates and the policy shall be endorsed to provide the Owner with any notice of cancellation or non-renewal. Type II Micro-Surfacing Item # 7 Calendar Year 2014-15 PROPOSAL FORM DATE: NAME OF BIDDER: TO: SOUTHOLD TOWN BOARD NOTE: All items listed herein must TOWN HALL be bid. Failure to bid any PO BOX 1179 item will be grounds for 53095 MAIN ROAD disqualification. SOUTHOLD, NEW YORK 11971 MEMBERS OF THE BOARD: The undersigned as bidder, declares that the only persons, company, or parties interested in this proposal as principals are named below; that this proposal is made without any connection, directly or indirectly with any other bidder for the same work; that it is in all respects fair and without collusion or fraud, and that no person acting for or employed by the aforementioned owner is or will be interested directly or indirectly, in the performance of the contract, or the supplies relating to it, or in any portion of the profit thereof, that he has carefully examined all project requirements, including bidding requirements, contract, general and special conditions, specifications, and addenda, if any (Note: acknowledgment of addenda and their dates must be included as indicated on bottom page); that he has satisfied himself by personal examination of the proposed work, and by such other means as he may have chosen, as to the conditions and requirements of the work; and he proposed and agrees that if his proposal be accepted he will contract to furnish all materials not provided by the Town (See Specifications) and to perform all the work required to construct, perform and complete the specified work; and that he will start the work as directed by the Town, he will accept, in full payment thereof as listed below: BID ON TYPE "Il" MICRO-SURFACING OF TOWN ROADS WITH POLYMER MODIFIED EMULSIFIED ASPHALT PAVEMENT IN ACCORDANCE WITH THE PROJECT REQUIREMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED CUMULATIVE"UNIT PRICE" OF: Type I1 Micro-Surfacing Item # 7 Calendar Year 2014-15 Option #1 * Rate of Application. The Micro-Surfacing mixture shall be of proper consistency at all times so as to provide an application rate of: FIRST COAT: 13 lbs/Sq. Yd, SECOND COAT: 17 lbs/Sq. Yd. TYPE II MICRO-SURFACING TRUING & LEVELING (Type 5 - Shim) (written in words) Per Sq. Yd. (written in words) Per Ton (written in numbers) Per Sq. Yd. (written in numbers) Per Ton Option #2 ** Rate of Application. The Micro-Surfacing mixture shall be of proper consistency at all times so as to provide an application rate of. 20-22 lbs/Sq. Yd. TYPE I1 MICRO-SURFACING TRUING & LEVELING (Type 5 - Shim) (written in words) Per Sq. Yd. (written in words) Per Ton (written in numbers) Per Sq. Yd. (written in numbers) Per Ton Type II Micro-Surfacing Item # 7 Calendar Year 2014-15 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 2014-15 1. DESCRIPTION Bids are requested for the purchase and application of a Polymer Modified Asphalt Pavement Course to fill ruts or provide a wearing course for the existing pavement. The paving material shall be "Macroseal" or approved equal. The surface shall provide a dense smooth topping free of ravels and blemishes. It shall fill minor depressions, cracks and voids, and be non-bleeding. The mixture shall consist of a polymer modified cationic asphalt emulsion, mineral aggregate, mineral and field control additives and water. The mixture shall be properly proportioned, mixed and spread on the paved surface in accordance with this specification and as directed by the engineer. The contractor shall also be required to provide & place quantities of Schim Mix Asphalt ("Type 5") as needed and directed by the Superintendent of Highways, The attention of the bidder is specifically called to the fact that the quantities specified herein are considered an estimate only and may not be the quantity of material that will actually be required by the Town for the calendar year. 2. MATERIALS Emulsified Asphalt. The emulsified Asphalt shall be a quick-set polymer modified CSS-1H emulsion and shall conform to the requirements specified in AASHTO M208 and ASTM D2397. The polymer material shall be milled or blended into the asphalt or blended into the emulsifier solution prior to the emulsification process. The Emulsified Asphalt shall be produced by an approved materials manufacturing company capable of manufacturing a Micro- Surfacing Emulsion (MSE) meeting the following requirements. When tested, the Micro-Surfacing Emulsion (MSE) shall meet the requirements of AASHTO M208 and ASTM D2397 for CSS-1H plus the following: Test Quality Specification AASHTO T59 Residue after 62% Min. SDTM F244 Distillation * The temperature for this test should be held below 280 F (138 Q. Tests on Residue AASJTP T59 Softening Point 135°F (57°C) min ASTM D36 AASHTO T49 Penetration at 40 - 90 ASTM D36 77°F (25°C) ASTM 2170 Kenematic Vis 650 cSt/sec, min. @ 275°F (135°C) Each load of emulsified asphalt shall be accompanied with a certificate of analysis/compliance to assure that it is the same as that used in the mix design. Aggregate. The Type 11 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 2014-15 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. Grading. When tested in accordance to AASHTO T27 - (ASTM C136) and AASIiTO T11 - (ASTM C117), the target mix design or aggregate gradation shall meet the following: Type II Aggregate Sieve Size Percent Passing Sieve Size Percent Passing 3/8" 100 #30 30 - 50 (+/- 5%) #4 90 - 100 (+/- 5%) #50 18 - 30 (+/- 4%) #8 65-90 (+/-5%) #100 10 - 21 (+/- 3%) #16 45-70 (+/-5%) #200 5 - 15 (+/- 2%) Water. The water shall be potable and shall be free of harmful soluble salts. Polymer Modifier. The Polymer Modifier shall be milled into the asphalt emulsion. The emulsified asphalt shall be so formulated that when the paving mixture is applied at a thickness of three eighths (3/8) inch with the relative humidity at not more than 50 % and the ambient air temperature of at least 75 degrees F., the material will cure sufficiently so that rolling traffic can be allowed in one (1) hour with no damage to the surface, as verified by the engineer. Mineral Filler. The mineral filler shall be any recognized brand of non-air entrained portland cement or hydrated lime that is free from lumps. The type and amount of mineral tiller 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 Il Micro-Surfacing Item # 7 Calendar Year 2014-15 3. GENERAL REQUIREMENTS: Truing & Leveling with Bituminous Asphalt Concrete. The pavement shall be equal to NYSDOT-Type 5 Shim and shall be applied at the discretion of the Highway Superintendent. Bituminous pavers shall be self-powered units, provided with an activated screed or strike-off assembly. The machine shall be capable of spreading and finishing courses of bituminous plant mix material in lane widths up to twelve (12') feet or thickness up to four (4") inches as may be specified by the Highway Superintendent. All existing pavement surfaces where Schim Mix Asphalt Concrete work is required shall be fog sealed with RC 250 at 0.10 gallons per Square Yard prior to placement of pavement. After placement, the Asphalt Concrete Materials shall be thoroughly and uniformly compacted with an approved vibrator type or static steel wheel roller conforming to section 401-3.12 of the NYSDOT construction manual to obtain a thoroughly compacted pavement. Mix Design. Before the work commences, the contractor shall submit a signed mix design report covering the specific materials to be used on the project. This design shall be performed by the emulsion producer. Once the materials are approved, no substitutions will be permitted unless first tested and approved by the emulsion producer and the engineer. The materials manufacturer shall develop the job mix design and present certified test results for the engineer's approval. Compatibility of the aggregate and the emulsion shall be verified by the mix design. The job mix formula shall provide a minimum Marshall stability of 1,800 pounds and a flow of 6 to 18 units when tested according to the ASTM 1559 or AASHTO 2450 procedure. All component materials used in the mix design shall be representative of'the materials proposed by the contractor for use on the project. Specifications. The engineer shall approve the design mix and all Micro-Surfacing materials and methods prior to use. The component materials shall be within the following limits. Residual Asphalt - 5% to 9% by dry weight of aggregate Mineral Additive - 0.5%to 3% by dry weight of aggregate Polymer Based Modifier - minimum 3% solids based on bitumen weight content Field Control Additive - As needed to provide specified properties Water - As needed to provide proper consistency * Rate of Application. The Micro-Surfacing mixture shall be of proper consistency at all times so as to provide an application rate of. FIRST COAT: 13 lbs/Sq. Yd, SECOND COAT: 17 lbs/Sq. Yd. ** Rate of Application. The Micro-Surfacing mixture shall be of proper consistency at all times so as to provide an application rate of: 20-22 lbs/Sq. Yd. Type II Micro-Surfacing Item 4 7 Calendar Year 2014-15 Equipment. All equipment, tools and machines used in the performance of this work shall be maintained in satisfactory working order at all times. Descriptive information of the mixing and application equipment to be used shall be submitted for approval not less than 10 days before work starts. (a.) Mixing Equipment - The material shall be mixed by a mixing machine which shall be a continuous-flow mixing unit able to accurately deliver and proportion the aggregate, emulsified asphalt, mineral filler, field control additive and water to a revolving multi-blade mixer and discharge the thoroughly mixed product on a continuous basis. The machine shall have sufficient storage capacity for aggregate, emulsified asphalt, mineral filler, field control additive and water, to maintain an adequate supply to the proportioning controls. (b.) Proportioning Devices - Individual volume or weight controls for proportioning each material to be added to the mix shall be provided. Each material control device shall be so calibrated and properly marked. They shall be accessible for ready calibration and to be equipped with a revolution counter or similar device so that the engineer may determine the amount of each material used at any time. (c.) Emulsion Pump - The emulsion pump shall be a heated positive displacement type. (d.) Spreading Equipment - The paving mixture shall be spread uniformly by means of a mechanical type squeegee box, equipped with paddles to agitate and spread the materials throughout the box. The equipment shall provide sufficient turbulence to prevent the mix from setting in the box or causing excessive side build-up or lumps. Flexible seals shall be in contact with the mad surface to prevent loss of mixture from the box. The rear seal shall act as a final strike off and shall be adjustable. The contractor shall operate the spreading equipment in such a manner to prevent the loss of the mixture on super-elevated curves. The mixture shall be spread to fill cracks and minor surface irregularities and leave a uniform skid-resistant surface without causing skips, lumps or tears in the finished surface. (e.) Auxiliary Equipment - Other tools or equipment such as brushes, hand squeegees, hose equipment, tank truck water distributors and flushers, power blowers, barricades, etc., shall be provided as required. Machine Calibration. Each mixing unit to be used in the performance of the work shall be calibrated in the presence of the engineer prior to construction, or previous calibration documentation covering the exact materials to be used may be acceptable provided they were made during the current calendar year. Weather Limitations. The material shall be spread only when: 1. The road surface and atmospheric temperatures are at least 45 degrees F. and rising. 2. The weather is not foggy or rainy. 3 There is no forecast of temperatures below 32 degrees F. within 48 hours from the time of placement of the mixture. Type Il Micro-Surfacing Item # 7 Calendar Year 2014-15 Surface Preparations. The area to be surfaced shall be thoroughly cleaned of vegetation, loose aggregate, dirt, grease, oil or any type of objectionable surface film. Manholes, valve boxes and other service entrances shall be protected from the surfacing material. Stockpiles. Precautions shall be taken to insure that stockpiles do not become contaminated. Stockpiles shall be kept in areas that drain readily. Application. The surface shall be pre-wetted by fogging ahead of the spreader box. The entire surface should be damp with no apparent flowing water in front of the box. The surfacing mixture shall be of the desired consistency upon leaving the mixer and no additional materials should be added. A sufficient amount of material shall be carried in all parts of the spreader at all times so that a complete coverage is obtained. Overloading of the spreader box should be avoided. No lumping, bailing, or unmixed aggregate shall be permitted. No streaks, such as those caused by oversized aggregate, will be left in the finished surface. If excess oversize develops, the job will be stopped until the contractor proves to the engineer that the situation has been corrected. No excess build-up, uncovered areas or unsightly appearances shall be permitted on longitudinal or transverse joints. The contractor shall provide suitable width spreading equipment to produce a minimum number of joints. The finished surface shall present a uniform and skid resistant texture satisfactory to the engineer. Areas which cannot be reached with the mixing machine shall be surfaced using hand squeegees to provide complete and uniform coverage. The area to be hand-worked shall be lightly dampened prior to the mix placement. Care shall be exercised to leave no unsightly appearance from hand-work. Quality Control. The contractor shall be responsible for any and all fees relating to materials testing. The contractor will permit the engineer to take samples of the aggregate and asphalt emulsion to be used in the project at the engineer's discretion. Gradation and sand equivalent tests may be run on the aggregate and residual asphalt tests on the emulsion. Test results will be compared to the specifications. Samples of the mixture could be taken as often as two (2) times each day. Consistency and residual asphalt content tests may be made on the samples and compared to the specifications. The contractor will be notified immediately if any test fails to meet the specifications. If any two successive tests on the material fail, the job shall be stopped. If any two successive tests on the mix from the same machine fail, the use of that machine will be suspended. Traffic Maintenance. The contractor shall be responsible for providing maintenance and protection of vehicular and pedestrian traffic associated with this work. Opening to traffic does not constitute acceptance of the work. The contractor shall also be responsible for providing all signage and traffic control during this work. Method of Payment. The quantity to be paid for under this item shall be the number of square yards of pavement covered in accordance with the specification. Qualifications. The contractor shall have or be associated with a company that has a minimum of three years experience in the application of micro-surfacing material. In order to insure the efficient application of the product, the contractor must own or show the ability to rent and Type II Micro-Surfacing Item # 7 Calendar Year 2014-15 maintain a minimum of two mixing units capable of meeting the minimum requirements set forth in these specifications. Submittals. The contractor shall be required to submit the following information with his bid: A letter of availability from the intended MSE supplier. A certified mix design from the materials manufacturer. A typical analysis of Macroseal Emulsion or approved equal. A list of at least (5) micro-surfacing projects which used the same emulsion and design mix indicated in the bid documents. These projects must have been completed within the last three years and the list must include the locations, amount of square yards applied and a reference name and telephone number. * Note: Any and all exceptions or substitutions to the specifications contained herein must be listed separately and included within the contractors formal bid proposal. END OF SPECIFICATION: Type I1 Micro-Surfacing Item # 7 Calendar Year 2014-15 STATEMENT OF NON-COLLUSION (To be completed by each Bidder) In accordance with Section 103-d General Municipal Law, effective September 1, 1966, every bid or proposal hereafter made to a political subdivision of the State of any public department, agency, or official thereof or to a fore district or any agency or official thereof for work or services performed or to be performed or goods sold or to be sold, shall contain the following statement subscribed to by the bidder and affirmed by such bidder as true under the penalties of perjury; non-collusive bidding certification. A. By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief: (1) The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or any competitor. (2) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor. (3) No attempt has been made or will be made by the bidder to induce any other person, partnership, or corporation to submit or not to submit a bid for the purpose of restricting competition. B. The person signing this bid or proposal certifies that he has fully informed himself regarding the accuracy of the statements contained in this certification, and under the statements contained in this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being applicable to the bidder, as well as the person signing in its behalf. C. That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signature of this bid or proposal on behalf of the corporate bidder. RESOLUTION Resolved that of the (Name of signatory) Be authorized to sign and submit the bid (Name of Corporation) Type II Micro-Surfacing Item # 7 Calendar Year 2014-15 Or proposal of this corporation for the following Project: Item #7 TYPE "Il" MICRO-SURFACING Peconic Lane, Peconic, New York 11958 and to include in such bid or proposal the certificate as to non-collusion required by section one- hundred-three-d (103-d) of the General Municipal Law as the act and deed of such corporation, and for any inaccuracies or miss-statements in such certificate this corporate bidder shall be liable under the penalties of perjury. The foregoing is true and correct copy of the resolution adopted by corporation at a meeting of the Board of Directors, held on the day of , 20 (SEAL OF THE CORPORATION) Laws of New York, 1965 Ch. 751, Sec. 103-d, as amended & effective on September 1, 1965. Signature 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. h 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 marked "Proposal" bearing the title of work and the Bidders Name. Bidders may bid on one or any combination of items listed on the proposal sheet. No proposal shall be considered which has not been received by the Southold Town Clerk prior to the hour and date stated. B. PROPOSAL GUARANTY A proposal will not be accepted or considered unless accompanied by a guaranty in the form of a bid bond or certified check in the amount of one hundred ($100) dollars payable to the Town of Southold. As soon as the proposal prices have been compared, the Owner shall return the bidder's bond or the certified checks accompanying such proposals as, in his judgment, would not likely be involved in making the award. All other proposal quantities will be held until the contract and contract bond have been executed after which they will be released or returned to the respective bidders whose proposals they accor0panied. C. OMISSIONS AND DISCREPANCIES Bidders should carefully examine the specifications and fully inform .themselves of all conditions and matters which can in any way affect the work or the cost thereof. Should a bidder find discrepancies in or omissions from the specifications, or other documents or should he be in doubt as to their meaning, he should at once notify the Highway Superintendent who may issue a written instruction to all bidders. Type II Micro-Surfacing Item# 7 Calendar Year 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 formal opening of proposals. Acceptance of a proposal will be a written notice signed by the Town Clerk& no other act shall constitute the acceptance of a proposal. F. WITHDRAWALS OF PROPOSALS Any bidder upon his or her authorized representative's written request presented not later than the hour set for the opening thereof, will be given permission to withdraw his proposal. At the time of opening the proposals, when such proposals are reached, it will be returned to him unread. G. REJECTION OF PROPOSALS The Town reserves the right to waive any technical error and to reject any and/or all proposals. Without limiting the generality of the foregoing, any proposal which in incomplete, obscure, or irregular may be rejected; any proposal accompanied by an insufficient or irregular certified check or bidder's bond bay be rejected, any proposal having interlineations, erasure or corrections may be rejected. The Town also reserves the fight to reject any bid if the evidence submitted in the qualification statement or an investigation of such bidder fails to satisfy the Town that such bidder is property qualified to carry out the obligations of the contract and to complete the work contemplated therein. Conditional bids will not be accepted. H. PLANT & EQUIPMENT The bidder shall State in his bid that be has available or under his control, plant and equipment of the character and in the amount required to complete the proposed work within the specific time. Type II Micro-Surfacing Item # 7 Calendar Year 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 latter's employees unless such employees are covered by the protection afforded by the Contractor. Public Liability and Property Damage Insurance: The Contractor shall take out and maintain during the life of this Contract such Public Liability and Property Damage Insurance as shall protect him and any subcontractor performing work covered by this Contract from claims for damages four personal injury including accidental death as well as from claims for property damage which may arise from operations under this Contract, whether such operations be by himself or by any subcontractor, to by anyone directly or indirectly employed by either of them, and the amounts of such insurance shall be as follows: Public Liability Insurance in an amount of not less than One Million Dollars ($1,000,000.00) for bodily injuries, including wrongful death to each person and subject to the same limit for each person in an amount not less that One Million Dollars. ($1,000,000.00) on account of each accident. Property Damage Insurance in an amount not less than One Million Dollars ($1,000,000.00) for damages on account of each accident and in an amount of not less than One Million Dollars ($1,000,000.00) for damages on account of all accidents. Liability and Property Damage Insurance: The above policies for Public Liability and Property Damage Insurance must be so written to include Contractor's Protective Liability and Property Damage insurance to protect the Contractor against claims arising from the operations of a subcontractor. The policies shall also name the Town of Southold as an additional insured. Owner's Protective Public Liability and Property Damage Insurance: The Contractor shall furnish to the Owner, with respect to the operations he or any of his subcontractors perform a regular Protective Public Liability Insurance Policy for, and in behalf of the Owner, providing Type II Micro-Surfacing Item# 7 Calendar Year 2013 for a limit of not less than One Million Dollars ($1,000,000.00) for all damages arising out of bodily injuries to, or death of, one person and subject to that limit for each person, a total limit of One Million Dollars ($1,000,000.00) for all damages arising out of bodily injuries to, or death of,two or more persons in any one accident; and regular Protective Property Damage Insurance providing for a limit of not less than One Million Dollars ($1,000,000.00) for damages arising out of injury to, or destruction of, property in any one accident and subject to that limit per accident, a total (or aggregate limit of Two Million Dollars ($ 2,000,000.00) for all damages arising out of injury to, or destruction of, property during the policy period. This insurance must fully cover the legal liability of the Owner. The coverage provided under his policy must not be affected if the Owner performs work in connection with the project either for or in cooperation with the Contractor or as an aid thereto whether the same be a part of the Contract or separate therefrom, by means of its own employees or agents or if the Owner directs or supervises the work to be performed by the Contractor. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the Owner with certificates of each insurer insuring the Contractor of any subcontractor under this Contract except with respect to part D. As listed above. In respect to this paragraph, the Contractor shall furnish the Owner with the original insurance policy. Both certificates, as furnished, and the insurance policy, as required, shall bear the policy numbers, the expiration date of the policy and the limits of liability there under. Both the certificates and the policy shall be endorsed to provide the Owner with any notice of cancellation or non-renewal. Type II Micro-Surfacing Item# 7 Calendar Year 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 carefully examined all project requirements, including bidding requirements, contract, general and special conditions, specifications, and addenda, if any (Note: acknowledgment of addenda and their dates must be included as indicated on bottom page); that he has satisfied himself by personal examination of the proposed work, and by such other means as he may have chosen, as to the conditions and requirements of the work; and he proposed and agrees that if his proposal be accepted he will contract to furnish all materials not provided by the Town(See Specifications) and to perform all the work required to construct, perform and complete the specified work; and that he will start the work as directed by the Town, he will accept, in full payment thereof as listed below: BID ON TYPE "Il" MICRO-SURFACING OF TOWN ROADS WITH POLYMER MODIFIED EMULSIFIED ASPHALT PAVEMENT IN ACCORDANCE WITH THE PROJECT REQUIREMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED CUMULATIVE"UNIT PRICE" OF: TYPE II MICRO-SURFACING TRUING & LEVELING (Type 5 - Shim) (written in words) Per Sq. Yd. (written in words) Per Ton d 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: F 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 Specification AASHTO T59 Residue after 62% Min. SDTM F244 Distillation * The temperature for this test should be held below 280 F (138 Q. Tests on Residue AASJTP T59 Softening Point 135°F (57°C) min ASTM D36 AASHTO T49 Penetration at 40 - 90 ASTM D36 77°F (25°C) ASTM 2170 Kenematic Vis 650 cSt/sec, min. @ 275°F (135°C) Each load of emulsified asphalt shall be accompanied with a certificate of analysis/compliance to assure that it is the same as that used in the mix design. Aggregate. The Type I1 mineral aggregate shall be manufactured crushed stone, sand, slag, crusher fines, or combination thereof. Smooth textured sand of less than 1.25% water Type 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. Gradiniz. When tested in accordance to AASHTO T27 - (ASTM C136) and AASHTO TI I - (ASTM C117),the target mix design or aggregate gradation shall meet the following: Type II Aggregate Sieve Size Percent Passing Sieve Size Percent Passing 3/8" 100 #30 30 - 50 (+/- 5%) #4 90 - 100 (+/- 5%) #50 18 - 30 (+/- 4%) #8 65-90 (+/-5%) #100 10 - 21 (+/- 3%) #16 45-70 (+/-5%) #200 5 - 15 (+/- 2%) Water. The water shall be potable and shall be free of harmful soluble salts. Polymer Modifier. The Polymer Modifier shall be milled into the asphalt emulsion. The emulsified asphalt shall be so formulated that when the paving mixture is applied at a thickness of one (1) inch with the relative humidity at not more than 50 % and the ambient air temperature of at least 75 degrees F., the material will cure sufficiently so that rolling traffic can be allowed in one (1) hour with no damage to the surface, as verified by the engineer. Mineral Filler. The mineral filler shall be any recognized brand of non-air entrained portland cement or hydrated lime that is free from lumps. The type and amount of mineral filler needed shall be determined by laboratory mix design and will be considered as part of the mineral gradation requirement. An increase or decrease of less than one percent may be permitted when the Micro-Surfacing is being placed if it is found to be necessary for better consistency or set times. Type II Micro-Surfacing Item # 7 Calendar Year 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 Yard prior to placement of pavement. After placement, the Asphalt Concrete Materials shall be thoroughly and uniformly compacted with an approved vibrator type or static steel wheel roller conforming to section 401-3.12 of the NYSDOT construction manual to obtain a thoroughly compacted pavement. Mix Design. Before the work commences, the contractor shall submit a signed mix design report covering the specific materials to be used on the project. This design shall be performed by the emulsion producer. Once the materials are approved, no substitutions will be permitted unless first tested and approved by the emulsion producer and the engineer. The materials manufacturer shall develop the job mix design and present certified test results for the engineer's approval. Compatibility of the aggregate and the emulsion shall be verified by the mix design. The job mix formula shall provide a minimum Marshall stability of 1,800 pounds and a flow of 6 to 18 units when tested according to the ASTM 1559 or AASHTO 2450 procedure. All component materials used in the mix design shall be representative of the materials proposed by the contractor for use on the project. Specifications. The engineer shall approve the design mix and all Micro-Surfacing materials and methods prior to use. The component materials shall be within the following limits. Residual Asphalt - 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 b Field Control Additive - As needed to provide specified Water - As needed to provide proper co Rate of Application. The Micro-Surfacing fixture shall be of so as to provide an application rate of 22 - 24P# Per Square Ya Equipment. All equipment, tools and machines used in the pe maintained in satisfactory working order at all times. Descript / application equipment to be used shall be submitted for appro / work starts. (a.) Mixing Equipment - The material shall be mixed by a mi continuous-flow mixing unit able to accurately deliver and pi asphalt, mineral filler, field control additive and water to a re Type II Micro-Surfacing Item 4 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 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. Quality Control. The contractor shall be responsible for any and all fees relating to materials testing. The contractor will permit the engineer to take samples of the aggregate and asphalt emulsion to be used in the project at the engineer's discretion. Gradation and sand equivalent tests may be run on the aggregate and residual asphalt tests on the emulsion. Test results will be compared to the specifications. Samples of the mixture could be taken as often as two (2)times each day. Consistency and residual asphalt content tests may be made on the samples and compared to the specifications. The contractor will be notified immediately if any test fails to meet the specifications. If any two successive tests on the material fail, the job shall be stopped. If any two successive tests on the mix from the same machine fail, the use of that machine will be suspended. Traffic Maintenance. The contractor shall be responsible for providing maintenance and protection of vehicular and pedestrian traffic associated with this work. Opening to traffic does not constitute acceptance of the work. The contractor shall also be responsible for providing all signage and traffic control during this work. Method of Payment. The quantity to be paid for under this item shall be the number of square yards of pavement covered in accordance with the specification. Qualifications. The contractor shall have or be associated with a company that has a minimum of three years experience in the application of micro-surfacing material. In order to insure the efficient application of the product, the contractor must own or show the ability to rent and maintain a minimum of two mixing units capable of meeting the minimum requirements set forth in these specifications. Submittals. The contractor shall be required to submit the following information with his bid: A letter of availability from the intended MSE supplier. A certified mix design from the materials manufacturer. A typical analysis of Macroseal Emulsion or approved equal. Type I1 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 OF NON-COLLUSION (To be completed by each Bidder) In accordance with Section 103-d General Municipal Law, effective September 1, 1966, every bid or proposal hereafter made to a political subdivision of the State of any public department, agency, or official thereof or to a fore district or any agency or official thereof for work or services performed or to be performed or goods sold or to be sold, shall contain the following statement subscribed to by the bidder and affirmed by such bidder as true under the penalties of perjury; non-collusive bidding certification. A. By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief: (1) The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or any competitor. (2) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor. (3) No attempt has been made or will be made by the bidder to induce any other person, partnership, or corporation to submit or not to submit a bid for the purpose of restricting competition. B. The person signing this bid or proposal certifies that he has fully informed himself regarding the accuracy of the statements contained in this certification, and under the statements contained in this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being applicable to the bidder, as well as the person signing in its behalf. C. That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signature of this bid or proposal on behalf of the corporate bidder. RESOLUTION Resolved that of the (Name of signatory) Be authorized to sign and submit the bid (Name of Corporation) r Type II Micro-Surfacing Item# 7 Calendar Year 2013 Or proposal of this corporation for the following Project: Item #7 TYPE "Il" MICRO-SURFACING Peconic Lane, Peconic, New York 11958 and to include in such bid or proposal the certificate as to non-collusion required by section one- hundred-three-d (103-d) of the General Municipal Law as the act and deed of such corporation, and for any inaccuracies or miss-statements in such certificate this corporate bidder shall be liable under the penalties of perjury. The foregoing is true and correct copy of the resolution adopted by corporation at a meeting of the Board of Directors, held on the day of , 20 (SEAL OF THE CORPORATION) Laws of New York, 1965 Ch. 751, Sec. 103-d, as amended & effective on September 1, 1965. Signature Rudder, Lynda From: Candice Schott <cschott@timesreview.com> Sent: Thursday, May 08, 2014 1:10 PM To: Rudder, Lynda Subject: Re:for publication Thanks Lynda! We are good to go for the 15th. Have a great afternoon! Candice From:<Rudder>, Lynda <Iynda.rudder town.southold.ny.us> Date:Thursday, May 8, 2014 12:41 PM To: "Sawicki, Bill" <bsawicki@town.southold.nv.us>, "Flatley, Martin" <mflatlev@town.southold.nv.us>, "Orlando, Vincent" <vincent.orlando@town.southold.nv.us>, "Beltz, Phillip" <Phillip.Beltz@town.southold.ny.us>, "Cushman, John" <John.Cushman@town.southold.ny.us>, "Dinizio,James" dames.dinizio@town.southold.nv.us>, "Doherty,Jill" <iill.doherty@town.southold.nv.us>, "Finnegan, Martin" <martin.finnegan@town.southold.nv.us>, "Ghosio, Bob" <bob.ghosio town.southold.ny.us>, "Krauza, Lynne" <Ivnne.krauza@town.southold.ny.us>,Times Review <tdoubrava@timesreview.com>, Louisa Evans<pevans06390@gmail.com>, "Neville, Elizabeth" <E.Neville town.southold.nv.us>, "Reisenberg, Lloyd" <Lloyd.Reisenberg@town.southold.nv.us>, "Russell, Scott" <Scott.Russell@town.southold_._n_y.us>, "Standish, Lauren" <Lauren.Standish@town.southold.ny.us>, "Tomaszewski, Michelle" <michellet@town.southold.nv.us>, William Ruland <rulandfarm@yahoo.com> Subject:for publication Please publish in the 5/15 edition of the Suffolk Times and on the town website 1 Rudder, Lynda From: Reisenberg, Lloyd Sent: Thursday, May 08, 2014 3:52 PM To: Rudder, Lynda Subject: RE: for publication Posted Lloyd H. Reisenberg Network and Systems Administrator Town of Southold,New York www.south oldtownn y.gov Iloydr@southoldtownny.gov 0: 631-765-1891 1 M:631-879-1554 ( F: 631-765-5178 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: Thursday, May 08, 2014 12:41 PM To: Sawicki, Bill; Flatley, Martin; Orlando, Vincent; Beltz, Phillip; Cushman, John; Dinizio, James; Doherty, Jill; Finnegan, Martin; Ghosio, Bob; Krauza, Lynne; Legals (tdoubrava(&timesreview.com); Louisa Evans; Neville, Elizabeth; Reisenberg, Lloyd; Russell, Scott; Standish, Lauren; Tomaszewski, Michelle; William Ruland Subject: for publication Please publish in the 5/15 edition of the Suffolk Times and on the town website 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 a Non-Collusive Bid Certificate, and bank draft, certified check, or bid bond in the amount of$100.00, will be received by the Town Clerk of the Town of Southold at the Southold Town Hall, PO Box 1179, 53095 Main Road, Southold,New York, until 2:00 P.M., Thursday, May 29, 2014, 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: May 6, 2014 ELIZABETH A. NEVILLE SOUTHOLD TOWN CLERK PLEASE PUBLISH ON MAY 15, 2014, 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 John Cushman, Comptroller Dodge Reports Brown's Letters Burrelle's Information Services Construction Data Town Clerk's Bulletin Board Type I1 Micro-Surfacing Item # 7 Calendar Year 2014-15 ITEM NO. 7 SPECIFICATIONS FOR THE PURCHASE & APPLICATION OF ASPHALT ROAD MATERIALS POLYMER MODIFIED EMULSIFIED ASPHALT PAVEMENT TYPE II MICRO - SURFACING NOTE: THE TOWN OF SOUTHOLD WILL ALSO REQUIRE +/- 30,000 SQUARE YARDS (more or less as may be needed) OF PAVEMENT TO BE APPLIED ON FISHERS ISLAND. THE CONTRACTOR SHALL BE REQURIED TO NOTIFY EACH RESIDENT AT LEAST 24 HOURS PRIOR TO ANY WORK ON TOWN ROADS. RESIDENTS MUST BE RE- NOTIFIED AFTER DELAYS DUE TO INCLEMENT WEATHER OR JOB OPERATIONS. Type II Micro-Surfacing Item 4 7 Calendar Year 2014-15 INSTRUCTIONS TO BIDDERS A. PROPOSALS Proposals must be made in strict accordance with the "Proposal Form" provided. The Proposal form shall not be detached from the bid package. Failure to comply with this requirement will constitute grounds for rejection of the bid subject to the digression of the Highway Superintendent. Any and all exceptions to the specifications shall be listed on a separate sheet bearing the designation: 'Exceptions to the Specifications", and attached to the Bid Form. Each proposal must be signed in writing with the full name and address of bidder. The bidders shall write in ink, both in words & numerals, the price for which he proposed to furnish all materials, plant, equipment, tools, shoring or bracing, or other facilities, & to perform all labor and services necessary for the proper completion of the work in strict accordance with the plans and specifications, and subject at all times to the approval of the Highway Superintendent. Proposals, together with the entire bid package, shall be delivered enclosed in an opaque sealed envelope and shall be addressed as indicated on Invitation to Bid. The envelope shall be marked "Proposal" bearing the title of work and the Bidders Name. Bidders may bid on one or any combination of items listed on the proposal sheet. No proposal shall be considered which has not been received by the Southold Town Clerk prior to the hour and date stated. B. PROPOSAL GUARANTY A proposal will not be accepted or considered unless accompanied by a guaranty in the form of a bid bond or certified check in the amount of one hundred ($100) dollars payable to the Town of Southold. As soon as the proposal prices have been compared, the Owner shall return the bidder's bond or the certified checks accompanying such proposals as, in his judgment, would not likely be involved in making the award. All other proposal quantities will be held until the contract and contract bond have been executed after which they will be released or returned to the respective bidders whose proposals they accor0panied. C. OMISSIONS AND DISCREPANCIES Bidders should carefully examine the specifications and fully inform .themselves of all conditions and matters which can in any way affect the work or the cost thereof. Should a bidder find discrepancies in or omissions from the specifications, or other documents or should he be in doubt as to their meaning, he should at once notify the Highway Superintendent who may issue a written instruction to all bidders. Type II Micro-Surfacing Item # 7 Calendar Year 2014-15 D. PUBLIC OPENING OF PROPOSALS Proposals will be opened and read publicly at the time and place indicated in the Invitation for Bids. Bidders, authorized agents, and other interested parties are invited to be present. E. AWARD OF CONTRACT Award of contract will be made as soon as practical. The Superintendent of Highways reserves the fight to make awards by items, or as a whole, or not at all, whichever the Superintendent deems to be in the best interest of the Town. A contract may be awarded to a responsible bidder other than the lowest money bidder, if it is in the best interest of the Town. No bid may be withdrawn after scheduled closing time for receipt of bids for a period of 45 days pending execution of a contract by successful bidder. The competency and responsibility of the bidder and his sub-contractors will be considered in making, the award. The Town reserves the right to waive any technical error, to accept any bid, or to reject any or all bids. The contract form will be a Standard form of Agreement between Owner and Contractor. The Town will either award the project or reject all proposals received within forty-five (45) days after formal opening of proposals. Acceptance of a proposal will be a written notice signed by the Town Clerk & no other act shall constitute the acceptance of a proposal. F. WITHDRAWALS OF PROPOSALS Any bidder upon his or her authorized representative's written request presented not later than the hour set for the opening thereof, will be given permission to withdraw his proposal. At the time of opening the proposals, when such proposals are reached, it will be returned to him unread. G. REJECTION OF PROPOSALS The Town reserves the right to waive any technical error and to reject any and/or all proposals. Without limiting the generality of the foregoing, any proposal which in incomplete, obscure, or irregular may be rejected; any proposal accompanied by an insufficient or irregular certified check or bidder's bond bay be rejected, any proposal having interlineations, erasure or corrections may be rejected. The Town also reserves the fight to reject any bid if the evidence submitted in the qualification statement or an investigation of such bidder fails to satisfy the Town that such bidder is property qualified to carry out the obligations of the contract and to complete the work contemplated therein. Conditional bids will not be accepted. H. PLANT & EQUIPMENT The bidder shall State in his bid that be has available or under his control, plant and equipment of the character and in the amount required to complete the proposed work within the specific time. Type II Micro-Surfacing Item # 7 Calendar Year 2014-15 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 2014-15 INSURANCE REQUIREMENTS The Contractor shall not commence any work until he has obtained, and had approved by the Town of Southold, all of the insurance that is required under this contract which has been enumerated herein: COMPENSATION INSURANCE: Public Liability and Property Damage Insurance Contractor's Protective Liability and Property Damage Insurance Owner's Protective Public Liability and Property Damage Insurance The Contractor shall not permit any subcontractor to commence any operation of the site until satisfactory proof of carriage of the above required insurance has been posted with and approved by the Owner. Compensation Insurance: The Contractor shall take out and maintain during the life of this Contract, Workmen's Compensation Insurance for all his employees employed at the site of the project, and in case of any of the work being sublet, the Contractor shall require all subcontractors similarly to provide Workmen's Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. Public Liability and Property Damage Insurance: The Contractor shall take out and maintain during the life of this Contract such Public Liability and Property Damage Insurance as shall protect him and any subcontractor performing work covered by this Contract from claims for damages four personal injury including accidental death as well as from claims for property damage which may arise from operations under this Contract, whether such operations be by himself or by any subcontractor, to by anyone directly or indirectly employed by either of them, and the amounts of such insurance shall be as follows: Public Liability Insurance in an amount of not less than One Million Dollars ($1,000,000.00) for bodily injuries, including wrongful death to each person and subject to the same limit for each person in an amount not less that One Million Dollars. ($1,000,000.00) on account of each accident. Property Damage Insurance in an amount not less than One Million Dollars ($1,000,000.00) for damages on account of each accident and in an amount of not less than One Million Dollars ($1,000,000.00) for damages on account of all accidents. Liability and Property Damage Insurance: The above policies for Public Liability and Property Damage Insurance must be so written to include Contractor's Protective Liability and Property Damage insurance to protect the Contractor against claims arising from the operations of a subcontractor. The policies shall also name the Town of Southold as an additional insured. Owner's Protective Public Liability and Property Damage Insurance: The Contractor shall furnish to the Owner, with respect to the operations he or any of his subcontractors perform a regular Protective Public Liability Insurance Policy for, and in behalf of the Owner, providing Type II Micro-Surfacing Item # 7 Calendar Year 2014-15 for a limit of not less than One Million Dollars ($1,000,000.00) for all damages arising out of bodily injuries to, or death of, one person and subject to that limit for each person, a total limit of One Million Dollars ($1,000,000.00) for all damages arising out of bodily injuries to, or death of, two or more persons in any one accident; and regular Protective Property Damage Insurance providing for a limit of not less than One Million Dollars ($1,000,000.00) for damages arising out of injury to, or destruction of, property in any one accident and subject to that limit per accident, a total (or aggregate limit of Two Million Dollars ($ 2,000,000.00) for all damages arising out of injury to, or destruction of, property during the policy period. This insurance must fully cover the legal liability of the Owner. The coverage provided under his policy must not be affected if the Owner performs work in connection with the project either for or in cooperation with the Contractor or as an aid thereto whether the same be a part of the Contract or separate therefrom, by means of its own employees or agents or if the Owner directs or supervises the work to be performed by the Contractor. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the Owner with certificates of each insurer insuring the Contractor of any subcontractor under this Contract except with respect to part D. As listed above. In respect to this paragraph, the Contractor shall furnish the Owner with the original insurance policy. Both certificates, as furnished, and the insurance policy, as required, shall bear the policy numbers, the expiration date of the policy and the limits of liability there under. Both the certificates and the policy shall be endorsed to provide the Owner with any notice of cancellation or non-renewal. Type II Micro-Surfacing Item 4 7 Calendar Year 2014-15 PROPOSAL FORM DATE: NAME OF BIDDER: TO: SOUTHOLD TOWN BOARD NOTE: All items listed herein must TOWN HALL be bid. Failure to bid any PO BOX 1179 item will be grounds for 53095 MAIN ROAD disqualification. SOUTHOLD,NEW YORK 11971 MEMBERS OF THE BOARD: The undersigned as bidder, declares that the only persons, company, or parties interested in this proposal as principals are named below; that this proposal is made without any connection, directly or indirectly with any other bidder for the same work; that it is in all respects fair and without collusion or fraud, and that no person acting for or employed by the aforementioned owner is or will be interested directly or indirectly, in the performance of the contract, or the supplies relating to it, or in any portion of the profit thereof; that he has carefully examined all project requirements, including bidding requirements, contract, general and special conditions, specifications, and addenda, if any (Note: acknowledgment of addenda and their dates must be included as indicated on bottom page); that he has satisfied himself by personal examination of the proposed work, and by such other means as he may have chosen, as to the conditions and requirements of the work; and he proposed and agrees that if his proposal be accepted he will contract to furnish all materials not provided by the Town (See Specifications) and to perform all the work required to construct, perform and complete the specified work; and that he will start the work as directed by the Town, he will accept, in full payment thereof as listed below: BID ON TYPE "Il" MICRO-SURFACING OF TOWN ROADS WITH POLYMER MODIFIED EMULSIFIED ASPHALT PAVEMENT IN ACCORDANCE WITH THE PROJECT REQUIREMENTS. THE ABOVE REFERENCED ACTIVITIES WILL BE COMPLETED FOR THE STIPULATED CUMULATIVE "UNIT PRICE" OF: Type II Micro-Surfacing Item # 7 Calendar Year 2014-15 TYPE II MICRO-SURFACING TRUING & LEVELING (Type 5 - Shim) (written in words) Per Sq. Yd. (written in words) Per Ton (written in numbers) Per Sq. Yd. (written in numbers) Per Ton 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 2014-15 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-1 H 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 Q. Tests on Residue AASJTP T59 Softening Point 135°F (57°C) min ASTM D36 AASHTO T49 Penetration at 40 - 90 ASTM D36 77°F (25°C) ASTM 2170 Kenematic Vis 650 cSt/sec, min. @ 275°F (135°C) Each load of emulsified asphalt shall be accompanied with a certificate of analysis/compliance to assure that it is the same as that used in the mix design. Aggregate. The Type II mineral aggregate shall be manufactured crushed stone, sand, slag, crusher fines, or combination thereof. Smooth textured sand of less than 1.25% water Type II Micro-Surfacing Item # 7 Calendar Year 2014-15 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. Grading. When tested in accordance to AASHTO T27 - (ASTM C136) and AASHTO T11 - (ASTM C 117), the target mix design or aggregate gradation shall meet the following: Type II Aggregate Sieve Size Percent Passing Sieve Size Percent Passing 3/8" 100 #30 30 - 50 (+/- 5%) #4 90 - 100 (+/- 5%) #50 18 - 30 (+/- 4%) #8 65-90 (+/-5%) #100 10 - 21 (+/- 3%) #16 45-70 (+/-5%) #200 5 - 15 (+/- 2%) Water. The water shall be potable and shall be free of harmful soluble salts. Polymer Modifier. The Polymer Modifier shall be milled into the asphalt emulsion. The emulsified asphalt shall be so formulated that when the paving mixture is applied at a thickness of three eighths (3/8) inch with the relative humidity at not more than 50 % and the ambient air temperature of at least 75 degrees F., the material will cure sufficiently so that rolling traffic can be allowed in one (1) hour with no damage to the surface, as verified by the engineer. Mineral Filler. The mineral filler shall be any recognized brand of non-air entrained portland cement or hydrated lime that is free from lumps. The type and amount of mineral filler needed shall be determined by laboratory mix design and will be considered as part of the mineral gradation requirement. An increase or decrease of less than one percent may be permitted when the Micro-Surfacing is being placed if it is found to be necessary for better consistency or set times. Type II Micro-Surfacing Item 4 7 Calendar Year 2014-15 3. GENERAL REQUIREMENTS: Truing & Leveling with Bituminous Asphalt Concrete. The pavement shall be equal to NYSDOT-Type 5 Shim and shall be applied at the discretion of the Highway Superintendent. Bituminous pavers shall be self-powered units, provided with an activated screed or strike-off assembly. The machine shall be capable of spreading and finishing courses of bituminous plant mix material in lane widths up to twelve (12') feet or thickness up to four (4") inches as may be specified by the Highway Superintendent. All existing pavement surfaces where Schim Mix Asphalt Concrete work is required shall be fog sealed with RC 250 at 0.10 gallons per Square Yard prior to placement of pavement. After placement, the Asphalt Concrete Materials shall be thoroughly and uniformly compacted with an approved vibrator type or static steel wheel roller conforming to section 401-3.12 of the NYSDOT construction manual to obtain a thoroughly compacted pavement. Mix Design. Before the work commences, the contractor shall submit a signed mix design report covering the specific materials to be used on the project. This design shall be performed by the emulsion producer. Once the materials are approved, no substitutions will be permitted unless first tested and approved by the emulsion producer and the engineer. The materials manufacturer shall develop the job mix design and present certified test results for the engineer's approval. Compatibility of the aggregate and the emulsion shall be veritied by the mix design. The job mix formula shall provide a minimum Marshall stability of 1,800 pounds and a flow of 6 to 18 units when tested according to the ASTM 1559 or AASHTO 2450 procedure. All component materials used in the mix design shall be representative of the materials proposed by the contractor for use on the project. Specifications. The engineer shall approve the design mix and all Micro-Surfacing materials and methods prior to use. The component materials shall be within the following limits. Residual Asphalt - 5%to 9%by dry weight of aggregate Mineral Additive - 0.5%to 3% by dry weight of aggregate Polymer Based Modifier - minimum 3% solids based on bitumen weight content Field Control Additive - As needed to provide specified properties Water - As needed to provide proper consistency * Rate of Application. The Micro-Surfacing mixture shall be of proper consistency at all times so as to provide an application rate of. FIRST COAT: 13 lbs/Sq. Yd, SECOND COAT: 17 lbs/Sq. Yd. 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 Type I1 Micro-Surfacing Item # 7 Calendar Year 2014-15 asphalt, mineral filler, field control additive and water to a revolving multi-blade mixer and discharge the thoroughly mixed product on a continuous basis. The machine shall have sufficient storage capacity for aggregate, emulsified asphalt, mineral filler, field control additive and water, to maintain an adequate supply to the proportioning controls. (b.) Proportioning Devices - Individual volume or weight controls for proportioning each material to be added to the mix shall be provided. Each material control device shall be so calibrated and properly marked. They shall be accessible for ready calibration and to be equipped with a revolution counter or similar device so that the engineer may determine the amount of each material used at any time. (c.) Emulsion Pump - The emulsion pump shall be a heated positive displacement type. (d.) Spreading Equipment - The paving mixture shall be spread uniformly by means of a mechanical type squeegee box, equipped with paddles to agitate and spread the materials throughout the box. The equipment shall provide sufficient turbulence to prevent the mix from setting in the box or causing excessive side build-up or lumps. Flexible seals shall be in contact with the mad surface to prevent loss of mixture from the box. The rear seal shall act as a final strike off and shall be adjustable. The contractor shall operate the spreading equipment in such a manner to prevent the loss of the mixture on super-elevated curves. The mixture shall be spread to fill cracks and minor surface irregularities and leave a uniform skid-resistant surface without causing skips, lumps or tears in the finished surface. (e.) Auxiliary Equipment - Other tools or equipment such as brushes, hand squeegees, hose equipment, tank truck water distributors and flushers, power blowers, barricades, etc., shall be provided as required. Machine Calibration. Each mixing unit to be used in the performance of the work shall be calibrated in the presence of the engineer prior to construction, or previous calibration documentation covering the exact materials to be used may be acceptable provided they were made during the current calendar year. Weather Limitations. The material shall be spread only when: 1. The road surface and atmospheric temperatures are at least 45 degrees F. and rising. 2. The weather is not foggy or rainy. 3 There is no forecast of temperatures below 32 degrees F. within 48 hours from the time of placement of the mixture. 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. Type I1 Micro-Surfacing Item # 7 Calendar Year 2014-15 Application. The surface shall be pre-wetted by fogging ahead of the spreader box. The entire surface should be damp with no apparent flowing water in front of the box. The surfacing mixture shall be of the desired consistency upon leaving the mixer and no additional materials should be added. A sufficient amount of material shall be carried in all parts of the spreader at all times so that a complete coverage is obtained. Overloading of the spreader box should be avoided. No lumping, bailing, or unmixed aggregate shall be permitted. No streaks, such as those caused by oversized aggregate, will be left in the finished surface. If excess oversize develops, the job will be stopped until the contractor proves to the engineer that the situation has been corrected. No excess build-up, uncovered areas or unsightly appearances shall be permitted on longitudinal or transverse joints. The contractor shall provide suitable width spreading equipment to produce a minimum number of joints. The finished surface shall present a uniform and skid resistant texture satisfactory to the engineer. Areas which cannot be reached with the mixing machine shall be surfaced using hand squeegees to provide complete and uniform coverage. The area to be hand-worked shall be lightly dampened prior to the mix placement. Care shall be exercised to leave no unsightly appearance from hand-work. Quality Control. The contractor shall be responsible for any and all fees relating to materials testing. The contractor will permit the engineer to take samples of the aggregate and asphalt emulsion to be used in the project at the engineer's discretion. Gradation and sand equivalent tests may be run on the aggregate and residual asphalt tests on the emulsion. Test results will be compared to the specifications. Samples of the mixture could be taken as often as two (2) times each day. Consistency and residual asphalt content tests may be made on the samples and compared to the specifications. The contractor will be notified immediately if any test fails to meet the specifications. If any two successive tests on the material fail, the job shall be stopped. If any two successive tests on the mix from the same machine fail, the use of that machine will be suspended. Traffic Maintenance. The contractor shall be responsible for providing maintenance and protection of vehicular and pedestrian traffic associated with this work. Opening to traffic does not constitute acceptance of the work. The contractor shall also be responsible for providing all signage and traffic control during this work. Method of Payment. The quantity to be paid for under this item shall be the number of square yards of pavement covered in accordance with the specification. Qualifications. The contractor shall have or be associated with a company that has a minimum of three years experience in the application of micro-surfacing material. In order to insure the efficient application of the product, the contractor must own or show the ability to rent and 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. Type II Micro-Surfacing Item # 7 Calendar Year 2014-15 A typical analysis of Macroseal Emulsion or approved equal. A list of at least (5) micro-surfacing projects which used the same emulsion and design mix indicated in the bid documents. These projects must have been completed within the last three years and the list must include the locations, amount of square yards applied and a reference name and telephone number. * Note: Any and all exceptions or substitutions to the specifications contained herein must be listed separately and included within the contractors formal bid proposal. END OF SPECIFICATION: Type II Micro-Surfacing Item # 7 Calendar Year 2014-15 STATEMENT OF NON-COLLUSION (To be completed by each Bidder) In accordance with Section 103-d General Municipal Law, effective September 1, 1966, every bid or proposal hereafter made to a political subdivision of the State of any public department, agency, or official thereof or to a fore district or any agency or official thereof for work or services performed or to be performed or goods sold or to be sold, shall contain the following statement subscribed to by the bidder and affirmed by such bidder as true under the penalties of perjury; non-collusive bidding certification. A. By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief: (1) The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or any competitor. (2) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly or indirectly, to any other bidder or to any competitor. (3) No attempt has been made or will be made by the bidder to induce any other person, partnership, or corporation to submit or not to submit a bid for the purpose of restricting competition. B. The person signing this bid or proposal certifies that he has fully informed himself regarding the accuracy of the statements contained in this certification, and under the statements contained in this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being applicable to the bidder, as well as the person signing in its behalf. C. That attached hereto (if a corporate bidder) is a certified copy of resolution authorizing the execution of this certificate by the signature of this bid or proposal on behalf of the corporate bidder. RESOLUTION Resolved that of the (Name of signatory) Be authorized to sign and submit the bid (Name of Corporation) Type II Micro-Surfacing Item # 7 Calendar Year 2014-15 Or proposal of this corporation for the following Project: Item #7 TYPE "Il" MICRO-SURFACING Peconic Lane, Peconic, New York 11958 and to include in such bid or proposal the certificate as to non-collusion required by section one- hundred-three-d (103-d) of the General Municipal Law as the act and deed of such corporation, and for any inaccuracies or miss-statements in such certificate this corporate bidder shall be liable under the penalties of perjury. The foregoing is true and correct copy of the resolution adopted by corporation at a meeting of the Board of Directors, held on the day of , 20 (SEAL OF THE CORPORATION) Laws of New York, 1965 Ch. 751, Sec. 103-d, as amended & effective on September 1, 1965. Signature Southold Town Board - Letter Board Meeting of May 6, 2014 X611 kr`¢yn RESOLUTION 2014-397 Item # 5.19 ADOPTED DOC ID: 9752 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2014-397 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON MAY 6, 2014: RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs the Town Clerk's office to advertise for Polymer Modified Emulsified Asphalt Pavement Type II- Micro Surfacing and Truing & Leveling (Type 5-Shim) road treatment bids for the calendar year 2014-15. Elizabeth A. Neville Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: Jill Doherty, Councilwoman SECONDER:William P. Ruland, Councilman AYES: Ghosio, Dinizio Jr, Ruland, Doherty, Evans, Russell Generated May 6, 2014 Page 31 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 8th day of May , 2014, 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. Bid on Micro-Surfacing Item #7 Put abeth A. Neville hold Town Clerk Sworn before me this day of , 2014. N tary Public LYNDA M. RUDDER Notary No. 01New York RU6020932 Qualified in Suffolk County Commission Expires March 8,2Q__15