HomeMy WebLinkAboutRoad Treatment #7 Type II Micro ��o��F�O`����
ELIZABE�'gi A.NEV�I.LE,1dI1VIC �y. � Town Hall,53095 Main Road
TOWN CI,�I�iI� � � P.O. Box 1179
e�i' � Southold,New York 11971
REGISTRAR OF VITAL STATISTICS p � � Fax(631)765-6145
MARRIAGE OFFICER '�';� �t�� Telephone(631)765-1800
RECORDS MANAGEMENT OFFTCER �� � � www.southoldtownny.gov
FREEDOM OF INFORMATION OFFICER
�FFYCE OF THE TOW1Q1 CLERI�
TOWN OF SOUTHOLD
August 18, 2016
Thomas Gannon & Sons
PO Box 505
Middle Island NY 11953
Dear Sir:
Congratulations. At the regular Town Board meeting held on August 9, 2016,-
the Town Board accepted the bid of Thomas Gannon& Sons for Item#8 Road
Treatment. A certified copy of the resolution is enclosed.
The bid deposit is being returned to you. Thank you for your bid.
Very truly yours,
�
L•;ynda M Rudder
.Deputy Town Clerk
Ens.
Southold Town Board - Letter Board Meeting of August 9, 2016
n'`UC�tF0(T'..'
��� `°` RESOLUTION 2016-749 Item # 5.12
�'� $��
�o��
=�°.�±,�°'��°r ADOPTED DOC ID: 12176
THIS IS TO C�RTIFY THAT THt� FOLLOWING RESOLUTION NO. 2016-749 WAS
� ADOPT�D AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON
AUGUST 9, 2016:
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:
BID # 1
Option#1 Option#2
Thomas Gannon & Sons Southold $2.75 $4.45
Fishers Is. $3.25 $5.10
Bid# 2
Southold $1.15
Fishers Is. $1.45
�' a �' ���cS��
X' � �
♦
Elizabeth A. Neville
Southold Town Clerk
RESULT: ADOPTED [UNANIMOUS]
MOVER: Jill Doherty, Councilwoman
SECONDER:William P. Ruland, Councilman
AYES: Dinizio Jr, Ruland, Doherty, Ghosio, Evans, Russell
Generated August 10, 2016 Page 21
�os�FFot,��o
ELIZABETH A.NEVYILLI.E,IVIMC �.t.� - i Gy Town Hall,53095 Main Road
TOWN CLEP.I� �• � P.O.Box 1179
y Z Southold,New York 11971
REGISTRAR OF VITAL STATISTICS � � .�C FaJc(631)765-6145
MARRIAGE OFFICER ��� �Q�° Telephone(631)765-1800
RECORDS MANAGEMENT OFFICER , -�.�� �- '�► _ www.southoldtownny.gov
FREEDOM OF INFORMATION OFFICER
OFFICE OF TI3E TOWN CLE1tI�
TOWN OF SOUTHOLD
BID OPENING
Item #7 Tvpe II Micro-Surfacin�
Bid Opening 7/29/2016 at 2:00 PM
One (1) bid received
BID# 1
Option#1 Option#2
Thomas Gannon & Sons Southold $2.75 $4.45
PO Box 505 Fishers Is. $3.25 $5.10
Middle Island,NY 11953
Bid#2
Southold $1.15 �L
Fishers Is. $'1.45 �
� � - , - .
s +
�
� O
����� � � A310 -201
_. Document
CONTRACTOR: SURETY:
Thos.H.Gannon&Sons,Inc. Hartford Casualty Insurance Company
372 Middle Country Rd. One Hartford Plaza
Middle Island,NY 11953 Hartford,CT.06155
OWNER:
Town of Southold
53095 Main Road
Southold,NY 11971
BOND.�MOUNT: One Hundred Dollars ($100)
PROJECT: For the Purchase and Application of Asphalt Road Materials Polymer Modi�ed Emulsified Asphalt
Pavement-Type II Micro-Surfacing
The'Contractor and Surety are bound to the Owner in the amount set forth above,for the payment of which the Contractor
'and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided
herein.The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in
the bid documents,or within such time period as may be agreed to by the Owner and 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
furnished 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.
Ifthis 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 anc�nravisions
conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished,+he intent is
that this Bond shall be construed as a statutory bond and not as a common law bond.
Signed d sealed this 28`h day Julv , 2016 �
` Thos.H.Gannon&Sons,
Fr ngemi Frank Capoferri,President
Hartfor Casual Insurance Com an
�
.-74.,L-�-
�
Cecelia D.�rown,Witness Steven affue,Attorney-in-Fact
CONSENT OF SURETY
KNOW ALL MEN BY THESE PRESENTS, that for and consideration of the sum of$1.00, lawful money of the
United States of- America, the receipt whereof is hereby acknowledged, paid the undersigned, and for other
valuable consideration the .
Hartford Casualtv Insurance Companv Surety Company, �
(Name)
One Hartford Plaza Hartford Ct. 06155
(Address)
existing under the laws of the Indiana and licensed to do business in the State of New York certifies and agrees,
that if the contract for{Contracting Agency): Town of Southold
for : (Project) For the Purchase and Application of Asphalt Road Materials Polvmer Modified Emulsified Asphalt
Pavement—Type I I Micro-Surfacing
is awarded to (Bidder)Thos. H. Gannon &Sons. Inc.. __
the undersigned will execute the bond or bonds as required of the contract documents and will become Surety in
the full amount set forth in the contract documents for the faithful performance of all obligations of the Bidder,
provided however, that this commitment shall expire sixty (60) days from the bid opening, unless agreed upon by
Bidder, Owner and Surety to be extended.
Signed, sealed and dated this 28th day July, 2016
. Hartford Casualtv Insurance Companv
Surety Company
B}/:
(Name) Steven Raffuel
Attorney-in-Fact
(To be accompanied by the usual proof of Authority of Officers of the Surety Company to execute same)
' , , AfteGt!»qulrtoslCiaims fo:
���ti .,� Y�� THE HARTF�3Rd
����� �� ��� �=�' Harifvtd Con�»ecticu�O61b6
,
e^dtl.�888-266-3d88 orfax;86D-757-5835}
KNOW A�L P�RSQNS�Y TM�Sf�E��t�SENT�THA'�. _ A��n�Cnci�:13-65353�
x0 Narttard Flr�insueanr.e Cnmpeny.a corpor�Eioh duly orgata32zd undsr thc(:�tivs of tbe State ofConnccticut
Q Hartford G�straity In6ur�nca Campany,a�o�oratian du�y orgnt►ized undcrlhe la�v3 bfih�5�a�e ofIndi�n�
� Nartford Ae�idettt�and Bnriemniiy Coct►pany�a�corpor�tfan duly dr�nizcd undcr ihelaws oCttt�Sqta ofConnc�ticu�
[� Har�#o�d Undervrriters Ins�rance Company,a cu�tiun duly ns��ulized undsr thc�Sws af 4b�State afCanneatic��t
� Twir�Cifyr Fire it'es5uwdnCe Gorrtpany,a cbrpotatian dviy organixcxl u�tuler tlie]uws oflbs Sfs+tc ut'(ndiana
Q tiar#farol lnsuranc�C�tt�p�at1X of Alinnis.�a�orporati�n duly prganixed uri�er Ui�la�v�tsl'tt�e Statc of Iilinois
�] Har#f�rd insurance Cc�►a'►p�'ray ofi t�ie MidVrest,a corporation dtrly br�;ani'r-ed u�sder 36c lakvs oTtEEc'StaEe oflndia�ia
�] H�tttor�t it�urance Ct�mp�rJy qf the Seutheast,�corporaticm dut}�a��i�ed under ths ta�,s af ihe State oFFtorida
havin�their hnm�o�c�8n Hariford.�onneclicrJf(Yaet'�Fna�ter ca]tscGvety ref�ned to�s tha"C�mp�nies°�do hereby make,�anstku�and appornt,
ap to th��r�au�rt af i7nlimited •
Steven Raffuel �� PRINC�TQ1�, Ne�y Jerse�r
t�eir Uue�qd lavdul,�ttomey{s)-inr�aci,e8�}t In 1,�peir�ep�ra#e�ap�Ciiy 1f t»Ure ihan•one is nsmetf 2�bovre,lo sign its name�5 sur�ty(#t3s�onty as ctelineaSed
abc�ve by�.�r1d lo�xe�,�.aal and aelaaowiedge dny�nd aA bnr�ds,undettekir�5.C9nUacts�nd ather w�'iE�Pi�it�stnlments Fn ih��t�lur�theTeqf,on behal�
of the C�mpanies ir�theit bu5lne�ss�f guaranteeing the fldef�ty o€per�nns.gt�sranteeEr�tha perFarm�nce nf t�ntraets and ex�cuting or gu�ranleeing hnnds
antt undertakings raquired�r perni"+tt2d in artiy acl�ans or pruceedingS a11ou�by law.
In'W'ilnass VltharBaf,and as�ulhoriXed by a Ftesolu€ian of the Bo�rrl oi t�irectars a#4he Gorttpartles on A�ust 1,2009,,th�Compsnles hsve
caused th�se pr+�s�nts lo be s(gnt�d hy ifs Vic�F�r�.sfd�ni a�'u!i1s corpQrate se�l�tD be hereto af€�xed,duty Stte�ted hy its AssistanY S2eretary. Furih�r,
pursuant to Res�fu6on of ih�Board af Di�edors rrf`If�CompanEcs,lhe Campent��hereby unamhtguausiy�l�irtn that thay�re and wiA b�bbund by any
mechanlcallyapptied signaiu��s appfieci io Ih�s Pcav�r nfAtlbnt�yf.
�� �, �,�,:, z:.,�,� ��
p.y,,'.��) �*4ra. � 10�7' ,�,x 3t�t'rry�f.�
��P� . �! if�7 �r r * � . s , ++ # `
��yy�►� " :i6u�t�xa►>� • '�+e2s�F�' #�'j9•� z yS7ti� 4� 7AQf
.• 4 . � +'"'�y''• • ��htaeoN" �"ylru►'
��.�i.�. ���,... ���
Vdesiay W.�4W{IJ1g,Assisfian{S�ar6�EY PA.Ross Fisher, Lrice Preeid2nt
S3ATE OE CdNf�C•�ICUT
� SS. H�rifr�rd
�OUN'[Y��HARTF�ORD
Jn ihis 121tt d8y of July,20��,b�[are rise p�fsst►nally C�me M.Rass Fistter,lo tt1�tUwu�n,'.++bo being by me duly swam.did depose and say:that
he resides an tf�o counly of Hartford,Statle oi Connedicut;that tsE is tite Vlc��res"sdenf af ihe�omparties,iFse carporatians descrl�ed fn and which execuled
the sboae insltungent;lhai ha knaw��he s�als af!he sa�d oorporatioRs;�trar the s�a�s�t�ucea�o�he saitl onstncment aie suc��cr�rr�orate seais;ihaf they Y�ee
st►affixed by auihority ol the Sa�tds af a(rec�rs aC sai;f Corp�ratlons snd thst tne signed Y,is name lhereto by!`he auihariiy.
�`µ��r•5' i
�M�tt�r �cGG�v�.,� lY�tt�}�Y`C�.''�
i �Waa� � Y/
Kal�lccn T.b'inyrwrd
CERTI�7GA1fE Notaty Au�+lic
�fy Conimissinn Cx�rirc�luly 3 t.�IG
1,1he undersigned,Vic�Pr25kiet►t of t�e Campanf�s,�HERESY CER�i IFY jhaf thp�b9+�a and for�gaing is a true and�,orrect copy oi ihe k��v,�r
of A.ttorney executa�ey satd�ampani�s.+r+�►ich Is silll t��li[or��ef�e�tive�s oi �y 2g, 2016 �
Sign�d and seate+d�t the Gify of Hapt(ord.
�Y�T4 ayp�E�-si;�r �. ;�4 ���.
_,�� :in'��{� � '�9d1 P . 4�°�� �c�'"`�'�s� �
b�"�.. (�1P67 P, ° «�� � ,� �� � � ,
g y, � o�l,�iaa+n�� �',aDta11' �}Y,._ iW�1`9 ,s SDFo� 1�r� I9T9
��i �� •�az,,�t3`� � ��'F�ti • �'ctnot5+� �ae�k�ti' '`��,
tt�
�� ,� ""'_-- . _
_�c�,,f, ( ���'__ ' .
,,
�..
� Gani`JJ.5lumpe�,Vica Prasfdant
POA��1�
HARTFORD CASUALTY INSURANCE COMPANY
Indianapolis, Indiana
F��cenciczl �Ytate�n�nt, l�ecert7her 31, 2D1 S
Statutory Basis
ASSETS LIABILITIES
U.S Government Bonds........... ....... $ 95,453,124 Reserve for Claims $
Bonds of Other Governments ............. 51,559,285 and Claim Expense.......................... 1,034,578,574
State, County Municipal Reserve for Unearned Premiums ................ 280,352,069
Miscellaneous Bonds ............ 1,719,234,570 Reserve for Taxes, License
Stocks ..... .. . ... ••••• ••-•..._. 2,116,159 and Fees ............................ .. ....... 8,293,851
Short Term Investments..... ............. 68,277,372 Miscellaneous Liabilities .......................... 22,313,014
$ 1,936,640,510 Total Liabilities ..................................... $ 1,345,537,508
Real Estate ................................... $ 0 Capital Paid In $ 4,800,000
Cash ............. .• -•... .............. .... 231,419 Surplus ................ 899,594,974
Agents' Balances(Under90 Day) .. ... 31,256,534
Other Invested Assets ..................... 46,351,199 Surplus as regards Policyholders........... $ 904,394,974
Miscellaneous ............................ 235,452,820 Total Liabilities,Capital
Total Admitted Assets ................... $ 2,249,932,482 artd Surplus .................... .. $ 2,249,932,482
STATE OF CONNECTICUT
COUNTY OF HARTFORD SS.
CITY OF HARTFORD
Michael R. Hazel, Vice President and Controller, and Allen R. Craig, Assistant Secretary of the Hartford Casualty Insurance
Company, being duly sworn, each deposes and say that the foregoing is a true and correct statement of the said company's
financiai condition as of December 31, 2015.
Subscribed and sworn to before me
this 7th day of April, 2016.
Vice President a d ont Iler
JOANN�V i�ARR�LL
� � Notary Publi��9t�t�oi Gc►nnabtbut
My commisswn�plr�t�a,81,2C2o
Notary Public � �
, �
Assistant Secretary
Form CS-19-37 HC prtnted in U S.A
Type II Micro-Surfacing Ttem# 7
Calendar Year 2016-17
ITEM NO. 7
SPECIFIC.�TI�NS
FOR THE PURCHASE & APPLICATION OF
ASPHALT ROAD MATERIALS
POLYMER MODIFIED
EMULSIFIED ASPHALT PAVEM�NT
TYPE II
MICRO - SURFACING
NOTE: THE TOWN OF SOUTHOLD -
WILL ALSO REQUIRE +/- 30,000
SQUARE YARDS (more or less as may be
, needed) OF Pr'�VEMENT TO BE
� APPLIED ON FIS�-�ERS 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 2016-17
INSTRUCTTONS 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 a11 exceptions to the specifications shall be listed on a separate sheet
bearing the designation: '�xceptions 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 othex facilities, &to
perform all labor and services necessary for tke 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 annount of one hundred ($100)dollars payable to the Town
of Southold.
� As soon as the proposal prices have been compared,the Owner shall return the bidder's bond or
the certified checks accompanying such proposals as, in his judgment,would not likely be
involved in making the award. All other proposal quantities will be held until the contract and
" contract bond have been executed after which they will be released or returned to the respective
bidders whose proposals they accorOpanied.
C. OMISSTONS AND T)TSCREPANCI�S
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 2016-17
. D. PUBLIC OPENTNG 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 iriterested 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 & EQYJIPMICNT
The bidder shall State in his bid that be has available or under his controT, 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 2016-17
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. PREVAILTNG 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 2016-17
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.
Pablic Liabilitv and Pronerty Dama�e Insurance: The Contractor shall take out and
maintain during the life of this Contract such Public Liability and Property Damage Insurance
as shall protect him and any subcontractor performing work covered by this Contract from
claims for damages four personal injury including accidental death as well as from claims for
� property damage which may arise from operations under this Contract,whether such operations
be by himself or by any subcontractor,to by anyone directly or indirectly employed by either of
them, and the amounts of such insurance shall be as follows:
Public Liability Insurance in an amount of not less than One Million Dollars ($1,000,000.00)
for bodily injuries, including wrongful death to each person and subject to the same limit for
each person in an amount not less that One Million Dollars. ($1,000,000.00) on account of each •
accident.
Propert�Damag;e Tnsurance 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 Propertv Dama�e 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 Dama�e Insurance: The Contractor shall
furnish to the Owner, with respect to tfie 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 Ttem#7
Calendar Year 2016-17
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
Propert�Darria�e Tnsurance providing for a limit of not less than One Million Dollars
($1,000,000.00) for damages arising oui of injury to, or desiruction of,property in any one
accident and subject to that limit per accident, a total (or aggregate limit of Two Million Dollars
($ 2,000,000.00)for all damages arising out of injury to,or destruction of,property during the
poiicy 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 CARRIAG� OF INSURA.NCE:
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 2016-17
PROPOSAL FORM
DATE: July 28, 2016
NAME OF BIDDER: Thos H. Gannon &Sons, Inc.
PO Box 505 372 Middle Country Rd. Middle Isiand. 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 MATN 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 TN 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 2016-17
BID#1
Option#1
'� Rate of Annlication. The Micro-Surfacing mixture shall be of proper consistency at aIl
times so as to provide an application rate of: FTRST COAT: 13 Ibs/Sq. Yd, SECOND COAT:
171bs/Sq. Yd.
TYPE II MICRO-SURFACING
SOUTHOLD TOWN: FISHERS ISLAND:
Two Dollars and Sevenry Five Cents Three Dollar and Twent�Five Cents
(written in words)Per Sq. Yd. (written in words)Per Sq. Yd
$2.75 $3 25
(written in numbers)Per Sq. Yd. (written in numbers)Per Sq. Yd.
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: 20-221bs/Sq. Yd. �
TYPE II MICRO-SURFACING
SOUTHOLD TOWN: FISHERS ISLAND:
Four pollars and Forty Five Cents , Five Dollars and Ten Cents
(written in words) Per Sq. Yd. (written in words) Per Sq, Yd
$4.45 $5 10 '
(written in numbers)Per Sq. Yd. (written in numbers) Per Sq. Yd.
RID#2
HOT RUBB�RIZED CRACK S�ALING
SOUTHOLD TOWN: FISHERS TSLAND:
, One Dollar and Fifteen Cents One Dollar and Forty Five G�ntS
(written in words) Per Linear Foot (wi7tten in words)Per Linear Foot
$1.15 $1 45
(written in numbers) Per Linear Foot (written in numbers) Per Linear Foot
Type II Micro-Surfacing Item# 7
Calendar Year 2016-17
And he further agrees that if this proposal shall be accepted by the Town and that if he shall
refitse, 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 proposa or by mutual agreement may extend this time
period. �
Signature of Bidder:
� Fran o rr' President
Business Address: PO Box 505, 372 Middle Count Road � -
Middle Island, NY 11953 �- '
J 1
Telephone Number: (631)205-0060
Date: July 28, 2016
Type II Micro-Surfacing Item#7
Calendar Year 2016-17
1. DESCRIPTION
Bids are requested for the purchase and application of a Polymer Modified Asphalt Pavement
Course to fill i•uts 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
em�zlsi�er 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 Snecification
AASHTO T59 Residue after 62% Min.
SDTM F244 Distillation �
* The temperature for this test should be held below 280 F (138 C).
Tests on Residue
AASJTP T59 Softening Point 135°F (57°C)min
ASTM D36
AASHTO T49 Penetration at 40 - 90
ASTM D36 77°F (25°C)
ASTM 2170 Kenematic Vis 650 cSt/sec,min.
@ 275°F (135°C)
Each load of emulsified asphalt shall be accompanied with a certificate of analysis/compliance
to assure that it is the same as that used in the mix design.
A��re�ate. The Type II mineral aggregate shall be manufaciured crushed stone, sand, slag,
crusher fines, or combination thereo£ Smooth textured sand of less than 1.25%water
Type IT Micro-Surfacing Item#7
Calendar Year 2016-17
absorption, as tested by ASTM C'128,shall not exceed 50% of the total coinbined aggregate.
The aggregate shall be clean and free from organic matter, dirt, dust, and other deleterious
substances.
When tested, the Type II aggregate shall meet the following requirements
Test Qualitv Specification
' AASHTO T176 Sand Equivalent b0 min.
�STM 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 ag�regate 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 Passin� Sieve Size Percent'Passin�
3/8" 100 #30 30 - 50 (+/- 5%)
#4 90 - 100 (+/- 5%) #50 18 -30 (+/-4%}
#8 65-90 (+/-5%) #100 10 -21 (+/-3%)
#16 �15-70 (+/-5%) #200 5 - 15 (+/-2%)
Water. The water shall be potable and shall be free of harmfiil 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 SO % and the ambient air
temperature of at least 75 degrees F., the material will cure su�ciently so that rolling traffic
can be allowed in one (1) hour with no dannage 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
�radation requirement. An increase or deerease 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-Sttrfacing Item#7
Calendar Year 2016-17
3. GEN�RAL 12�QUTREMENTS:
Truin�& Levelin�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 iwelve (12') feet or thickness up to four(4") inches as may be
specified by the Highway Superintendent. All existing pavement surfaces where Schim Mix
Asphalt Concrete work is required shall be fog sealed with RC 250 at 0.10 gallons per Square
Yard prior to placement of pavement. After placement, the Asphalt Concrete Materials shall be
thoroughly and uniformly compacted with an approved vibrator type or static steel wheel roller
conforming to section 401-3.12 of the NYSDOT construction manual to obtain a thoroughly
compacted pavement.
Mix Desi�n. Before the work commences,the contractor shall submit a signed mix design
report covering the specific materials to be used on the project. This design shall be performed
by the emulsion producer. Once the materials are approved, no substitutions will be permitted
unless first tested and approved by the emulsion producer and the engineer. The materials
manufacturer shall develop the job mix design and present certified test results for the
engineer's approval. Compatibility of the aggregate and the emulsion shall be verified by the
mix design. The job mix formula shall provide a minimum Marshall stability of 1,800 pounds
and a flow of 6 to 18 units when tested according to the ASTM 1559 or AASHTO 2450
procedure. All component materials used in the mix design shall be representative of the
materials proposed by the contractor for use on the project.
Specifieations. 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 - miniinum 3%solids based on bitumen weight content
Field Control Additive -�1s needed to provide specified properties
Water - As needed to provide proper consistency
x Rate of Application. The Micro-Surfacing mixture shall be of proper consistency at all
times so as to provide an application rate of: FIRST COE1T: 13 Ibs/Sq. Yd, SECOND COAT:
171bs/Sq. Yd.
�'� Rate of Annlieation. 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#7
Calendar Year 2016-17
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
discliarge 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 -Tndividual volume or weight controls for proportioning each
material to be added to the mix shall be provided. Each material control deviee sha11 be so
calibrated and properly marked. They shall be accessible for ready calibration a�ld 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 contrac�or 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 sui�face 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 dluing 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 II Micro-Surfacing � Ttem� 7
Calendar Year 2016-17
Surface Pi-eparations. 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.
�tOCkr�ilPg ghal] bP kept in areas +.hat dr�i17 rea�;�Y-
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 nlixer 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. Ovcrloading of the spreader box should be
avoided. No lumping, bailing, or urunixed 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 numUer of joints. The finished surface shall
present a uniform and skid resisiant texture satisfaciory 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-��orked shall be lightly dampened prior to the inix
placement. Care shall be exercised to leave no unsightly appearance from hand-work.
Ouality Control. The contracfor 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 irnmediately if any test fails to
ineet 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 znachine will be suspended.
Traf�c IV.taintenance. The contractor shall be responsible for providing maintenance and
protection of vehicular and pedestrian traffie associated with this worl<. 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.
li9[ethod of Payment. `1'he quantity to be paid for under this iten� sh�il be the number of sc�uare
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. Tn order to insure the
efficient applicatzon of the product, the contractor must own or show the abiliiy to rent and
Type II Micro-Surfacing Item#7
Calendar Year 2016-17
maintain a minimum of two mixing units capable of ineeting the minimum requireincnts set
forth in these specifications.
Submittals. The contractor shall be required to submit the following information with his bid:
A letter of availa'�il:ty fr�m tr�e inter.de�1����suYpli�r.
/� certified mix design from ihe materials manufacturer.
A typical analysis of Macroseal Emulsion or approved cc�ual.
A list of ai least(5) micro-surfacing projects which used the same einulsion 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 _ Itern#7
Calendar Year 2016-17
STATEMENT OF NON-COLLUSION
(To be completed by each Bidder)
In accordance with Section 103-d General Municipal Law, effective September l, 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 ox to be sold, shall contain the following
staiement 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.
RESOLUTTON
Resolved that Frank Capoferri of the
(Name of signatory)
Thos. H. Gannon &Sons, Inc. Be authorized to sign and submit the bid
(Name of Corporaiion)
Type II Micro-Surfacing Ttem#7
Calendar Year 2016-17
Or proposal of this coiporation for the following Project:
Ttem #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 seetion 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 Thos. H. Gannon & Sons, Inc.
corporation at a meeting of the Board of Directors, held on the 22nd day
of July � 2016
(SEAL OF THE CORPORATION) �-
Laws of New York, 1965
Ch. 751, Sec. 103-d, as amended & '
effective on September 1, 1965. i at e
Frank Capo erri, President
, �
n
�uapua�uiaadng �(�ndaa �ei�adg ;, . � ,
� ow���e�e� aui�anb �� ,
� • �(8 .
�uapua�ui�adnS 6ui}�y ���er��� �a
o��nn �1 eiaew �,�� � --.1y.�
, - � � �S�
�
'960Z `I��dy�o �(ep � �' '�� � �
u�6Z stu} '�(u�Qlt/�o ��!� au���
. �uaw�a�daa siy��o ��as �ei�i}�o `���` � � '�4
au} paxi}�� pue pueu �(ua �as o�un ��- -�,,� �
-aaay aney � `�oaaayM ssau�iM u� �s�aQt��`
� •a�e�g siy��o nn�� a�u�ansu� ay}
�o g���, uoi��ag ui papino�d aauu��.0 ay� ui �unow� �ey�}o ssa�xa ui pa��a}o�d aq ,
���us �i ssa�un 'saap�oy�(�i�od o� sn�dans s}i}o %0� 6uipaa�xa }unouae ue o� paez�u
�o �si� auo �(ue uo sso� o}��as�i asodxa �(��n�nn�� }ouue� uoi���odao� pi�s ayl ,
��ipne o�aoiad `�uaua}a�daa siy} ui a�i� uo 'S�OZ '�E �aqwa�aa papua a�a�( ay��o�
�uauaa�e�s �ei�ueui� uaonns s�i �(q unnoys si s� (000'008`�$ I�}!d��)'i�L6'�6£`�06$
. �o wns ay� 6ui��6aa66e (sn�d�ns) spun� pau6iss�un pue sn�dans
pa�nqia�uo� pu� ui-pied ssoa6 6uipn��ui sn�d�ns pue ��}id�� e}o passassod
si uoi��aodao� pies ay��ey� pue :nne� �(q pa}}iwaad ao paainbaa suot�e�i�qo ,
aay�o pu� sat�u�aen6 'sa�ueziu6o�aa 's6w��}�apun 'spuoq ��� uo ao�u�aen6
�o ��aans auao�aq�o� pai�i��nb si `a���g siy� w a�u��nsui �o ssauisnq ay����su��� �
o� pazi�oy�n� �(�np pu� }n�i��auuo�,�o snn�� au�aapun paziue6ao uoi}��od�o� e �
eueipu� `si�odeu�ipu� }o
�(ueduao� a�ueansu� ����ns�� p�o}�eH
�eu} pai�i}�a� �(qaaay si ��
M�dl ��N�Nf1SNl �
�i2�O�l M3N 3Hl�O 6 6�6 N011�3S 2��aNf1 J��N�n�OS �O 31d�1�11�1��
S��IA�I�S rI�I��I��I►I �IO S�T�J�S2��v'd ►3Q
�I�IO�.���1� 30 �Z�ZS
. � . ,
��.. L.':�=r�������
�,�I�//"��itt�.
,��" ��
�, , �°` �,��!���«� R.Q.Bax S30-HammontonE N108t}37
Phone(609}561-416t-Fdx�6C39)561�09!20
.__.,...�a -�- �,�,..,�.�m.�:.���-��- . __�. :� , - �,. _� px ..
�;-�_..r .. .�M.::�� ��...�. ,.. .
. July 28, 2016
Thos. H. Gannon &Sons, Inc.
372 Middle Country Rd '
Middle Island, NY 11953
Attn: Pat Austin
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.
4 ��--
obert Bevilacqua
Project Manager
RB/Id
�Fios. �-L: �annon and�Sons, .�nc.�
PO Box 505
Middle Island, NY 11953
(631) 205-0060 fax (631) 205-0073
Equipment List
uantit Make Year Model Description
8 Bergkamp 2001 L-9000 Mobil MiY Paver
6 Bergkamp 2003 L=9000 Mobil Mix Paver
3 Bergkamp 2004 L-9000 MoUil M�Paver
3 Berglcainp 2010 L-9000 M-1 Paver
4 Bergkainp 2004 L-9000 MoUile Support
12 (13 CY) 2007 L-9000 Tivcks
2 Bergkamp 2008 L-9000 Mobile Support
(21 CY) L-9000 Trailers
7 Ford 2006 F350 Stake Body
8 Ford 2010 F350 Utility Bod��
12 Ford 2010 F350 Crew Cabs
2 Athey Mobil 2010 Broom
4 CAT 1996 PS-130 Rubber Tire Roller
6 CAT 2011 PS-360 RubUer Tire Roller
8 CAT 2012 936g Wheel Loader
13 CAT 2010 938 Loader
1 CAT 2009 938 Loader
2 CAT 2008 926 Loader
6 Etnyre 1998 Series 6000 Bullz Tanker
12 Fruehauf 1992 6000 gal Bulk Tanker
14 Heil 1991 6500 Bulk Tanker
4 Etnyre 1990 6000 Bulk Tanker
4 Etnyre 2000 Centenial Oil Distributor
(2000)
3 Etnyre . 2006 Black Topper Oil Distributor
(2000)
2 Etnyre 2011 Black Topper Oil DistriUutor
(2000)
2 Ltnyre 2011 Black Topper Oil Distributor
(4000)
1 Etnyre 2011 Model 4WD Chipper(10-20')
1 Etnyre 2012 Mode14WD Chipper (11-22')
, ;
NEW YORK STATE
— DEPARTMENT OF TRANSPORTATION
= MATERIALS BUREAU
= TYPE II MICRO-SURFACING MIXTURE DESIGN FORM
MIX DESIGN No.
AGGREGATE: 100 % TYPE 2 AGGREGATE GRADATION
EMULSION: 12%-13.5% %
RESIDUAL ASPHALT: 7.6%-8.5% % 100
POLYMER MODIFIER: 3.0 % 90
FIELD CONTROL ADDITIVE: 1S Il@@d@d % 80
MINERAL FILLER: .5%-1.5% % m ��
WATER: 1S Il@@d@d °/a y 60
N
TRAFFIC VOLUME: a 50
w
� 40
AGGREGATE � 30
a
OURCE No.&BLEND%: 2Q
Tilcon Oxford NJ Type II �o
GRADATION
SIEVE % SPECIFICATION �20o so �s g 4 3/8
Sieve sizes Raised to 0.45
SIZE PASSING min-max
3is 100 100
4 98 90 -100
8 71 65 -90 ASPHALT EMULSION
'�6 47 45-70 OURCE: TYPE:
30 31 30 -50 Asphalt Paving Systems CQS-1 hp
50 21 18 -30 Residue After Distillation: 64.0 %
100 15 10 -21 TESTS ON RESIDUE
200 11 5 -20 Softening Point(AASHTO T53) 141.0 C
I SAND EQUIVALENCY 74.0 % Penetration at 25C(AASHTO T49) 50 dmm
MINERAL FILLER � MIX DESIGN TEST RESULTS
PRODUCT: TYPE: SOURCE: WBt COfI@SIOII 30 minutes 15.0 kg-cm
Portland Cement 1 Essroc (ISSA TB 139) 60 minutes 23.0 kg-cm
z
Wet Track Abrasion Loss 1 hour soak 29.0 9�m
FIELD CONTROL ADDITIVE (ISSA TB 100) 6 day soak 61.0 glmZ
souRce: Ingevity �rvPe W-5 Mix Time(ISSA TB 113) 125.0 sec.
Classification Compatibility(ISSA TB 144) 12.0 points
Wet Stripping(ISSA TB 114) 100 %
POLYMER MODIFIER SYSTEM �oaded Wheel Test Excess Asphalt 42 g/ft2
PRODUCT: BASF TYPE 4190 (ISSA TB 109& Lateral Displacement 3.00 %
ISSA TB 147A) sg@1000 cycles 1.95
TESTING PERFORMED BY:
LABORATORY/COMPANY NAME: ADDRESS:
Ingevity Pavement Technologies 5255 Virginia Ave., North Charleston, South Carolina 29406
SUBMITTED FOR APPROVAL BY:
OMPANY NAME: ADDRESS:
Asphalt Paving Systems PO Box 530 Hammonton, NJ 08037
ONTACT NAME: PHONE# FAX#.
Walter Percy III 609-561-4161 609-567-2824
,
�`;,`'"`1 Ingevity
" '"�� �� Pavement Technologies
5255 Virginia Avenue
` North Charleston,SC 29406
Micro Surfacing Mix Design
Asphalt Paving Systems
May 5,2016
The Job Mix Formula below was determined following a laboratory evaluation of the submitted materials:
J
Design Materials
Aggregate Tilcon-Oxford, NJ Type II(Received Apnl 6,2016)
Emulsion Source. Asphalt Paving Systems
Specification� NJDOT 902.09 Micro Surfacing
A senes of tests was performed in the lab to optimize the Job Mix Formula The cement dosage was varied to
establish its effect on mix time. Six-day Wet Track Abrasion, Loaded Wheel Displacement,and Sand Adhesion
tests were performed at the design cement dosage to establish a working range for the residual solids content of the
mix. Cohesion and other system tests were venfied on the mix formulation
Job Mix Formula(percentages based on dry weight of aggregate)
Component °:; ' ; =:Minimum.' :.s. ,�Desi n,;. G Maximum',
Type I Portland,Cement' 0 5 � 1 0 � ' �"1:5
Total;Water ,;';��,. „ � `� ,, �,_' _,.__ . ,�..As�needed fo��co sistenc � Ve�'e
,. �. [!.�. Y::'
Emulsion(based om63.1%) 12.0 12.5 ' �',13:5•r� .
ResiduaLsolids content ° ,;' ,;''� �� � � 7,6� , a, �7:9` ,,,, • �-,�-, �-:�;`8r5t
A �e ate � " � • � � �100. � �� ' `
�Decreases in cement co�tent increase mix time.
Page 1 of 4
£'�"`E Ingevity
"```"'� � Pavement Technologies
5255 Virginia Avenue
North Charleston,SC 29406
Aqgre9ate Testing
Sieve Analysis
.�..,:,,�. ... 2:, .
�:Sieve#�-- � SieveSiie(iri) • �VVei ht %Retainecl �;%:Passina` a=�NJDOT"T„�e'li =
172"' � , '� `0.5000 0�00 '< � 0 00 ' � 100 � . � ,-;� -
3/8" :�� . ,;';0.3750 '' ' �;: 0:00 . ,� ''0.00•, ` •„ ` 100 ,, � �. '100,
- : . . .
, :.:
._ ..s. .. • .. �._ .�.�._ .. .. _. <_
..,.:. ... . .��. _�._.>.�. .�_M ..���.: � ;.
.;.
, ;'� 4-..>`, • 0.1870 w ��28.41 �s.� 2 19 . -� 98 �µ�90-100' '
8. . M <..; ,,0.0,937 .... '`:�?:' :�.345,28 �.._. "..,� ;�:26:58 .... .... e.�.. �71.� �` :;65�,90"
16.' � ,� • 0'0469 314.60 24 22 47 _ ' �. 45=70.��
�30 :, � �O:U234`... �'� '202,70,.... ,_..-. .>,15.61_...�' ' �� . '. 31 _ ' �_'3D=50w.�' :A:
�. � �50`• � . ,. 0.0117 . _129.38 9.96 , _ 21 ., �,:��18-30,
_. .100• ._ _�.. ._. 0.0059�. �.,.�:.�: ,_�.��81:68 .... �_'���._...��29 ......�_ ..�.__.x.._:�l5..�._.......�w��__..F�..:1b:;,21�� ..
.�`200-� ;, , �,.� . 0.0029 . , ,. � 55.29 4.26 { 11' " ' ,5-15.`,��.�
` �Pari_ •�` ' ' - �.,141.60�� ."10.90• �:�, ' �_
Totals, y ' ' 1298:94 - �100.00<� ' � ' . ,
' .. . , , , - � �Sieve-Analysis ' . . '�' � �,, `
. •� ', � `(0.45 Power Chart) - � ', � , , , '
:�100. - _ " , . ' .:,. .� .�?a'�.,'m��s't?
. . ' " ,, � „o°:' •� •.�"• ��� ..��. _ '.
�8�� , , ' � r�,�"`d` - � ; ' , - ' , �%iyr �
. - _ . . �,� ' _. . . -
7Y` '": . ` �. �.'Qe� '��� ' .,c'�• , , � . , ,.
;'_'� 60, " •,; ` � . ' ''` . • ,.
Y _ �.^d''' .;
.N. , • - , �'.' ,1 , , , . ` ,
�� - . �.A,� - . _ . � ' �
a, �4D'• ; .�' ,.- � , . ,
o , ti"; , ,
0q * d`i� . . �+ „ . .. � � . �
20 i�� "'0 4 ,_ . . _
. '�' m""•' ' � _ t , � � � � ,
, ' - ..o s .- ," ' . - ' . ,
_ � � � #200 #50. .#30;. ::#16;�` :#8 , . .'#4` , .. 3/8" �;1/2".�' '
° �• #100' . � , � '� �, „ , " . � ' , >' ,.
- � - - ., � Sieve - _ � �
.. . , . , , � �.> .
Sand Equivalent
:;�Result•�'", ' �Sdecificafion'
�` 74 > 65 minimurri`�
Page 2 of 4
""; Ingevity
""'"""'� � Pavement Technologies
5255 Virginia Avenue
North Charleston,SC 29406
Mixture Testinq �
Wet Track Abrasion,6-Day Soak(ISSA TB 100,ASTM D3910)
�' "%Emulsion '";%.Totai 11Vate��� °/a P.orflan�d Cement •�°` Loss �Jft2 m�� ��
, . ,11:0; , . 9 1 , • � � 1.0 �< • , 82. �^
�11'.Q .,�., . ..�. '�_..�:9:1� _ s� .. ..���:0\ ...... '`w, �121_
•• � � 102 Average,'
r.12.0 _,�., .a.�.,�.0 � $��'�:�.___�<_ �a___._��,�.�.��. �..M� ......�.... .�..:.`�6�- �. i
12.0� . 81 1A , 72��'�•., �
- .... . ,. . . _.._.�._..... s� _ ..{ ...�___._s.�. 64'AYerage;-,
, ;14A� � 6.1 „ 1.0 _ ,.40` �
""14'�, ;: �. �. :6:1... ` „3.: .�y0`'' '��` , '55�,
� � � ' � - � '� " 48 Avera e'
Wet Track Abrasion,l-Hour Soak(ISSA TB 100,ASTM D3910)
f"° `°!o Emuision� ; =�,:°!e Totai Vilate�;: "%Po'rtland Ceriient:;-� ��Loss• /ft2 :.. ,3
`12:'0_ _. 8.,1: : . 1A � ' �.29..., ,-�
Schulze-Breuer and Ruck Compatibility(ISSA TB 144)
`Criteria � '-_ ,. Sample A", ` „ �Sampie�B',a>.<. .' Sample C� , •, •Sample D:: , ' . Aoinfs� : ��
°�:
`Absorption(9)> . - 0.8 0 9 0.9 � �0 9 - , , . _ :�•. �
Abrasion Loss.�9)__ ... . :0.2� ...r.� .. .�.._.a :0.2' _.r�_ _.._�.._.�...:':0.1=' ._..�.,�, ..._.._..._, �:.3 ..... _..� �� ..�_.
•AdFiesion�(%) � 100 �100 100 100 � � ."�4�,- -
Integrity_(%)fN . .,. ��.,.:93:: ,.:���.,.,� .. 92':� x __ � .. �5�::.' � �7:: .��:`M���,�.r.w��_ °4:...�.::�..
. ' � �• � " � � � � ��POI NT TOTAL � 12' � �
Loaded Wheel Test,Stability and Resistance to Compaction(ISSA TB 147)
&
Sand Adhesion,Loaded Wheel Test(ISSA TB 109)
_ .,�. :.. �.:- , ,.
�.,. • j :r:� ��" �rv'� %:�,: .%Portlanil�.�:;`- �' L=ate'ra(; ��Sand'1►ifhesion ,�'��ecifiia•Gravitv
'�%Errmutsion �%Total.Water� � Cement ' �Displacement{"l0) " 7ft� <�aftec11100 c�"cles a
-_ . ..� .. ._.._... _ _�._.��..x..,:�9..,,..�_.._ �--�-_Y A
•� 12.0. = , 8 1 1.0 3 42 �� �, 1.95 � -
:14.0 :6:1. '� E;a;1.0; 4��: 42,• ' 1:96
Page 3 of 4
�" ;� Ingevity
"'"� �� Pavement Technologies
5255 Virginia Avenue
North Charleston,SC 29406
Mixture Characteristics,Design Job Mix Formula -
.,,;. .. �, , _.,. -. . � .., .., , ,� ,,.. ,. �.� -.,;,,.<..;,
Test Defails' �� IUlethod�, `�Spec:lNin,`, Siiec.PJIaz.- _'`�';Resuit;;,y ,
Mix�Time' �� 77'F� ' . . "�ISSA TB 113 �• 120 s" �_ ' - � - 125'_� .:
:,.' ,..�.. � 100'F .._ . �.r.._.__,..� ___._:�,'w .,..._.�.35 s.� .. �._. .____.� �...... :�:M.. 4� .
CohesionZ ,�30 minute ISSA TB 139 12 kg-cm � - �'°15` mmy - -
��� � � �.60 minute. ' ' . `. '�20:.kg-cm�, �. _ >,,,� _ , �a W�`` :Spin�23 3._ :jrt
.,,. <.. . ..... .._�_ .... _.. .._. t.: . . �...� _.. __.... .. . :;��° .
1NetStripping � ISSA TB 114�� 90% - ' � ' � ",100 �
�4 2�,� °"��, <
Wet,Track.,, � "'1=Hour Soak' . , � I,'8SATB 100�• , - "__' ,�. ...'�.50.g/ft �. '„" 29-',.�..
. - . �, 6-Day_Soak , - 75 g/ftZ 61;
l:oaded:Wheel., , Lateral Dispiacement ISSA TBw147.. _ ,-_ _.�,.�„ '�;;-• _�,._,..5% � ,�_ � 33-:_.
� ' , . � Specific Gravity . -�ISSA TB 147� - - - � „ 2.10 � 1.95. v
Excess Asphalt, .;Sand Adtiesion� " ISSA,TB°109, ,,,��� - ''��� • ��° '' ,. ;� _ � �"
:"s:�... `:�,.z.��.:."�50 9����_M N.�.� 42 .;�,...`-,��
Classification,` � SBR, � � - ' ISSA TB 1'44� •�f 1�1 Roints� � = � 12. � `
ZThese values were obtained from samples cured outdoors in partly sunny conditions with an air temperature of 73°F
3According to ISSA TB No 139,the eqwvalent value of a spin is 23 kg-cm.
Please be aware that whde these results were favorable,they were achieved under laboratory conditions. Raw
matenal samples utilized in this evaluation may or may not be representative of the materials used in the field.
Vanations in those materials, production equipment,and environmental conditions at the time of application may
require ad�ustments to maintain optimum product perFormance.
Thank you for allowmg Ingevity to work with you on this pro�ect if you have any questions or comments, please
contact me.
��n+'f� y��5..[R..YL;"""'�—�•'�
Ernie Rowland
Pavement Preservation Development Chemist
Phone: (843)746-8676
robert rowland@inqevity.com
Page 4 of 4
ASPHALT PAVING SYSTEMS, INC:
ASPHALT PAVING SYSTEMS PRODUCT: � �4�5 �+ �rn
READING AVENUE TERMINAL:HAMMONTON
HAMMONTON,NJ 08037 �.cT ;`d
609-561-4161 �-� a-�
TEST ANALYSIS OF EMUI,SIFIED ASPHALT
TEST RESULTS 5PEC
Particle Char e � Positive
Viscosi , Saybolt Furol 25C 77F , sec. a�• - 100
Stora e Stabili test,24 hr., % Note 2 .: � - 1.0
Sieve Test % r ck� - 0.1
Distillation: Note 3 �
As halt, ercent b mass 6' , ° 62+
TEST ON RESIDUE FitOM DISTII.LATION
Penetration,2SC 77 , 100 ., 5 sec. 71 40 90
Ductili at 25C 77 Scm/minute, cm q-�; t- 40+
Rin and Ball Softenin Point t L{-t 140F+
AbsoIute Viscosi at 60C 140F 30 cm H ,Poises �Scc. -i- 80U0+
Solubili in trich�oroeth lene, ercent �r�r-% 96+
Note 2: This test requiremeu�i�n representative samples is waived if successfui-appiication of the
material has been acliieved in the field.
Note 3: AASHTO T-59 modified to maintain a 176.5C+ S.SC (350F+ lOF) maximum temperature
for 15 m�nutes. Use an ASTM 16C thermometer to monitor the temperature of the
emulsion
I hereby certify that these results obtained by the cunent Test Methods are accur�te for the sample taken.
1
Signature: ` � �.�
Title: Tech Consultant
Date: • G��7'I(,
�F�os. 3-C. C�annon and�Sons, .�nc.
PO Box 505
Middle Island, NY 11953
(631) 205-0060 fax (631) 205-0073
PROJECTS COMPLETED OF A SIMILAR NATURE
Location Year of Project Square Yards of Project Contact
Town of Smithtown, NY 2013 111,098 Glenn Jorgenson
631-360-7500
Town of Brookhaven, NY 2014 156,587 Manny Teixeira
� 631-451-9200
Sag Harbor, NY 2015 38,959 Dee Yardley •
631-725-0107
Town of Smithtown, NY 2015 117,187 Glenn Jorgenson
631-360-7500
Town of Southold, NY 2015 98,827 Vincent Orlando
631-734-5211
Town of Babylon, NY 2015 127,928 Vincent Galdiero
631-957-3092 �
Type II Micro-Surfacing Item# 7
Calendar Year 2016-17
. ITEM NO. 7
SPECIFICATIONS
FOR THE PURCHASE & APPLICATION OF
- . ASPHALT ROAD MATERIALS
POLYMER MODIFIED
� EMUL S IF IED A S PHALT PAVEMENT �
� � � TYPE II
MICRO - SURFACING
- NOTE: THE TOWN OF SOUTHOLD
WILL ALSO REQUIRE +/- 30,000 �
� SQUARE YARDS (more or less as may be
� needed) OF PAVEMENT TO BE
APPLIED ON FISHERS ISLAND.
THE CONTRACTOR SHALL BE
REQURIED TO NOTIFY � EACH �
RESIDENT AT LEAST 24 HOURS
PRIOR TO ANY WORK ON TOWN
ROADS. RESIDENTS MUST BE RE-
, NOTIFIED AFTER DELAYS DUE TO
INCLEMENT WEATHER OR JOB �
OPERATIONS.
Type II Micro-Surfacing Item# 7
Calendar Year 2016-17
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 accorOpanied.
C. OMISSIONS AND DISCREPANCIES
Bidders should carefully examine the specifications and fully inform .themselves of all
conditions and matters which can in any way affect the work or the cost thereof. Should a
bidder find discrepancies in or omissions from the specifications, or other documents or should
he be in doubt as to their meaning, he should at once notify the Highway Superintendent who
may issue a written instruction to all bidders. �
Type II Micro-Surfacing Item# 7
Calendar Year 2016-17
D. PUBLIC OPEI�IING 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 awaxd. 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. VVITHDRAWALS 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 2016-17
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 2016-17
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 Liabilitv and Propertv Dama�e 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 Dama�e 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.
Liabilitv and Property Dama�e 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 Dama�e 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 2016-17
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
Propert.��e 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 2016-17
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 2016-17
BID #1
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:
171bs/Sq. Yd.
TYPE II MICRO-SURFACING
SOUTHOLD TOWN: FISHERS ISLAND:
(written in words) Per Sq. Yd. (written in words) Per Sq. Yd
(written in numbers) Per Sq. Yd. (written in numbers) Per Sq. Yd.
Option #2
�� Rate of Anplication. The Micro-Surfacing mixture shall be of proper consistency at all
times so as to provide an application rate of: 20-221bs/Sq. Yd.
TYPE II MICRO-SURFACING
SOUTHOLD TOWN: FISHERS ISLAND:
(written in words) Per Sq. Yd. (written in words) Per Sq. Yd
(written in numbers) Per Sq. Yd. (written in numbers) Per Sq. Yd.
BID #2
HOT RUBBERIZED CRACK SEALING
SOUTHOLD TOWN: FISHERS ISLAND:
(written in words) Per Linear Foot (written in words) Per Linear Foot
(written in numbers) Per Linear Foot (written in numbers) Per Linear Foot
Type II Micro-Surfacing Item# 7
Calendar Year 2016-17
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 2016-17
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 Asnhalt. 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 Qualitv Specification
AASHTO T59 Residue after 62% Min.
SDTM F244 Distillation
* The temperature for this test should be held below 280 F (138 C).
Tests on Residue
AASJTP T59 Softening Point 135°F (57°C) min
ASTM D36
AASHTO T49 Penetration at 40 - 90
ASTM D36 77°F (25°C)
ASTM 2170 Kenematic Vis 650 cSdsec, 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.
A��re�ate. The Type II mineral aggregate shall be manufactured crushed stone, sand, slag,
crusher fines, or combination thereo£ Smooth textured sand of less than 1.25% water
Type II Micro-Surfacing Item# 7
Calendar Year 2016-17
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.
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 Passin� Sieve Size Percent Passin�
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# 7
Calendar Year 2016-17
3. GENERAL REQUIREMENTS:
Truin� & Levelin�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 Desi�n. Before the work commences, the contractor shall submit a signed mix design
report covering the specific materials to be used on the project. This design shall be performed
by the emulsion producer. Once the materials are approved, no substitutions will be permitted
unless first tested and approved by the emulsion producer and the engineer. The materials
manufacturer shall develop the job mix design and present certified test results for the
engineer's approval. Compatibility of the aggregate and the emulsion shall be verified by the
mix design. The job mix formula shall provide a minimum Marshall stability of 1,800 pounds
and a flow of 6 to 18 units when tested according to the ASTM 1559 or AASHTO 2450
procedure. All component materials used in the mix design shall be representative of the
materials proposed by the contractor for use on the project.
Speci�cations. 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:
171bs/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: 20-221bs/Sq. Yd.
Type II Micro-Surfacing Item#7
Calendar Year 2016-17
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 II Micro-Surfacing Item# 7
Calendar Year 2016-17
Surface Preparatioms. 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 stocicpiles do not become contaminated.
Stockpiles shall be kept in areas that drain readily.
Anplication. 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.
puality 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.
Qualifacations. 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 2016-17
maintain a minimum of two mixing units capable of ineeting 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 2016-17
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 rnade 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 2016-17
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
STATE OF NEW YORK)
SS:
COUNTY OF SUFFOLK)
ELIZAEETH A. NEVILLE, Town Clerk of the Town of Southold,New York being
duly sworn, says that on the llth day of July , 2016, a notice of which the
annexed printed notice is a true copy was affixed, 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.
2016 Road Treatment Bids
R
� lizabeth A. Neville
outhold Town Clerk
Sworn before me this llrn
day of July 16.
� ' r i �
Notary Public
LYNDA M. RUDDER
Notary Public,State of Ne�+York `�`
fdo.01 RU6020932 �c kr.
Qualified in Suffolk County `�- •
Commission Expires March 8,�0„�,� "�=-
.;q,
Rudder, Lynda �
From: legals <legals@timesreview.com>
Sent: Friday,July O8, 2016 1:45 PM
To: Rudder, Lynda
Subject: Re: Road Treatments for publication
The legal notice has been scheduled to be published in the 7/14 edition of the Suffolk Times.
Thankyou!
� r�,,�,�
1 f�G y
1�i��'�
Lindsay Riemer
Assistant Sales Coordinator
631.298.3200 ext. 235
631.354.8032(direct)
631.298.0410(fax)
Iriemer timesreview.com
www.timesreview.com
From: "Rudder, Lynda" <lynda.rudder town.southold.nv.us>
Date: Friday,July 8, 2016 1:43 PM
To: "Cushman,John" <John.Cushman@town.southold.ny.us>, Lee Peters<le�als timesreview.com_>, Lisa Finn
<lisaahfinn �mail.com>, "Michaelis,Jessica" <jessicamC�southoldtownnv.�ov>, "Reisenberg, Lloyd"
<Llovd.Reisenber�@town.southold.nv.us>, "Southold Local (denise@southoldlocal.com)" <denise southoldlocal.com_>,
"Dinizio,James" <james.dinizio@town.southold.nv.us>, "Doherty,Jill" <iill.dohertv town.southold.nv.us>, "Doroski,
Bonnie" <Bonnie.Doroski@town.southold.nv.us>, "Ghosio, Bob" <bob.�hosio@town.southold.ny.us>, Louisa Evans
<Ipevans06390@�mail.com>, "Neville, Elizabeth" <E.Neville town.southold.nV.us>, "Noncarrow, Denis"
<denisn southoldtownnv.�o_v>, "Rudder, Lynda" <Ivnda.rudder town.southold.nv.us>, "Russell, Scott"
<scottr@southoldtownnv.�ov>, "Standish, Lauren" <Lauren.Standish@town.southold.nv.us>, "Tomaszewski, Michelle"
<michellet c town.southold.nv.us>,William Ruland <rulandfarm@vahoo.com>, "Duffy, Bill"
<billd@southoldtownny.�ov>, "Kiely, Stephen" <stephen.kielv@town.southold.ny.us>, "Silleck, Mary"
<marys southoldtownny.gov>
Cc: "Orlando, Vincent" <vincent orlando town.southold.nv.us>
Subject: Road Treatments for publication
Please publish in the 7/14 edition of the Suffolk Times and the Town website
1
LEGAL NOTICE
NOTICE TO BIDDERS
NOTICE IS HEREBY GIVEleT, 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:
2. Oil & Stone
5. Type 6 Top —Hot Mia� Asphalt Concrete
7. Type II Micro-Surfacing
8. Type 6 Asphalt (town pick up)
Specifications may be obtained at the Office of the Town Clerk, Town of Southold, Town
Hall, 53095 Main Road, Southold,New York 11971, Monday through Friday, 8:00 am to
4:00 pm
The sealed bids, together with a Non-Collusive Bid Certificate, and bank draft, certi�ed
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, unti12:00 P.M., Thursday, July 28, 2016, 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 and item#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: June 28, 2016 ELIZABETH A. NEVILLE
SOUTHOLD TOWN CLERK
PLEASE PUBLISH ON JULY 14,2016,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
John Cushman, Comptroller podge Reports
Brown's Letters Burrelle's Information Services
Construction Data Town Clerk's Bulletin Board
Southold Town Board - Letter Board Meeting of June 28, 2016
��°°°`°"°� RESOLUTION 2016-643 Item# 5.10
� �
�"`°ff yaa� ADOPTED , DOC ID: 12074
THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTTON NO. 2016-643 WAS
ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON
.TUNE 28, 2016:
Resolved that the Town Board of the Town of Southold hereby authorizes and directs the Town
Clerk's office to advertise for various road treatment bids including Type 6 Hot Mix Asphalt&
Oil /stone for the calendar year 2016-17.
���
Elizabeth A. Neville
Southold Town Clerk
RESULT: AI�OPTED [UNANIMOUS]
MOVER: William P. Ruland, Councilman
SECONDER:Louisa P. Evans, Justice
AYES: Dinizio Jr, Ruland, Doherty, Ghosio, Evans, Russell
Generated July 1, 2016 Page 18
� �
Type II Micro-Surfacing '°��
�� -alcndar Year 2015-16
I�L� 1�'-:1 ��. /
; 5����IFI�A�I(��S .
FOR THE PURCHASE & APPLICATION OF
� ASPHALT ROAD MATERIALS �
i _
�
� � POLYMER MODIFIED �
' . EM,CJL S IFIEI) A S PHALT PAVEMENT
: TYPE II
E MICRO - SLT�`ACING
� .
4
�
; - ,
{
i
� NOTE: THE TOWN OF SOUTHOLD
�
' WILL ALSO REQUII�E +/- 30,000
- SQUARE YAR.DS (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
�
i PRIOR TO ANY WORK ON TOWN �
�
� ROADS. RESIDENTS MUST BE RE-
i .
! NOTIFIED AFTER DELAYS DUE TO
i
� INCLEMENT WEATHER OR JOB �
r OPERATIONS.
i �.
t ,
� .
�
�
� �
Type II Micro-Surfacing Item# 7
Calendar Year 2015-16
, TNSTRUCTIQNS TO BIDDERS
A. PROPOSALS "
Proposals must be rnade 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 Iabor 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 shali 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 slieet.
; No proposal shall be considered which has not been received by the Southold Town Clerk prior
� to the hour and date stated. -
• B. PROPOSAL GUARAI�TTY .
f
; 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 tlie Town
, of Southold,
As soon as the proposal prices have been compared, the Owner shall return the bidder's bond or
the certified checks accompanying such proposals as, in his judgment, would not likely be
� involved in making the award. All other proposal quantities will be held until the contract and
contract bond have been executed after which they will be released or returned to the respective
bidders whose proposals they accorOpanied.
C. OMISSYONS AND DI�CREPANCIES
' Bidders should carefiilly examine the specifications and fully infoi7n ,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
]le be in doubt as to their meaning, he should at once�iotify the Highway Superintendent wlio
� nlay issue a written instruction to all bidders,
s
f '
i
; •
e
I
�
� Type II Micro'-Surfacing - item,#7
: Calendar Year 2015-16 ��
' D. PUBLIC OPENING OF PROPOSALS
3
� 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 • ;
i 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. RE.�ECTTON 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 riiay be rejected. The Town also reserves the fight to reject any bid if the evidence .
submitted in the qualifcation 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�
coinplete the work contemplated therein. Conditional�bids will not be accepted.
F ^
i _
' , H. �PLANT & EQUIPMENT '
3 �
, 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 rec�uired to complete the proposed work within the specific �
� time. ' , � ,
s ,
� - . ' �
� . �
r
Type II Micro-Surfacing Item#7
Calendar Year 2015-16
I TIME FOR EX�CUTION 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,ihe Town nnay, 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.
i ,
� J. PREVAILING WAGE RATES
� The New York State Department of Labor's Prevailing Wage Rate Schedules axe part of this ,
� Contract. The Contractor is responsible for being familiar with the latest available schedules. :
� �
I -
,
f
�
:
S
i
Type II Micro-Surfacing Ttem # 7
Calendar Year 2015-16
TNSUTdANCE R�OUIREMENTS
The Contractor shall not commence any work unti] 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 INS�JRANCE: �
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 r
k 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 ,
i 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 Propea�ty Dama�e�nsurance: 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 injttry 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:
�
� 1'ublic I.,i�t�ility lnsurancc 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.
I'eo��ex't� T��m��e 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.
Liabilit.y and Property Dama�e 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 �,��bilitv and Proqerty Dama�e Insurance: The Contractor shall
; furnish to the Owner, witll respect to the operations he or any of his subcontractors perform a
� regular Protective Public Liability Insui•ance Policy for, and in behalf of the Owner, providing
�
;
;
i
!
!
a
Type II Micro-Surfacing Item# 7
Calendar Year 2015-16
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 persoiz, 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
Prc��a�i•txl��tn�a �lnsu���ncc 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 fox 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.
' P1tOOF OF Cr�RRIAGE 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 1'isted 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. .
P
Type II Micro-Surfacing Item#7
Calendar Year 2015-16
PROPO�AL FORIVI
DATE:
NAME OF BIDDER:
' TO:
I SOUTHOLD TOWN BOARD NOTE: Al] 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
i MEMBERS OF THE BOARD:
i �
f
j 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
f 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 �
4 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 PRTCE" OF:
�
�
t
�
i
�
�
�
,
�
{
x
_
a
�
t
_
�
$
�
' Type II Micro-Surfacing Item # 7
. Calendar Year 2015-16
BID #1
Option#1
� t��ie of An�Iicatio�z. The Micro-Surfacing mixture shall be of proper consistency at all
times so as to provide an application rate of: I�iR�T GQA'I': 13 lbs/Sq. Yd, SCGUNI.) G't�A'I`:
171bs/Sq. Yd.
, T�'PE II MICRO-�URFACING '
, SOUTHOLD TOWN: FISHERS ISLAND:
� (written in words) Per Sq. Yd, {written in words) Per Sq. Yd ,
{ -
t (written in numbers)Per Sq. Yd. (written in numbers) Per Sq. Yd:
Option #2 ' �
' '�'� 1�ufe o�A�t�tica�tion. The Micro-Surfacing mixture shall be of proper consistency at all
; times so as to provide an application rate of: 20-221bs/Sq. Yd. -
7
; TYPE II MXCRO-SURFACING �
' SOUTHOLD TOWN: FISHERS ISLAND:�
;
� �
(written in words) Per Sq. Yd. (written in words)'Per Sq. Yd
� (written in nunibers)Per Sq. Yd.� (written in numbers) Per Sq.'Yd. ,
BID #2
HOT I�UBBERIZED CRACK SEALIIVG
3
SOUTHOLD TOWN: FISHERS ISLAND:
• (written in words) Per Linear Foot (written in words) Per Lanear Foot
i
(written in numbers) Per Linelr Foot (written in numbers) Per Linear Foot
�
,
;
Type II Micro-Surfacing Item# 7 -
Calendar Year 2015-16
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. ,
i �
� Signature of Bidder: _ __ -
� Business Address:
i -
Telephone Number:
i Date:
�
i
t
�
i
1
�
i
3 �
4
r
�
i
fi
!
i
i
1
� "
i
B
�
Type II Micro-Surfacing Item # 7
Calendar Year 2015-16
� 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, cracics 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 wiih ihis specification and as directed by
the engineer. The contractor shall also be required to provide �i 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. MATEI2IALS �
�
j �inulsified�phalt. 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. -
E
When tested,the Micro-Surfacing Emulsion(MSE) shall meet the requirements of AASHTO ,
� M208 and ASTM D2397 for CSS-1H plus the following:
,
� 'fest _ Quttlify �M���i�c�tio�n� '
+ AASHTO T59 Residue after 62%Min.
� SDTM F244 Distillation
� * The temperature for this test should be held below 280 F (138 C).
�
. Tests on Residue
, AASJTP T59 Softening Point ` 135°F (57°C) min
a
' 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]oad 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.
7 A��1•e��tc. The Type II mineral aggregate shall be manufactured crushed stone, sand, slag,
i . crusher fines, or combination thereof. Smooth textured sand of less than 1.25% water
�
�
t
3
�
�
Type II Micxo-Surfacing Item#7
Calendar Year 2015-16
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 putllity Specification
� AASHTO T176 Sand Equivalent 60 min.
ASTM D2419
AASHTO T104 Soundness 15% max. using
ASTM C88 NA2 SO4 or 25°/a max.
� using MgSO4
i
� AASHTO T96 Abrasion 30%max. .
� ASTM C131 Resistance "
i
� Abrasion tests shall be run on the aggregate before it is crushed. All aggregate shall meet New
' York State approved polishing values.
3
} Gi•sidin . 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 _
i
� �
Sieve �i�c� Percent Passin� Sieve.Sice �Percent Passin� ,
; 3/8" 100 #30 30 - 50 (+/- 5%)
_ #4 90 - 100 (+/- 5%) #SO 18 - 30 (+/- 4%)
; #8 65-90 (+/-5%) #100 10 -21 (+/- 3%)
� #16 45-70 (+/-5%) #Z00 5 - 15 (+/- 2%)
Water. The water shall be potable and shall be free of harmful soluble salts.
` * Pe�lvmer• iVlocli�er. 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.
�
Mitiera! Fille�•.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 detertnined 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.
;
i
i
i
Type II Micro-Surfacing Item # 7
Calendar Year 2015-16
3. GENERAL REQUIREMENTS:
� Truins & Levelin�with Bituminous Asl�h�lt Concr�te. The pavement shall be equal to
� NYSDOT-Type 5 Shim and shall be applied at the discretion of the Highway Superintendent.
'. Bitum.inous 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
tlloroughly 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.
4 1VIix Desi�n. Before the work commences,the contractor shall submit a signed mix design
report covering the specific materials to be used on the project. This design shall be performed
� by the emulsion producer. Once the materials are approved, no substitutions will be permitted
� unless first tested and approved by the emulsion producer and the engineer. The materials '
� manufacturer shall develop the job nnix 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. .
i '
� ,Snecific�itiaias. The engineer shall approve the design mix and all Micro-Surfacing materials �
' and methods prior to use. Tlie 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 bitunnen weight content
� Field Contro] Additive - As needed to provide specified properties
' Water -As needed to provide proper consistency
,
f
{ '� R�t� of A� lic:�tion. The Micro-Surfacing mixture shall be of proper consistency at all
, times so as to provide an application rate of:'P1RST CO�T: 13 lbs/Sq. Yd, SECUNIll C'C)t�T��
', 17 lbs/Sq, Yd,
i
` '�'� R�i�c of 1A.phlicr�tiun. 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.
�
;
i
1
�
1
i
�
,
�
1
Type II Micro-Surfacing Item #7
Calendar Year 2015-16
Gc�uinrne�it. 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
f
work starts.
i
(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, minera] 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 '
sufficieilt 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 .
t throughout the box. The equipment shall provide sufficient turbulence to prevent the mix from -
f 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.
, 1Vlnchine Calibration. Each mixing unit to be used in the performance of the work shall be
calibrated i�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.
e 3 There is no forecast of temperatures below 32 degrees F. within 48 hours from the time of
� placement of the mixture.
i
6
t
i
�
Type II Micro-Surfacing Item # 7
Calendar Year 2015-16
Sur�i:ce Pre,�ai�a,tions, 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.
�tockniles. Precautions shall be taken to insure that stockpiles do not become contaminated,
Stockpiles shall be kept in areas that drain readily. �
Annii�aiian. 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.
; .C?u�lity Gontral. 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
f 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 nnix from the same machine fail,the use of that machine will be suspended.
y 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
t not constitute acceptance of the work. The contractor shall also be responsible for providing all
f signage and traffic control during this work.
r
; Methc�d c�i'Pavment. The quantity to be paid for under this item shall be the number of square
� yards of pavement covered in accordance with the specification.
t
I
�
I (�u��Iific�tia��s. 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
�
a
1
;
B
' ' �
Type II Micro-Surfacing Item # 7
Calendar Year 2015-16
maintain a minimum of two mixing units capable of ineeting 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.
j 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
s years and the list must include the locations, amount of square yards applied and a reference ,
� name and telephone number. a
� * 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:
, . .
; �
f
{
3
3�
i
� '
i
3
�
�
,
�
}
i
�
3
}
i
t
$
i .
7
4
F
3
l
�
Type II Micro-Surfacing Item# 7
Calendar Year 2015-16
STATEMrNT nC�' NC�N-C+�I I iJ�I()N
, (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 politica] 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
E have not been lcnowingly 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
i corporate bidder.
�
` RESOLUTION
; Resolved that _ of the
; (Name of signatory)
; Be authorized to sign and submit the bid
i (Name of Corporation) ,
,
�
_
i
!
Type II Micro-Surfacing Item#7
' Calendar Year 2015-16
Or proposal of this corporation for the following Project:
� Item #7
F Tl'PE "II" MICatO-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,
i 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 �
i
i
, (SEAL OF THE CORPOR.ATION) �
; Laws of New York, 1965
Ch. 751, Sec. 103-d, as amended& �
; effective on September 1, 1965. Signature :
i °
,
,
�
,
i
1
3
i
`
9
k �
1
F
1
S
i
S
#
�
Southold Town Board - Letter Board Meeting of June 28, 2016
���"`°"� RESOLUTION 2016-643 Item# 5.10
�Q�
y��,�iaa ADOPTED DOC ID: 12074
THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2016-643 WAS
ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON
JUNE 28, 2016:
Resolved that the Town Board of the Town of Southold hereby authorizes and directs the Town
Clerk's office to advertise for various road treatment bids including Type 6 Hot Mix Asphalt&
Oil/stone for the calendar year 2016-17.
���.
Elizabeth A. Neville
Southold Town Clerk
RESULT: ADOPTED [UNANIMOUS]
MOVER: William P. Ruland, Councilman
SECONDER:Louisa P. Evans, Justice
AYES: Dinizio Jr, Ruland, Doherty, Ghosio, Evans, Russell �
Generated July 1, 2016 Page 18