Bid Tabulation Packet for Solicitation 647. Asphalt Pavement Crack Sealing. Bid Designation: Public

Size: px
Start display at page:

Download "Bid Tabulation Packet for Solicitation 647. Asphalt Pavement Crack Sealing. Bid Designation: Public"

Transcription

1 5 Bid Tabulation Packet for Solicitation Asphalt Pavement Crack Sealing Bid Designation: Public Capitol Region Council of 6 p. 1

2 Bid # - Asphalt Pavement Crack Sealing Capitol Region Council of 5 Creation Date Aug 10, 2016 End Date Sep 22, :00:00 AM EDT Start Date Aug 31, :45:31 AM EDT Awarded Date Not Yet Awarded Asphalt Pavement Cracks to be Sealed - Hot Pour Method, per linear foot Supplier Unit Price Qty/Unit Total Price Attch. Docs U -Seal USA First Offer - $ / linear foot $0.16 Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: A&A Asphalt LLC First Offer - $ / linear foot $0.18 Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: Routing of cracks can be provided for an additional.10 per pound. A free survey and estimate of streets can be provided Sealcoating, Inc. Alt 1 - $ / linear foot $0.31 Y Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: ALTERNATE BID #1 = â œpg Binder & Fibersâ For those agencies preferring a cost-effective option to the ASTM D 6690 rubberized material, PG binder with 6 to 8% polyester reinforcing fibers has been a proven performer throughout the northeastern United States. In an over -banded application, the superior elastic recovery and adhesion properties of the asphalt binder reduces sealant failures as compared to more brittle materials. Additionally, the polyester reinforcing fibers further enhance longterm performance by better distributing the tensile stresses caused by both traffic and thermal expansion/contraction than unreinforced materials. Sealcoating, Inc. Alt 2 - $ / linear foot $0.32 Y Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: ALTERNATE BID #2 = â œpolymer and Crumb Rubber Modified Binder & Fibersâ For agencies preferring a high-performance version of the PG binder with fibers material described in Alternate Bid #1 above, a newer sealant comprised of polymer and crumb rubber modified (PCRM) asphalt binder with 8% polyester fibers has been designed to meet the latest FHWA material stress creep recovery (MSCR) testing standards. Modification includes 7% ground tire rubber (80-mesh) and 3-4% polymer, and the modified binder meets PG 64-28E (â œextremeâ ) grading requirements in accordance with AASHTO M320. This combination of highly modified asphalt binder p. 2

3 plus a heavy dosage of polyester reinforcing fibers has been engineered to perform well across a wide range of New England weather conditions, remaining stable at higher summertime temperatures, and yet flexible in colder winter months. Sealcoating, Inc. First Offer - $ / linear foot $0.39 Y Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: Asphalt Repair Solutions inc First Offer - $ / linear foot $1.50 Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: Mulch Seal, LLC First Offer - $4, / linear foot $4, Y Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: The total price offered is the unit rate only for the alternate bid offer for Cold Applied Mulch Sealing Method, Bid Item Unit A,as per attachment. The unit price, per linear foot, was automatically calculated by Bid Sync based onthe total price per linear foot and does not reflect Mulch Seal, LLc's actual bid submission Asphalt Pavement Cracks to be Sealed - Hot Pour Method - Per Pound Supplier Unit Price Qty/Unit Total Price Attch. Docs Asphalt Repair Solutions inc First Offer - $ / pound $0.30 Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: Sealcoating, Inc. Alt 1 - $ / pound $1.16 Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: ALTERNATE BID #1 = â œpg Binder & Fibersâ For those agencies preferring a cost-effective option to the ASTM D 6690 rubberized material, PG binder with 6 to 8% polyester reinforcing fibers has been a proven performer throughout the northeastern United States. In an over -banded application, the superior elastic recovery and adhesion properties of the asphalt binder reduces sealant failures as compared to more brittle materials. Additionally, the polyester reinforcing fibers further enhance longterm performance by better distributing the tensile stresses caused by both traffic and thermal expansion/contraction than unreinforced materials. p. 3

4 U -Seal USA First Offer - $ / pound $1.20 Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: A&A Asphalt LLC First Offer - $ / pound $1.22 Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: Routing of cracks can be provided for an additional.10 per pound. A free survey and estimate of streets can be provided If town elects to do traffic control we will deduct.10 per pound. Sealcoating, Inc. Alt 2 - $ / pound $1.36 Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: ALTERNATE BID #2 = â œpolymer and Crumb Rubber Modified Binder & Fibersâ For agencies preferring a high-performance version of the PG binder with fibers material described in Alternate Bid #1 above, a newer sealant comprised of polymer and crumb rubber modified (PCRM) asphalt binder with 8% polyester fibers has been designed to meet the latest FHWA material stress creep recovery (MSCR) testing standards. Modification includes 7% ground tire rubber (80-mesh) and 3-4% polymer, and the modified binder meets PG 64-28E (â œextremeâ ) grading requirements in accordance with AASHTO M320. This combination of highly modified asphalt binder plus a heavy dosage of polyester reinforcing fibers has been engineered to perform well across a wide range of New England weather conditions, remaining stable at higher summertime temperatures, and yet flexible in colder winter months. Sealcoating, Inc. First Offer - $ / pound $1.64 Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: Mulch Seal, LLC First Offer - $4, / pound $4, Y Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: The total price offered is the unit rate only for the alternate bid offer for Cold Applied Mulch Sealing Method, Bid Item Unit A, as per attachment. The unit price, per pound, was automatically calculated by Bid Sync based on the total price per pound and does not reflect Mulch Seal, LLc's actual bid submission p. 4

5 Asphalt Pavement Cracks to be Sealed - Hot Pour Method - Per Gallon Supplier Unit Price Qty/Unit Total Price Attch. Docs Mulch Seal, LLC First Offer - $ / gallon $4, Y Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: The total price offered is the unit rate only for the alternate bid offer for Cold Applied Mulch Sealing Method, Bid Item Unit A,as per attachment. The unit price, per gallon, was automatically calculated by Bid Sync based on the total price per gallon and does not reflect Mulch Seal, LLc's actual bid submission Sealcoating, Inc. Alt 1 - $ / gallon $49, Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: ALTERNATE BID #1 = â œpg Binder & Fibersâ For those agencies preferring a cost-effective option to the ASTM D 6690 rubberized material, PG binder with 6 to 8% polyester reinforcing fibers has been a proven performer throughout the northeastern United States. In an over-banded application, the superior elastic recovery and adhesion properties of the asphalt binder reduces sealant failures as compared to more brittle materials. Additionally, the polyester reinforcing fibers further enhance long -term performance by better distributing the tensile stresses caused by both traffic and thermal expansion/contraction than unreinforced materials. Sealcoating, Inc. Alt 2 - $ / gallon $58, Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: ALTERNATE BID #2 = â œpolymer and Crumb Rubber Modified Binder & Fibersâ For agencies preferring a high-performance version of the PG binder with fibers material described in Alternate Bid #1 above, a newer sealant comprised of polymer and crumb rubber modified (PCRM) asphalt binder with 8% polyester fibers has been designed to meet the latest FHWA material stress creep recovery (MSCR) testing standards. Modification includes 7% ground tire rubber (80-mesh) and 3-4% polymer, and the modified binder meets PG 64-28E (â œextremeâ ) grading requirements in accordance with AASHTO M320. This combination of highly modified asphalt binder plus a heavy dosage of polyester reinforcing fibers has been engineered to perform well across a wide range of New England weather conditions, remaining stable at higher summertime temperatures, and yet flexible in colder winter months. p. 5

6 A&A Asphalt LLC First Offer - $ / gallon $61, Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: Routing of cracks can be provided for an additional.10 per pound. A free survey and estimate of streets can be provided U -Seal USA First Offer - $ / gallon $61, Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: Asphalt Repair Solutions inc First Offer - $ / gallon $75, Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: Sealcoating, Inc. First Offer - $ / gallon $76, Y Product Code: Agency Notes: Supplier Product Code: Supplier Notes: Supplier Totals Mulch Seal, LLC Bid Contact Joyce Marino mulchsealpatent@aol.com Ph Fax Bid Notes Agency Notes: Sealcoating, Inc. Bid Contact Qualifications WBE Agency Notes: A&A Asphalt LLC Address 15 Rockdale Avenue Peabody, MA $13, (3/3 items) Mulch Seal, LLC's bid submission does not include prices for any Hot Pour Methods. Our submission is only for Cold Applied Mulch Sealing Methods, as requested under the heading of Intent on the first page of the Bid Specification. Bridget F Regan bregan@sealcoatinginc.com Ph Fax Bid Contact Peter Murphy petermurphy@paverepair.com Ph Bid Notes Agency Notes: Supplier Notes: Mulch Seal, LLC's bid submission does not include prices for any Hot Pour Methods. Our submission is only for Cold Applied Mulch Sealing Methods, as requested under the heading of Intent on the first page of the Bid Specification. Address 825 Granite Street Braintree, MA Supplier Notes: Address PO Box 910 Coventry, CT $49, (3/3 items) $61, (3/3 items) Routing of cracks can be provided for an additional.10 per pound. A free survey and estimate of streets can be provided Supplier Notes: Routing of cracks can be provided for an additional.10 per pound. A free survey and estimate of streets can be provided p. 6

7 U-Seal USA Bid Contact Joe Murphy Ph Agency Notes: Asphalt Repair Solutions inc Bid Contact Chris Simmons Ph Agency Notes: Capitol Region Council of Address 56 Fenn Road Newington, CT Supplier Notes: Address BOTSFORD, CT Supplier Notes: $61, (3/3 items) $75, (3/3 items) Award Total $260, (Does not apply to percentage or no price items.) ** 6 p. 7

8 5 Mulch Seal, LLC Bid Contact Joyce Marino Ph Fax Bid Notes Address 15 Rockdale Avenue Peabody, MA Mulch Seal, LLC's bid submission does not include prices for any Hot Pour Methods. Our submission is only for Cold Applied Mulch Sealing Methods, as requested under the heading of Intent on the first page of the Bid Specification. Item # Line Item Notes Unit Price Qty/Unit Total Price Attch. Docs Asphalt Pavement Cracks to be Sealed - Hot Pour Method, per linear foot Supplier Product Code: Supplier Notes: The total price offered is the unit rate only for the alternate bid offer for Cold Applied Mulch Sealing Method, Bid Item Unit A,as per attachment. The unit price, per linear foot, was automatically calculated by Bid Sync based onthe total price per linear foot and does not reflect Mulch Seal, LLc's actual bid submission First Offer - $4, / linear foot $4, Y Y Asphalt Supplier Product Code: Pavement Supplier Notes: Cracks to be The total price offered is the unit Sealed - Hot rate only for the alternate bid Pour offer for Cold Applied Mulch Method - Per Sealing Method, Bid Item Unit A, Pound as per attachment. The unit price, per pound, was automatically calculated by Bid Sync based on the total price per pound and does not reflect Mulch Seal, LLc's actual bid submission First Offer - $4, / pound $4, Y Y Asphalt Supplier Product Code: Pavement Supplier Notes: Cracks to be The total price offered is the unit Sealed - Hot rate only for the alternate bid Pour offer for Cold Applied Mulch Method - Per Sealing Method, Bid Item Unit Gallon A,as per attachment. The unit price, per gallon, was automatically calculated by Bid Sync based on the total price per gallon and does not reflect Mulch Seal, LLc's actual bid submission First Offer - $ / gallon $4, Y Y Supplier Total $13, p. 8 6

9 Mulch Seal, LLC Capitol Region Council of Item: Asphalt Pavement Cracks to be Sealed - Hot Pour Method, per linear foot 5 Attachments 2016 CRCOG submission Asphalt Pavement Crack Sealing.doc 6 p. 9

10 Alternate bid for Mulch Sealing methods with documentation on the organic cover material, Mulch Seal Liquid material and equipment, as requested per instructions on page 10 of CRCP #628 BID SPECIFICATION. CRCOG Submission for Crack Sealing Using the Mulch Seal Methods. Bid exceptions are included in this submission. UNIT A CRACK SEALING: WAND APPLICATION OF M.S.L. Description: Cracks and other pavement imperfections do not have to be prepared before the crack sealing liquid (M.S.L.) application. M.S.L. shall be applied into the cracks with a generous amount of over-banding. The specified cover material is required to be sufficiently mounded and overlapped to blot out M.S.L. petroleum emulsion. After placement of the cover material, the roadway may be immediately opened to traffic. Scope and Purpose With Organic Cover Material: The organic material shall be introduced into the Mulch Seal Liquid for the following purposes: The compacted material, over time, is to be less elevated in height, eliminating rough riding rumble areas on the surface. Quick curing with dissipation of the organic cover material. The organic material also reduces dust. The encapsulation of the organic material into the liquid adding flexing of the liquid, thereby helping to downsize the cracks The cover material(s) also retard reflective cracks through new hot bituminous concrete overlays. No cover materials will be used unless a specified portion is organic. In most cases the specified mineral filler will be proportioned into the organic cover material to enhance the sealing of large cracks, shallow potholes, or small delaminations. In cold weather if water impermeable small surface shrinkage cracks appear within the matrix of the sealed area, they will reseal in warmer weather with enhanced reworking of the organic encapsulation. UNIT A: Wand Application Equipment Contractor will furnish and apply the specified liquid M.S.L. crack sealing material. The contractor s liquid placement crew shall consist of one truck driver and one wand person with one fully equipped truck. The truck shall be capable of carrying sufficient M.S.L. in two or more gallon pressurized dispensers tested at 50 pounds pressure. The dispensers shall be mounted on the truck and each have the following safety items: SET REGULATOR AT POUNDS PRESSURE CERTIFIED PRESSURE RELEASE VALVE COMPRESSOR TANK WITH QUICK COUPLERS TO LOCK INTO THE REGULATOR MINIMUM TRIPLE LOOP SLOSH TUBE PRESSURIZED FILL CAP PETCOCK WITH EXTENDABLE ARM OVER THE PRESSURE CAP T CLAMP ON BOTTOM OF THE DISPENSER TANK APPROXIMATELY 60-FEET OF ½ INCH FLEXIBLE HOSE DISPENSER WAND WITH ON AND OFF CONTROLS AT THE HANDLE p. 10

11 UNIT B MECHANICAL APPLICATION OF M.S.L. Scope: To prevent and seal existing hairline cracks. Also to increase the ductility and penetration of the asphalt binder in the pavement surface, while offsetting the effects of oxidation and raveling on old and new sections of bituminous pavements. Application: A. The municipality shall remove all old and / or foreign matter and other debris from areas to be sprayed, providing a clean surface. No material shall be applied when the surface is damp or where frost, snow or ice is present nor where ambient temperature is below 32 F. B. A job mix formula including diluted M.S.L. at an approximate predetermined residual rate shall conform to the attached liquid specification. An absorption test rate determination shall be uniformly mechanically applied curb to curb on the pavement surface. The liquid shall be truck broomed into surface voids with sufficient weight prior to absorption. The pavement will then be left until the M.S.L. is absorbed. The Mulch Seal cover material shall then be applied by the municipality at approximately 3 to 5 pounds per square yard and contractor truck broomed for an adequate finished product and immediately opened to traffic. C Work locations and areas to be treated will be specifically delineated in the field by the authorized municipal representative. D. The municipality shall supply traffic control and any necessary barricades, cones, warning signs, flagmen, etc. including all Mulch Seal cover material and application thereof including any necessary post application cleanup. UNIT B Mechanical Application Equipment Computer Controlled Etnyre Centennial Distributor truck, or equal, 2000 gallon minimum capacity The contractor shall furnish and mechanically apply curb to curb the job mix formula of M.S.L. The application crew shall consist of two truck drivers, specified distributor truck and broom truck including front and rear brooms with adequate down pressure. p. 11

12 Organic Cover Material: The Mulch Seal cover materials shall be provided by the Municipality. This material shall consist of the following component(s): An approved, sized organic material alone or proportioned with a mineral filler consisting of ¼ maximum size multi-fractured face hard stone with approximately 5% or less passing the #200 sieve. The Municipality will procure premixed cover material or mix, cover, store and load the cover material onto their own truck(s), as needed for the crack sealing process. The municipality will load onto their own sanders for the curb to curb treatment application. The municipality reserves the right to place the cover material themselves and/or hire outside forces for the cover material placement. The municipality shall be responsible for: Allowing for an eight (8) hour work day Informing the general public prior to the performance of the process Providing traffic control If necessary, any and all costs associated with clean up, including sweeping, hauling, disposal, etc. Mulch Seal, LLC is licensed to work under this bid. p. 12

13 Mulch Seal Liquid (M.S.L.) Property Test Method Requirements 25 degrees C.SFS ASTM D Sieve Test, %w ASTM D max. (MOD) ( 1 ) Particle Charge Test ASTM D positive Cement Mixing Test, %w ASTM D max. Pumping Stability - - ( 2 ) pass 5 - day settlement test, %w ASTM D max. Residue, %w ASTM D min. (MOD) ( 3 ) Test on residue from Distillation 60 degrees C, cst ASTM D ,500 4,000 Maltene Distribution Ratio ASTM D PC + A1 ( 4 ) S + A2 PC/S Ratio ASTM D min. Asphaltenes, %w ASTM D max. ( 1 ) Test procedure identical with ASTM D-244 except that distilled water shall be used in place of two percent sodium oleate solution. ( 2 ) Pumping Stability is determined by charging 450 ml. of emulsion into a one-liter beaker and circulating the emulsion through a gear pump (Roper 29-B22621) having ¼ inch inlet and outlet. The emulsion passes if there is not significant oil separation after circulating ten minutes. ( 3 ) ASTM D-244 Evaporation Test for percent of residue is modified by heating 50 gram sample to 149 degrees C (300 degrees F) until foaming ceases, then cooling immediately and calculating results. ( 4 ) In the Maltenes Distribution Ratio Test by ASTM Method D PC=Polar Compounds A1=First Acidaffins A2=Second Acidaffins S=Saturated Hydrocarbons p. 13

14 MULCH SEAL BID PAGE Bid Item Unit A: Wand application with Municipal forces and equipment placing the specified organic cover material Total $ per diem Bid Item Unit B: Curb to curb liquid application and brooming, as per specification (sander application with specified organic cover material shall be provided by the municipality) 15,000 30,000 square yards $1.39 per sq. yd. 30,001 60,000 square yards $1.24 per sq. yd. 60,001plus square yards $1.19 per sq. yd. Bid Item #3: Additional laborers, if needed Total $49.50 per hour, per laborer Company Mulch Seal, LLC Address 15 Rockdale Avenue Peabody, MA (mailing address) Telephone Number Authorized Representative Joyce A. Marino, Office Manager Date of Bid 9/22/16 p. 14

15 Mulch Seal, LLC Capitol Region Council of Item: Asphalt Pavement Cracks to be Sealed - Hot Pour Method - Per Pound 5 Attachments 2016 CRCOG submission Asphalt Pavement Crack Sealing.doc 6 p. 15

16 Alternate bid for Mulch Sealing methods with documentation on the organic cover material, Mulch Seal Liquid material and equipment, as requested per instructions on page 10 of CRCP #628 BID SPECIFICATION. CRCOG Submission for Crack Sealing Using the Mulch Seal Methods. Bid exceptions are included in this submission. UNIT A CRACK SEALING: WAND APPLICATION OF M.S.L. Description: Cracks and other pavement imperfections do not have to be prepared before the crack sealing liquid (M.S.L.) application. M.S.L. shall be applied into the cracks with a generous amount of over-banding. The specified cover material is required to be sufficiently mounded and overlapped to blot out M.S.L. petroleum emulsion. After placement of the cover material, the roadway may be immediately opened to traffic. Scope and Purpose With Organic Cover Material: The organic material shall be introduced into the Mulch Seal Liquid for the following purposes: The compacted material, over time, is to be less elevated in height, eliminating rough riding rumble areas on the surface. Quick curing with dissipation of the organic cover material. The organic material also reduces dust. The encapsulation of the organic material into the liquid adding flexing of the liquid, thereby helping to downsize the cracks The cover material(s) also retard reflective cracks through new hot bituminous concrete overlays. No cover materials will be used unless a specified portion is organic. In most cases the specified mineral filler will be proportioned into the organic cover material to enhance the sealing of large cracks, shallow potholes, or small delaminations. In cold weather if water impermeable small surface shrinkage cracks appear within the matrix of the sealed area, they will reseal in warmer weather with enhanced reworking of the organic encapsulation. UNIT A: Wand Application Equipment Contractor will furnish and apply the specified liquid M.S.L. crack sealing material. The contractor s liquid placement crew shall consist of one truck driver and one wand person with one fully equipped truck. The truck shall be capable of carrying sufficient M.S.L. in two or more gallon pressurized dispensers tested at 50 pounds pressure. The dispensers shall be mounted on the truck and each have the following safety items: SET REGULATOR AT POUNDS PRESSURE CERTIFIED PRESSURE RELEASE VALVE COMPRESSOR TANK WITH QUICK COUPLERS TO LOCK INTO THE REGULATOR MINIMUM TRIPLE LOOP SLOSH TUBE PRESSURIZED FILL CAP PETCOCK WITH EXTENDABLE ARM OVER THE PRESSURE CAP T CLAMP ON BOTTOM OF THE DISPENSER TANK APPROXIMATELY 60-FEET OF ½ INCH FLEXIBLE HOSE DISPENSER WAND WITH ON AND OFF CONTROLS AT THE HANDLE p. 16

17 UNIT B MECHANICAL APPLICATION OF M.S.L. Scope: To prevent and seal existing hairline cracks. Also to increase the ductility and penetration of the asphalt binder in the pavement surface, while offsetting the effects of oxidation and raveling on old and new sections of bituminous pavements. Application: A. The municipality shall remove all old and / or foreign matter and other debris from areas to be sprayed, providing a clean surface. No material shall be applied when the surface is damp or where frost, snow or ice is present nor where ambient temperature is below 32 F. B. A job mix formula including diluted M.S.L. at an approximate predetermined residual rate shall conform to the attached liquid specification. An absorption test rate determination shall be uniformly mechanically applied curb to curb on the pavement surface. The liquid shall be truck broomed into surface voids with sufficient weight prior to absorption. The pavement will then be left until the M.S.L. is absorbed. The Mulch Seal cover material shall then be applied by the municipality at approximately 3 to 5 pounds per square yard and contractor truck broomed for an adequate finished product and immediately opened to traffic. C Work locations and areas to be treated will be specifically delineated in the field by the authorized municipal representative. D. The municipality shall supply traffic control and any necessary barricades, cones, warning signs, flagmen, etc. including all Mulch Seal cover material and application thereof including any necessary post application cleanup. UNIT B Mechanical Application Equipment Computer Controlled Etnyre Centennial Distributor truck, or equal, 2000 gallon minimum capacity The contractor shall furnish and mechanically apply curb to curb the job mix formula of M.S.L. The application crew shall consist of two truck drivers, specified distributor truck and broom truck including front and rear brooms with adequate down pressure. p. 17

18 Organic Cover Material: The Mulch Seal cover materials shall be provided by the Municipality. This material shall consist of the following component(s): An approved, sized organic material alone or proportioned with a mineral filler consisting of ¼ maximum size multi-fractured face hard stone with approximately 5% or less passing the #200 sieve. The Municipality will procure premixed cover material or mix, cover, store and load the cover material onto their own truck(s), as needed for the crack sealing process. The municipality will load onto their own sanders for the curb to curb treatment application. The municipality reserves the right to place the cover material themselves and/or hire outside forces for the cover material placement. The municipality shall be responsible for: Allowing for an eight (8) hour work day Informing the general public prior to the performance of the process Providing traffic control If necessary, any and all costs associated with clean up, including sweeping, hauling, disposal, etc. Mulch Seal, LLC is licensed to work under this bid. p. 18

19 Mulch Seal Liquid (M.S.L.) Property Test Method Requirements 25 degrees C.SFS ASTM D Sieve Test, %w ASTM D max. (MOD) ( 1 ) Particle Charge Test ASTM D positive Cement Mixing Test, %w ASTM D max. Pumping Stability - - ( 2 ) pass 5 - day settlement test, %w ASTM D max. Residue, %w ASTM D min. (MOD) ( 3 ) Test on residue from Distillation 60 degrees C, cst ASTM D ,500 4,000 Maltene Distribution Ratio ASTM D PC + A1 ( 4 ) S + A2 PC/S Ratio ASTM D min. Asphaltenes, %w ASTM D max. ( 1 ) Test procedure identical with ASTM D-244 except that distilled water shall be used in place of two percent sodium oleate solution. ( 2 ) Pumping Stability is determined by charging 450 ml. of emulsion into a one-liter beaker and circulating the emulsion through a gear pump (Roper 29-B22621) having ¼ inch inlet and outlet. The emulsion passes if there is not significant oil separation after circulating ten minutes. ( 3 ) ASTM D-244 Evaporation Test for percent of residue is modified by heating 50 gram sample to 149 degrees C (300 degrees F) until foaming ceases, then cooling immediately and calculating results. ( 4 ) In the Maltenes Distribution Ratio Test by ASTM Method D PC=Polar Compounds A1=First Acidaffins A2=Second Acidaffins S=Saturated Hydrocarbons p. 19

20 MULCH SEAL BID PAGE Bid Item Unit A: Wand application with Municipal forces and equipment placing the specified organic cover material Total $ per diem Bid Item Unit B: Curb to curb liquid application and brooming, as per specification (sander application with specified organic cover material shall be provided by the municipality) 15,000 30,000 square yards $1.39 per sq. yd. 30,001 60,000 square yards $1.24 per sq. yd. 60,001plus square yards $1.19 per sq. yd. Bid Item #3: Additional laborers, if needed Total $49.50 per hour, per laborer Company Mulch Seal, LLC Address 15 Rockdale Avenue Peabody, MA (mailing address) Telephone Number Authorized Representative Joyce A. Marino, Office Manager Date of Bid 9/22/16 p. 20

21 Mulch Seal, LLC Capitol Region Council of Item: Asphalt Pavement Cracks to be Sealed - Hot Pour Method - Per Gallon 5 Attachments 2016 CRCOG submission Asphalt Pavement Crack Sealing.doc 6 p. 21

22 Alternate bid for Mulch Sealing methods with documentation on the organic cover material, Mulch Seal Liquid material and equipment, as requested per instructions on page 10 of CRCP #628 BID SPECIFICATION. CRCOG Submission for Crack Sealing Using the Mulch Seal Methods. Bid exceptions are included in this submission. UNIT A CRACK SEALING: WAND APPLICATION OF M.S.L. Description: Cracks and other pavement imperfections do not have to be prepared before the crack sealing liquid (M.S.L.) application. M.S.L. shall be applied into the cracks with a generous amount of over-banding. The specified cover material is required to be sufficiently mounded and overlapped to blot out M.S.L. petroleum emulsion. After placement of the cover material, the roadway may be immediately opened to traffic. Scope and Purpose With Organic Cover Material: The organic material shall be introduced into the Mulch Seal Liquid for the following purposes: The compacted material, over time, is to be less elevated in height, eliminating rough riding rumble areas on the surface. Quick curing with dissipation of the organic cover material. The organic material also reduces dust. The encapsulation of the organic material into the liquid adding flexing of the liquid, thereby helping to downsize the cracks The cover material(s) also retard reflective cracks through new hot bituminous concrete overlays. No cover materials will be used unless a specified portion is organic. In most cases the specified mineral filler will be proportioned into the organic cover material to enhance the sealing of large cracks, shallow potholes, or small delaminations. In cold weather if water impermeable small surface shrinkage cracks appear within the matrix of the sealed area, they will reseal in warmer weather with enhanced reworking of the organic encapsulation. UNIT A: Wand Application Equipment Contractor will furnish and apply the specified liquid M.S.L. crack sealing material. The contractor s liquid placement crew shall consist of one truck driver and one wand person with one fully equipped truck. The truck shall be capable of carrying sufficient M.S.L. in two or more gallon pressurized dispensers tested at 50 pounds pressure. The dispensers shall be mounted on the truck and each have the following safety items: SET REGULATOR AT POUNDS PRESSURE CERTIFIED PRESSURE RELEASE VALVE COMPRESSOR TANK WITH QUICK COUPLERS TO LOCK INTO THE REGULATOR MINIMUM TRIPLE LOOP SLOSH TUBE PRESSURIZED FILL CAP PETCOCK WITH EXTENDABLE ARM OVER THE PRESSURE CAP T CLAMP ON BOTTOM OF THE DISPENSER TANK APPROXIMATELY 60-FEET OF ½ INCH FLEXIBLE HOSE DISPENSER WAND WITH ON AND OFF CONTROLS AT THE HANDLE p. 22

23 UNIT B MECHANICAL APPLICATION OF M.S.L. Scope: To prevent and seal existing hairline cracks. Also to increase the ductility and penetration of the asphalt binder in the pavement surface, while offsetting the effects of oxidation and raveling on old and new sections of bituminous pavements. Application: A. The municipality shall remove all old and / or foreign matter and other debris from areas to be sprayed, providing a clean surface. No material shall be applied when the surface is damp or where frost, snow or ice is present nor where ambient temperature is below 32 F. B. A job mix formula including diluted M.S.L. at an approximate predetermined residual rate shall conform to the attached liquid specification. An absorption test rate determination shall be uniformly mechanically applied curb to curb on the pavement surface. The liquid shall be truck broomed into surface voids with sufficient weight prior to absorption. The pavement will then be left until the M.S.L. is absorbed. The Mulch Seal cover material shall then be applied by the municipality at approximately 3 to 5 pounds per square yard and contractor truck broomed for an adequate finished product and immediately opened to traffic. C Work locations and areas to be treated will be specifically delineated in the field by the authorized municipal representative. D. The municipality shall supply traffic control and any necessary barricades, cones, warning signs, flagmen, etc. including all Mulch Seal cover material and application thereof including any necessary post application cleanup. UNIT B Mechanical Application Equipment Computer Controlled Etnyre Centennial Distributor truck, or equal, 2000 gallon minimum capacity The contractor shall furnish and mechanically apply curb to curb the job mix formula of M.S.L. The application crew shall consist of two truck drivers, specified distributor truck and broom truck including front and rear brooms with adequate down pressure. p. 23

24 Organic Cover Material: The Mulch Seal cover materials shall be provided by the Municipality. This material shall consist of the following component(s): An approved, sized organic material alone or proportioned with a mineral filler consisting of ¼ maximum size multi-fractured face hard stone with approximately 5% or less passing the #200 sieve. The Municipality will procure premixed cover material or mix, cover, store and load the cover material onto their own truck(s), as needed for the crack sealing process. The municipality will load onto their own sanders for the curb to curb treatment application. The municipality reserves the right to place the cover material themselves and/or hire outside forces for the cover material placement. The municipality shall be responsible for: Allowing for an eight (8) hour work day Informing the general public prior to the performance of the process Providing traffic control If necessary, any and all costs associated with clean up, including sweeping, hauling, disposal, etc. Mulch Seal, LLC is licensed to work under this bid. p. 24

25 Mulch Seal Liquid (M.S.L.) Property Test Method Requirements 25 degrees C.SFS ASTM D Sieve Test, %w ASTM D max. (MOD) ( 1 ) Particle Charge Test ASTM D positive Cement Mixing Test, %w ASTM D max. Pumping Stability - - ( 2 ) pass 5 - day settlement test, %w ASTM D max. Residue, %w ASTM D min. (MOD) ( 3 ) Test on residue from Distillation 60 degrees C, cst ASTM D ,500 4,000 Maltene Distribution Ratio ASTM D PC + A1 ( 4 ) S + A2 PC/S Ratio ASTM D min. Asphaltenes, %w ASTM D max. ( 1 ) Test procedure identical with ASTM D-244 except that distilled water shall be used in place of two percent sodium oleate solution. ( 2 ) Pumping Stability is determined by charging 450 ml. of emulsion into a one-liter beaker and circulating the emulsion through a gear pump (Roper 29-B22621) having ¼ inch inlet and outlet. The emulsion passes if there is not significant oil separation after circulating ten minutes. ( 3 ) ASTM D-244 Evaporation Test for percent of residue is modified by heating 50 gram sample to 149 degrees C (300 degrees F) until foaming ceases, then cooling immediately and calculating results. ( 4 ) In the Maltenes Distribution Ratio Test by ASTM Method D PC=Polar Compounds A1=First Acidaffins A2=Second Acidaffins S=Saturated Hydrocarbons p. 25

26 MULCH SEAL BID PAGE Bid Item Unit A: Wand application with Municipal forces and equipment placing the specified organic cover material Total $ per diem Bid Item Unit B: Curb to curb liquid application and brooming, as per specification (sander application with specified organic cover material shall be provided by the municipality) 15,000 30,000 square yards $1.39 per sq. yd. 30,001 60,000 square yards $1.24 per sq. yd. 60,001plus square yards $1.19 per sq. yd. Bid Item #3: Additional laborers, if needed Total $49.50 per hour, per laborer Company Mulch Seal, LLC Address 15 Rockdale Avenue Peabody, MA (mailing address) Telephone Number Authorized Representative Joyce A. Marino, Office Manager Date of Bid 9/22/16 p. 26

27 Supplier: Mulch Seal, LLC Capitol Region Council of 5 Capitol Region Purchasing Council 241 Main Street, 4 th Floor Hartford, CT STANDARD BID AND RFP TERMS AND CONDITIONS PURCHASING COUNCIL PURPOSE The Capitol Region Purchasing Council ( Council ) is a purchasing cooperative, acting under the auspices of the Capitol Region Council of, which attempts to provide volume-based discounts to its Member Agency base through various cooperative procurement initiatives. To date, some 115 towns, boards of education and agencies across the State (38 of which are located in the Greater Hartford area) are eligible to take advantage of the Council s services. BID FORMS/SUBMISSION OF BIDS The Council exclusively uses Bid Sync for the notification and dissemination of all solicitations. The receipt of solicitations through any other company may result in your receipt of incomplete specifications and/or addenda which could ultimately render your bid non-compliant. The Council accepts no responsibility for the receipt and/or notification of solicitations through any other company. No oral, telegraphic or telephonic submittal will be accepted. IFB s, RFP s, RFQ s and RFI s shall be submitted in electronic format via BidSync. All Invitations For Bid (IFB), Requests For Proposals (RFP), Requests For Quotes (RFQ), Requests For Information (RFI) submitted electronically via BidSync shall remain locked until official date and time of opening as stated in the Special Terms and Conditions of the IFB, RFP, RFQ and/or RFI. A formal, in-person bid opening will not be held. EXCEPTIONS TO SPECIFICATIONS Vendors are directed to make sure that they understand the terms and conditions as specified in this Invitation for Bid. Unless exceptions to any of the terms and conditions, including pricing, are specified as part of the bid response, it will be expected that all terms and conditions expressed herein are acceptable and shall govern resulting contracts. Any variance from specifications, including product substitutes (as well as replacements for discontinued items) and pricing units (pounds, 50 lb bags vs. 100 lb bags, etc.) must be clearly noted in the vendor s bid response. SUBSTITUTION FOR NAMED BRANDS Should brand name items appear in this bid, the bidder must make available specifications on any substitutions, and explain how the substitution compares with the named brand s specifications. BID AWARD A bid award shall be made by each respective Member Agency to the lowest responsible bidder(s). A Purchase Order issued by the member Town constitutes an award. The lowest responsible bidder is that person or firm whose bid to perform the work is lowest, who is qualified and competent to do the work, whose past performance of work is satisfactory to the Member Agency and whose bid documents comply with the procedural requirements stated herein. The award process may also include additional considerations such as the information provided on the bid forms and the bidder s perceived ability to fulfill his/her obligations as prescribed by these specifications. Each bidder must be prepared to show evidence of having satisfactorily carried out a similar contract, as inability to do so may be cause for rejection. p. 27

28 CONTRACT EXTENSION Contracts may be extended by mutual agreement of the parties for bids with a one year contract period, a one year extension will be permitted if there is mutual agreement; for bids with a two year contract period, a two year contract extension will be permitted if there is mutual agreement. All extensions shall be completed before the next bid invitation is issued. A schedule of bid invitations and openings is posted on the CRPC website. ESTIMATED QUANTITIES The quantities as listed herein are estimates only and have been provided for the purpose of competitive bidding. Actual quantities will be contingent upon the total number of Member Agencies that decide to make an award off of this bid (as participation is voluntary) and the needs of the using departments in the various Member Agencies. INCLUSION OF NON-PARTICIPATING TOWNS AND BOARDS OF EDUCATION Any Member Agency, current or future, within the Capitol Region Purchasing Council shall be allowed to participate in this bid during the life of the contract, even if it is not listed amongst the bid participants. WITHDRAWAL OF BIDS No bid submitted may be withdrawn, in whole or in part, without the written consent of the Capitol Region Purchasing Council. REJECTION AND/OR CANCELLATION OF BIDS The Council reserves the right to reject or cancel any and all bids, or any part of any or all bids, if such action is deemed to be in its best interest to do so. RIGHT TO WAIVE ANY INFORMALITY The cooperating Member Agencies reserve the right to waive any informality in a bid when such a waiver is in their best interest. BID PRICES All prices bid must be on the basis of F.O.B. delivery point, unloaded inside, unless otherwise indicated in the proposal. A bid on any other basis than that indicated in the proposal may be considered informal. Note: The Capitol Region Purchasing Council strictly prohibits the unilateral imposition of additional surcharges (fuel, delivery, etc.) on the participating communities at any point during the contract period. Prices bid shall apply throughout the term of the contract and will be construed as allinclusive. TAXES Member Agencies are exempt from the payment of any sales, excise or federal transportation taxes. The prices bid, whether a net unit price or a trade discount from catalog list prices, must be exclusive of taxes and will be so construed. BILLING Billing shall be made to each bid participant according to the terms set forth on each purchase order. 2% ADMINISTRATIVE FEE The Capitol Region Council of uses BidSync to distribute and receive bids and proposals. Responding vendors agree to pay to BidSync an administrative fee of two percent (2%) of the total ordered amount of all contracts for goods and/or services awarded to the vendor. The fee shall be payable for all Council bids unless specifically exempted by the Council. Refer to for further information. p. 28

29 REPORTING REQUIREMENTS All orders placed on CRPC bids shall be reported to BidSync on a quarterly basis. Please contact Jason Sanchez to set up this important reporting function at (512) (telephone); or jsanchez@periscopeholdings.com. FAILURE TO COMPLY All awarded vendors must comply with the 2% Administrative Fee and Reporting Requirements outlined in the CRPC General Terms and Conditions. Failure to comply within 90 days of orders and/or awards by CRPC members may result in the vendor being restricted from participating in future bids. DELIVERY ARRANGEMENTS AND REQUIREMENTS No delivery shall become due or be acceptable without a written order issued by the Member Agency concerned. Such order will contain the quantity, time of delivery and other important data. REFERENCES Upon request, vendors shall supply the names of other customers (preferably municipalities) to interested Member Agencies. BIDDER PERFORMANCE/LIABILITY FOR DELIVERY FAILURES Failure of any successful bidder to adhere to specifications, prices, terms or conditions of their agreement during the course of the contract period may preclude such bidder from bidding on future CRPC bids in addition to any action that Member Agencies may take as a result of the vendor s failure to perform. It should be noted that the awarded vendor shall assume full responsibility for the negligence of any sub-contractor(s) utilized to fulfill any and all obligations under resulting contracts. Moreover, if the contractor fails to make proper delivery within the time specified or if the delivery is rejected by the Member Agency, the Member Agency may obtain such commodities or any part thereof from other sources in the open market or on contract. Should the new price be greater than the contract price, the difference will be charged against the contractor. Should the new price be less, the contractor shall have no claim to the difference. INSURANCE REQUIRED OF SUCCESSFUL BIDDERS The Successful bidder shall furnish a certificate of insurance which includes the coverages and limits set forth below; identifies the Member Agency as an additional insured; and provides for at least ten (10) days prior notice to the Member Agency of cancellation or non-renewal. Coverage is to be provided on a primary, non-contributory basis: a. General Liability Insurance, including Contractual Liability Insurance and Products/Completed Operations Insurance issued by an insurance company licensed to conduct business in the State of Connecticut with: limits not less than $1,000,000 for all damages because of bodily injury sustained by each person as the result of any occurrence and $1,000,000 bodily injury aggregate per policy year; and limits of $500,000 for all property damage aggregate per policy year or a limit of $1,000,000 Combined Single Limit (CSL). A Waiver of Subrogation shall be provided. All, if any, deductibles are the sole responsibility of the contractor to pay and/or indemnify. p. 29

30 b. Automobile Liability Insurance issued by an insurance company licensed to conduct business in the State of Connecticut with: limits not less than $1,000,000 for all damages because of bodily injury sustained by each person as a result of any occurrence and $1,000,000 aggregate per policy year; and limits of $500,000 for all damages because of property damage sustained as the result of any one occurrence or $1,000,000 Combined Single Limit (CSL). All, if any, deductibles are the sole responsibility of the contractor to pay and/or indemnify. c. Worker s Compensation Insurance in accordance with Connecticut State Statutes. The insurance requirements listed above are minimum requirements for successful bidders. Awarding agencies may require higher insurance limits. FOR THE TOWN OF WEST HARTFORD ONLY Please see Attachment A concerning the town s insurance requirements. FUTURE BID INVITATIONS Future bid invitations may not be sent to vendors who do not bid on this invitation, unless they specifically request that their names be continued on the invitation list. EQUAL EMPLOYMENT OPPORTUNITY/AFFIRMATIVE ACTION The Capitol Region Purchasing Council, an affiliate of the Capitol Region Council of, subscribes to the Council of ' policy of Equal Employment Opportunity and Affirmative Action, and pledges to lend its support and cooperation to private and public agencies who are promoting public policy in this vital area of human relations. Vendors will be required to sign the certificate incorporated in the bid document relative to Equal Employment Opportunity and Minority/Female Business Enterprise (if applicable). SEVERABILITY If any terms or provisions of this bid shall be found to be illegal or unenforceable, then such term or provision shall be deemed stricken and the remaining portions of this bid shall remain in full force and effect. ADDITIONAL TERMS AND CONDITIONS The Vendor assigns to CRCOG all rights title and interests in and to all causes of action it may have under Section 4 of the Clayton Act, 15 USC 15, or under Chapter 624 of the general statutes. This assignment occurs when the Contractor is awarded the contract. Vendor agrees that it is in compliance with all applicable federal, state and local laws and regulations, including but not limited to Connecticut General Statutes Sections 4a-60 and 4a-60a. The Contractor also agrees that it will hold CRCOG harmless and indemnify CRCOG from any action which may arise out of any act by the contractor concerning lack of compliance with these laws and regulations. All purchases will be in compliance with Section 22a-194 to Section 22a-194g of the Connecticut General Statutes related to product packaging. Resulting contracts are subject to the provisions of Executive Order N. Three of Governor Thomas J. Meskill promulgated February 15, 1973 and section 16 of P.A nondiscrimination regarding sexual orientation, an the provisions of Executive Order No. Sixteen of Governor John G. Rowland promulgated august 4, 1999 regarding Violence in the Workplace Prevention Policy. p. 30

31 The contract arising from the bid may be subject to the provisions of of the Connecticut General Statutes, as it may be modified from time to time. In accordance with this section, each contract in excess of two million five hundred thousand dollars between a public agency and a person for the performance of a governmental function shall (1) provide that the public agency is entitled to receive a copy of records and files related to the performance of the governmental function, and (2) indicate that such records and files are subject to the Freedom of Information Act and may be disclosed by the public agency pursuant to the Freedom of Information Act. No request to inspect or copy such records or files shall be valid unless the request is made to the public agency in accordance with the Freedom of Information Act. Any complaint by a person who is denied the right to inspect or copy such records or files shall be brought to the Freedom of Information Commission in accordance with the provisions of sections and of the Connecticut General Statutes. Incorporated by reference into this contract is Section 4-61dd(g)(1) and 4-61dd(3) and (f) of the Connecticut General Statutes which prohibits contractors from taking adverse action against employees who disclosed information to the Auditors of Public Accounts or the Attorney General. QUESTIONS General inquiries should be directed to Maureen Goulet, Purchasing Program Manager, at the: Capitol Region Purchasing Council 241 Main Street, 4 th Floor Hartford, CT Tel: ext. 37 Fax: mgoulet@crcog.org However, no oral interpretations shall be made to any respondent as to the meaning of any of the bid documents. Every request for an interpretation shall be made in writing, addressed and forwarded either to the address above, faxed to (860) , ed to mgoulet@crcog.org, or posted to the BidSync online bidding system. To receive consideration, such questions must be received at least five (5) calendar days before the established date for receipt of proposals. The Program Manager will arrange as addenda, which shall be made a part of this Invitation for Bid and any resulting contracts, all questions received as above provided and the decisions regarding each. At least three (3) days prior to the receipt of bid proposals, the Program Manager will post a copy of any addenda to the BidSync system. In special cases, the Program Coordinator reserves the right to post clarifying information in the form of an addendum outside of the aforementioned timeline. It shall be the responsibility of each respondent to determine whether any addenda have been issued and if so, to download copies directly from the BidSync website. 6 p. 31

32 Supplier: Mulch Seal, LLC 5 CRPC # CAPITOL REGION PURCHASING COUNCIL INVITATION FOR BID ASPHALT PAVEMENT CRACK SEALING BID SPECIFICATION I. MODIFICATIONS TO GENERAL TERMS AND CONDITIONS INTENT The Capitol Region Purchasing Council, on behalf of certain CRPC members, requests bids for ASPHALT PAVEMENT CRACK SEALING using the hot pour method, for the contract period of September 1, 2016 through August 31, Each respective CRPC member will make its own awards and payments according to the terms and conditions set forth in these specifications. A written order from each CRPC member will be required before any work is started, and shall contain information concerning the quantity and type of asphalt pavement crack sealing required, the desired materials to be used, the preferred work schedule, and any other relevant data. This bid is intended for projects that do not meet the threshold for State of Connecticut prevailing wages as codified in the General Statute section and 31-53a. Projects that meet or exceed the threshold shall not be purchased through this bid. Vendors who wish to submit a bid for the Cold Applied Mulch Sealing method may submit an alternate bid which contains documentation on Organic Cover Material, Mulch Seal Liquid Material, and equipment. In general, specifications for asphalt pavement crack sealing found in ASTM D6690 will apply. BID AWARD A bid award shall be made by each respective CRPC member to the lowest responsible bidder(s). The lowest responsible bidder is that person or firm whose bid to perform the work is lowest, who is qualified and competent to do the work, whose past performance of work is satisfactory to the CRPC member and whose bid documents comply with the procedural requirements stated herein. The award process may also include additional considerations such as the information provided on the bid forms and the bidder s perceived ability to fulfill his/her obligations as prescribed by these specifications. The issuance of a Purchase Order from a CRPC member constitutes an award, and such awards may be made to one or more vendors. Each bidder must be prepared to show evidence of having satisfactorily carried out a similar contract, as inability to do so may be cause for rejection. Note that service and scheduling shall be major factors in awarding the contract, and shall consist of the contractor s availability to return to do small jobs during the contract period, as well as to perform work during off-hours (e.g., nights, weekends). Note that the CRPC members reserve the right to make their awards on a section-by-section basis in order to take advantage of the most favorable bid price for each item. ESTIMATED QUANTITIES The quantities specified herein are estimates only and have been provided for the purpose of competitive bidding. Actual quantities will be contingent upon the total number of CRPC members which decide to make an award off this bid (as participation is voluntary), the needs of the using departments of the various CRPC members and changes in State and Local Regulatory Agency s regulations. Furthermore, budget reductions may make it impossible for a CRPC member to undertake some or all of the proposed work. The determination of the type of asphalt pavement crack sealing to be used will be made by the individual CRPC member under the guidance of the State and Local Regulatory Agencies. INSURANCE All respondents are required to submit, with their bids, a copy of the cover sheet from their insurance policy(ies) (or an equivalent piece of documentation) which demonstrates the firm s current coverages and limits for General Liability, Automobile Liability and Worker s Compensation Insurance. p. 32

33 BID SURETY A bid bond is not required for this bid. A performance bond in the amount of one hundred percent (100%) of each Purchase Order may be required of the successful bidder. II. TECHNICAL SPECIFICATION, ADDITIONAL REQUIREMENTS 1. GENERAL DESCRIPTION OF WORK TO BE ACCOMPLISHED The awarded contractor(s) shall be responsible for providing all labor, equipment, and materials necessary to clean and seal cracks in existing asphalt pavements and milled roads, using the hot pour materials method. All work performed by the contractor will be approved by the CRPC member s appointed Supervisor. 2. SCOPE OF SERVICES All-inclusive bids shall be submitted, covering labor, equipment and materials for the items listed in the bid response. Such work shall include, but is not limited to, related cleaning, road preparation, traffic control and clean-up. a. Equipment The equipment required is: Air Compressor, melting kettle, application wand and show, hot air lance, and shall conform to the requirements provided by the awarding entity. On the information sheet, each respondent shall note all equipment that he/she owns and will use in performing this contract. The respondent shall also indicate any other machines available to him/her through lease, etc. Maintenance The Contractor shall keep and maintain their work in good repair for a period of ninety (90) days from the date of completion of the work on the respective streets. It is agreed and understood that the Contractor will at any time during this period, upon notification in writing from the Supervisor, and without expense to the CRPC member, immediately execute all repairs which may be necessary, as determined by said Supervisor by reason of defective workmanship or pavement/roadway use. b. Cleaning/Road Preparation The awarded Contractor shall clean the existing asphalt road surface of all dirt, sand, oil, grease and loose materials by brooming, blowing, or flushing with pressurized water as approved in advance by the awarding entity. All unsealed cracks, all previously sealed cracks with the surface of the existing sealant greater than or equal to ¼ below the surface of the surrounding pavement, and all previously sealed cracks exhibiting cracks, holes, voids and separation from the adjacent pavement shall be sealed. Immediately prior to sealing, all cracks shall be thoroughly cleaned of all foreign material. When cracks show evidence of vegetation, the vegetation shall be removed and sterilized by the use of a propane torch unit, eliminating all vegetation, dirt, moisture and seeds. No crack-sealing material shall be applied in wet cracks, or, where frost, snow or ice is present. The pavement temperature shall be above 40 degrees Fahrenheit (4 degrees Celsius) at the time of the installation of the poured sealing material. c. Traffic Control: All traffic control methods and devices are to be in compliance with the current edition of the Manual of Uniform Traffic Control Devices. All adjustments to traffic operations are to be coordinated with the Director of Public Works for the awarding entity. The Contractor shall maintain and protect traffic in the project area in accordance with the requirements and regulations of the applicable Federal, State and Local Regulatory Agencies and these specifications. It shall be the sole responsibility of the Contractor to notify the State and Local Regulatory Agencies of the awarding entity at least 72 hours in advance of changes in traffic patterns due to the reduction of pavement widths or other traffic obstructions. The Contractor shall furnish, install, maintain, adjust, and remove all signs, suitable barricades, flashers, and traffic cones, as necessary to carry out the traffic routing plan and maintain vehicular and pedestrian traffic. All of this work shall meet with the approval of all the State and Local Regulatory Agencies. The road may be restricted during the construction period but must be opened at the end of each day. The road must be made passable as soon as possible. In addition, access to emergency vehicles, police, rubbish removal trucks, school buses and mail delivery vehicles must be maintained. When requested to do so by the CRPC Member, the Contractor shall furnish the CRPC member with a plan or a written statement of methods, which the Contractor proposes to use, and said plans or methods shall be approved by the Supervisor before any work proceeds. p. 33

34 The cost associated with this item shall not be paid separately, but be included in the bid items. 3. EXPERIENCE Each respondent must submit satisfactory evidence as part of their bid proposal demonstrating experience repairing/sealing asphalt pavement cracks on public roads and knowledge of regulations established by the State and Local Regulatory Agencies, including the most recent regulations. The Contractor shall further guarantee that any employee operating asphalt pavement crack sealing equipment is experienced in operating a machine of this type and competent in its use. A list of at least three (3) municipalities/public agencies where this type of work has been performed during the past two (2) years shall be furnished, including contact persons and phone numbers. (See the bid specific Information Sheet.) 4. TIME OF STARTING AND COMPLETION The Contractor may be requested to start work within seven (7) calendar days of receipt of order, depending on the agreement with the Supervisor of any single CRPC member awarding such contract. All work under any contract awarded as a result of this bid shall be completed within thirty (30) calendar days of receipt of the order unless a specific agreement with a particular Supervisor provides for a later completion date. If physical conditions prevent adherence to this time schedule, the Supervisor of the particular CRPC member shall make arrangements necessary for performance of the work. It is understood that a CRPC member may take appropriate action if an unreasonable delay is encountered beyond the thirty (30) calendar day period mentioned above. It is also understood that should delays occur, the Contractor will prioritize rescheduling efforts to expedite completion and minimize CRPC member exposure from unmarked roadways. Note: Equipment breakdown shall not be considered a valid cause for a time extension request. The contractor shall be expected to have backup equipment available. 5. PAVEMENTS TO BE SEALED Sealants shall be applied mainly on sheet asphalt and milled road pavements. 6. MATERIALS All materials shall be in accordance with the State of Connecticut, Department of Transportation, Standard Specifications for Roads, Bridges and Incidental Construction Form 816, as amended unless otherwise noted: Joint Sealer The hot poured rubberized sealant material shall meet requirements of ASTM D6690, or the latest edition. CRPC members may require joint material samples to be submitted prior to the start of work. Respondents are asked to include, as part of their response, a manufacturer spec sheet for the sealant that will be used to perform the work. Crack Sealant Glenzoil 20 Plus by Emulso Corp. or equivalent crack sealant barrier material. Respondents are asked to include, as part of their response, a manufacturer spec sheet for the sealant that will be used to perform the work. p. 34

35 7. EQUIPMENT Equipment used in the performance of the work required shall be subject to the approval of the awarding entity, and maintained in satisfactory working condition at all times. Air Compressor: Air compressors shall be capable of furnishing not less than 185 cubic feet of air per minute and shall be equipped with traps that will maintain the compressed air free of oil and water. Melting Kettle : The joint sealant material shall be heated in a melter constructed as a double boiler, with a space between the inner and outer shells filled with oil or other heat transfer medium having a flash point of not less than 600 degrees. The equipment shall include positive tehmperature controls, automatic and continuous mechanical agitation, recirculation pumps, and thermometers for continuous reading of temperature of both the sealing compounds and the heat transfer medium. The melter shall be equipped with a thermostat to maintain the sealant compound within the range of temperatures specified by the manufacturer. Respondents are asked to include, as part of their response, a manufacturer spec sheet for the material that will be used to perform the work. Application Wand and Shoe and Hand Pouring Pots Application shoes that are worn shall be replaced. The application shoe shall produce a band aid type of appearance of at least 1 wide on either side of the crack, as well as filling the crack. The height of the sealant above the crack must not exceed 1/8. Hand pouring pots must be equipped with mobile carriage and rubber shoe, and have a flow control valve which allows all cracks to be filled to refusal, so as to eliminate all voids or entrapped air, and not leave unnecessary surplus crack sealer on pavement surfaces. Respondents are asked to include, as part of their response, a manufacturer spec sheet for the material that will be used to perform the work. Hot Air Lance Hot air lance shall be a propane torch unit which operates at 3,000 degrees Fahrenheit and a gas velocity of 3,000 feet per second. 8. VENDOR PERFORMANCE/LIABILITY FOR SERVICE FAILURES Failure of any successful bidder to adhere to the specifications, prices, terms or conditions of their agreement during the course of the contract period may preclude such bidder from bidding on future CRPC bids in addition to any action that municipalities may take as a result of the vendor s failure to perform. It should be noted that the awarded vendor shall assume full responsibility for the negligence of any sub-contractor(s) utilized to fulfill any and all obligations under resulting contracts. Moreover, if the contractor fails to provide the contracted services within the time specified or if the services are rejected by the municipality, the municipality may obtain such services or any part thereof from other sources in the open market or on contract. Should the new price be greater than the contract price, the difference will be charged against the contractor. Should the new price be less, the contractor shall have no claim to the difference. 6 p. 35

36 Supplier: Mulch Seal, LLC Capitol Region Council of 5 ASPHALT PAVEMENT CRACK SEALING CRPC BID # ASPHALT PAVEMENT CRACK SEALING INFORMATION SHEET 1. How many years has your firm been providing Asphalt Pavement Crack Sealing services? Please supply the names and contact information for three (3) municipalities/public agencies your firm has provided Asphalt Pavement Crack Sealing services for in the past two (2) years: Town of Hebron Andrew Tierney Town of Kent Rick Osborne Town of Ashford Joe Kalinowski After the receipt of a work/purchase order, how many business days until you can commence work? 5 Business days 4. Are you available to work nights and/or weekends? yes 5. Please list the Asphalt Pavement Crack Sealing equipment you have available: Twelve pressurized containers 6. Please list the manufacturer/brand name of any materials you use: Mulch Seal Liquid p. 36 6

37 Supplier: Mulch Seal, LLC Capitol Region Council of 5 Insurance Exhibit (West Hartford) For the purpose of this exhibit: the term "Contractor" shall also include their respective agents, representatives, employees or subcontractors; and the term "Town of West Hartford and West Hartford Board of Education" (hereinafter called the "Town") shall include their respective officers, agents, officials, employees, volunteers, boards and commissions. The Contractor shall procure and maintain the required insurance coverage against claims that may arise from, or in connection with the services and goods provided by the Contractor for the duration of the contract term, including any and all extensions. The Contractor shall provide the Town with a certificate of insurance confirming compliance with this exhibit prior to commencement of the contract. Such insurance shall be written for not less than specified, or required by applicable federal, state and/or municipal law, regulation or requirement, whichever is greater. The Contractor shall assume any and all premiums and deductibles in the described insurance policies. Both the Contractor and Contractor's insurer(s) agree to have no right of recovery or subrogation against the Town and the described insurance shall be primary coverage. Any failure to comply with the claim reporting provisions of the policy shall not affect coverage provided to the Town. Each required insurance policy shall not be suspended, voided, cancelled or reduced except after thirty (30) days prior written notice, ten (10) days notice for non-payment, has been given to the Town. All liability policies (with the exception of Worker s Compensation) shall include the Town of West Hartford, the West Hartford Board of Education, and their respective officers, agents, officials, employees, volunteers, boards and commissions as an Additional Insured and shall include, but not be limited to investigation, defense, settlement, judgment or payment of any legal liability. Failure to maintain the required insurance coverage and Additional Insured Endorsements shall be grounds for termination of the contract. It is agreed that the scope and limits of the insurance specified are minimum requirements and shall in no way limit or exclude the Town from additional limits or coverage provided under each policy. The policies shall be on the occurrence form and must be written by companies licensed to do business in the State of Connecticut. The Town s Risk Manager shall review any and all exceptions. Commercial General Liability: $1,000,000 combined single limit per occurrence for bodily injury, personal injury, property damage, contractual liability and products /completed operations. Contractor shall continue to provide products/completed operations coverage for two (2) years after completion of the work. Automobile Liability and Physical Damage Coverage: $1,000,000 combined single limit per occurrence for any auto, including statutory uninsured/underinsured motorists coverage and $1,000 medical payments. Policy to include collision and comprehensive coverage for any auto used for the purpose of this contract. Umbrella Liability: $1,000,000 per occurrence, $2,000,000 aggregate following form. Workers Compensation: Statutory limits including Employer s Liability with limits of $100,000 each accident, $500,000 for each disease/policy limit, and $100,000 for disease for each employee as required by the State of Connecticut. If the Contractor decides not to procure workers compensation in accordance with Connecticut law, the Contractor agrees to comply with the Connecticut Workers Compensation Act s (Act) requirements for withdrawing from the provisions of the Act, including, but not limited to, filing the appropriate notice of withdrawal with the commissioner. The Contractor is wholly responsible for taking the actions necessary to withdraw from the provisions of the Act. In lieu of procuring workers compensation insurance and providing the Town with proof thereof, the Contractor agrees to hold the Town of West Hartford, the West Hartford Board of Education, their respective boards and commissions, officers, agents, officials, employees, servants, volunteers, contractors and representatives harmless from any and all suits, claims, and actions arising from personal injuries sustained by him during the course of the performance of this contract, however caused. Personal Property for "all risk" insurance on a replacement cost basis to cover the value of personal property belonging to the Contractor and others (including but not limited to the personal property of subcontractors) located on Town property while in use or in storage for the duration of the contract. Deductible not to exceed $1,000. Joyce Marino 9/19/16 Duly Authorized Date Joyce A. Marino, OM (Print Name Here) p. 37

38 6 p. 38

39 Supplier: Mulch Seal, LLC Capitol Region Council of 5 GENERAL VENDOR INFORMATION VENDORS ARE ASKED TO FILL OUT THIS FORM SO THAT THEIR BID RESPONSES ARE CONSIDERED COMPLETE. The undersigned: is aware that any CRPC member may reject any and all bids, or any part of any and all bids; is aware that quantities furnished herein are estimates only; has not included any state or federal taxes for which the CRPC members are not liable; and is making this bid without collusion with any person, individual or corporation. COMPANY Mulch Seal, LLC REPRESENTATIVE Joyce Marino POSITION Office Manager ADDRESS 15 Rockdale Avenue Peabody, MA (ZIP) TELEPHONE # FAX # TAX ID # ADDRESS p. 39

40 Capitol Region Council of SIGNATURE Joyce A. Marino PAYMENT TERMS: %Net 30Days DATE: 9/19/15 6 p. 40

41 5 Sealcoating, Inc. Bid Contact Qualifications WBE Bridget F Regan bregan@sealcoatinginc.com Ph Fax Address 825 Granite Street Braintree, MA Item # Line Item Notes Unit Price Qty/Unit Total Price Attch. Docs Asphalt Pavement Cracks to be Sealed - Hot Pour Method, per linear foot Supplier Product Code: Supplier Notes: ALTERNATE BID #1 = â œpg Binder & Fibersâ For those agencies preferring a costeffective option to the ASTM D 6690 rubberized material, PG binder with 6 to 8% polyester reinforcing fibers has been a proven performer throughout the northeastern United States. In an over -banded application, the superior elastic recovery and adhesion properties of the asphalt binder reduces sealant failures as compared to more brittle materials. Additionally, the polyester reinforcing fibers further enhance long -term performance by better distributing the tensile stresses caused by both traffic and thermal expansion/contraction than unreinforced materials. Alt 1 - $ / linear foot $0.31 Y Y Supplier Product Code: Supplier Notes: ALTERNATE BID #2 = â œpolymer and Crumb Rubber Modified Binder & Fibersâ For agencies preferring a highperformance version of the PG binder with fibers material described in Alternate Bid #1 above, a newer sealant comprised of polymer and crumb rubber modified (PCRM) asphalt binder with 8% polyester Alt 2 - $ / linear foot $0.32 Y Y p. 41

42 fibers has been designed to meet the latest FHWA material stress creep recovery (MSCR) testing standards. Modification includes 7% ground tire rubber (80-mesh) and 3-4% polymer, and the modified binder meets PG 64-28E (â œextremeâ ) grading requirements in accordance with AASHTO M320. This combination of highly modified asphalt binder plus a heavy dosage of polyester reinforcing fibers has been engineered to perform well across a wide range of New England weather conditions, remaining stable at higher summertime temperatures, and yet flexible in colder winter months. Capitol Region Council of Supplier Product Code: First Offer - $ / linear foot $0.39 Y Y Asphalt Pavement Cracks to be Sealed - Hot Pour Method - Per Pound Supplier Product Code: Supplier Notes: ALTERNATE BID #1 = â œpg Binder & Fibersâ For those agencies preferring a costeffective option to the ASTM D 6690 rubberized material, PG binder with 6 to 8% polyester reinforcing fibers has been a proven performer throughout the northeastern United States. In an over -banded application, the superior elastic recovery and adhesion properties of the asphalt binder reduces sealant failures as compared to more brittle materials. Additionally, the polyester reinforcing fibers further enhance long -term performance by better distributing the tensile stresses caused by both traffic and thermal expansion/contraction than unreinforced materials. Alt 1 - $ / pound $1.16 Y p. 42

43 Supplier Product Code: Supplier Notes: ALTERNATE BID #2 = â œpolymer and Crumb Rubber Modified Binder & Fibersâ For agencies preferring a highperformance version of the PG binder with fibers material described in Alternate Bid #1 above, a newer sealant comprised of polymer and crumb rubber modified (PCRM) asphalt binder with 8% polyester fibers has been designed to meet the latest FHWA material stress creep recovery (MSCR) testing standards. Modification includes 7% ground tire rubber (80-mesh) and 3-4% polymer, and the modified binder meets PG 64-28E (â œextremeâ ) grading requirements in accordance with AASHTO M320. This combination of highly modified asphalt binder plus a heavy dosage of polyester reinforcing fibers has been engineered to perform well across a wide range of New England weather conditions, remaining stable at higher summertime temperatures, and yet flexible in colder winter months. Alt 2 - $ / pound $1.36 Y Supplier Product Code: First Offer - $ / pound $1.64 Y Asphalt Pavement Cracks to be Sealed - Hot Pour Method - Per Gallon Supplier Product Code: Supplier Notes: ALTERNATE BID #1 = â œpg Binder & Fibersâ For those agencies preferring a costeffective option to the ASTM D 6690 rubberized material, PG binder with 6 to 8% polyester reinforcing fibers has been a proven performer throughout the northeastern United Alt 1 - $ / gallon $49, Y p. 43

44 States. In an over -banded application, the superior elastic recovery and adhesion properties of the asphalt binder reduces sealant failures as compared to more brittle materials. Additionally, the polyester reinforcing fibers further enhance long -term performance by better distributing the tensile stresses caused by both traffic and thermal expansion/contraction than unreinforced materials. Capitol Region Council of Supplier Product Code: Supplier Notes: ALTERNATE BID #2 = â œpolymer and Crumb Rubber Modified Binder & Fibersâ For agencies preferring a highperformance version of the PG binder with fibers material described in Alternate Bid #1 above, a newer sealant comprised of polymer and crumb rubber modified (PCRM) asphalt binder with 8% polyester fibers has been designed to meet the latest FHWA material stress creep recovery (MSCR) testing standards. Modification includes 7% ground tire rubber (80-mesh) and 3-4% polymer, and the modified binder meets PG 64-28E (â œextremeâ ) grading requirements in accordance with AASHTO M320. This combination of highly modified asphalt binder plus a heavy dosage of polyester reinforcing fibers has been engineered to perform well across a wide range of New England weather conditions, remaining stable at higher summertime temperatures, and yet flexible in colder winter months. Alt 2 - $ / gallon $58, Y p. 44

45 Supplier Product Code: First Offer - $ / gallon $76, Y Supplier Total $49, p. 45

46 Sealcoating, Inc. Capitol Region Council of Item: Asphalt Pavement Cracks to be Sealed - Hot Pour Method, per linear foot 5 Attachments CRCoG Crack Sealing Bid Proposed Alternates.docx ALTERNATE BID - Trade Name Manufacturer of Materials for PG Fiber Crack Seal.docx ALTERNATE BID - FIBER PG CRACK SEAL REFERENCES.doc ALTERNATE BID - Fiber Reinforced Crack Sealing Specifications.doc 6 p. 46

47 ALTERNATE BID #1 = PG Binder & Fibers For those agencies preferring a cost-effective option to the ASTM D 6690 rubberized material, PG binder with 6 to 8% polyester reinforcing fibers has been a proven performer throughout the northeastern United States. In an over-banded application, the superior elastic recovery and adhesion properties of the asphalt binder reduces sealant failures as compared to more brittle materials. Additionally, the polyester reinforcing fibers further enhance longterm performance by better distributing the tensile stresses caused by both traffic and thermal expansion/contraction than unreinforced materials. ALTERNATE BID #2 = Polymer and Crumb Rubber Modified Binder & Fibers For agencies preferring a high-performance version of the PG binder with fibers material described in Alternate Bid #1 above, a newer sealant comprised of polymer and crumb rubber modified (PCRM) asphalt binder with 8% polyester fibers has been designed to meet the latest FHWA material stress creep recovery (MSCR) testing standards. Modification includes 7% ground tire rubber (80- mesh) and 3-4% polymer, and the modified binder meets PG 64-28E ( Extreme ) grading requirements in accordance with AASHTO M320. This combination of highly modified asphalt binder plus a heavy dosage of polyester reinforcing fibers has been engineered to perform well across a wide range of New England weather conditions, remaining stable at higher summertime temperatures, and yet flexible in colder winter months. p. 47

48 825 Granite Street, Braintree, MA Phone (781) Fax (781) Certified WBE Capitol Region Council of Project/Solicitation # Bid Opening Date: September 22, 2016 Please see below the Trade Name & Manufacturer of materials that Sealcoating, Inc. proposes to use as an alternate. Asphalt Binder: PG Manufacturer Bitumar Tri-Products 171 Brownstone Ave All States Materials Group Portland, CT Amherst Rd., Rte. 116 Phone: (860) Sunderland, MA Phone: (413) Polyester Fibers Manufacturer 8% Polyester Fibers Advanced Fiber Solutions 403 Powderhorn Road Laurens, SC Phone: (800) p. 48

49 825 Granite Street, Braintree, MA Phone (781) Fax (781) Fiber Reinforced Crack Sealing References Town of Dartmouth, MA (Customer since 2005) Department of Public Works 759 Russells Mills Road Dartmouth, MA Contact: David Hickox, Public Works Director (508) Job # , Start Date: 06/16/2015, Completion Date: 09/24/15, Contract Amount: $97, Town of Duxbury, MA (Customer since 1996) Department of Public Works 878 Tremont Street Duxbury, MA Contact: Peter Buttkus, Public Works Director (781) Job # , Start Date: 05/10/15, Completion Date: 5/31/15, Contract Amount: $56, Town of Danvers, MA (Customer since 1996) Department of Public Works 1 Sylvan Street Danvers, MA Contact: David Lane, Public Works Director (978) dlane@mail.danvers-ma.org Job # , Start Date: 5/13/2014, Completion Date: 04/24/2015, Contract Amount: $99, Town of Marshfield, MA (Customer since 1996) Department of Public Works 870 Moraine Street Marshfield, MA Contact: Tom Reynolds, Superintendent (781) treynolds@townofmarshfield.org Job # , Start Date: 08/15/15, Completion Date: 10/03/15, Contract Amount: $117, Town of Shutesbury (Customer since 2000) Highway Department 187 Leverett Road Shutesbury, MA Contact: Tim Hunting (413) highwaydept@shutesbury.org Job # , Start Date: 10/14/15, Completion Date: 11/07/15, Contract Amount: $48, Town of Ledyard, CT (Customer since 2011) 741 Colonel Ledyard Highway Ledyard, CT Contact: Steven Masalin, Director of Public Works (860) public.works.director@ledyardct.org Job # , Start Date: 7/02/15, Completion Date: 09/30/15, Contract Amount: $115, p. 49

50 Specification No. 1B (revised) 9/22/2016 RANDOM-CRACK SEALING BY FIBER REINFORCED METHOD 1. SCOPE OF WORK a. The work covered by this section of the specification consists of furnishing all plant, labor, equipment and materials necessary to perform all operations in connection with the cleaning and sealing of construction and random cracks in bituminous concrete pavements, and vegetation removal and sterilization of cracks where necessary. 2. MATERIAL a. Crack sealer shall be an asphalt-fiber compound designed especially for improving strength and performance of the parent asphalt sealant. (1) Asphalt Sealant shall be a grade PG (formerly AC-10), PG or PG (formerly AC-20) with a penetration of (2) Fiber reinforcing materials shall be short-length polyester fibers having the following properties. Length mm. Diameter inch plus or minus inch Specific Gravity to 1.40 Melt Temperature degrees F. minimum Ignition Temperature degrees F. minimum Tensile Strength ,000 PSI plus or minus 5,000 PSI Break Elongation % plus or minus 9%----They are fully drawn b. Asphalt-Fiber compound shall be mixed at a rate of 6-8% fiber weight to weight of asphalt cement. This compound having the same chemical base provides compatibility and exhibits excellent bond strengths. The fiber functions to re-distribute high stress and strain concentrations that are imposed on the sealant by thermal sources, traffic loading, etc. 3. EQUIPMENT a. Equipment used in the performance of the work required by this section of the specification shall be subject to the engineer and maintained in a satisfactory working condition at all times. (1) Air Compressor: Air compressors shall be portable and capable of furnishing not less than 100 cubic feet of air per minute at not less than 90 lbs. per square inch pressure at the nozzle. The compressor shall be equipped with traps that will maintain the compressed air free of oil and water. (2) Manually operated, gas powered air-broom or self-propelled sweeper designed especially for use in cleaning highway and airfield pavements shall be used to remove debris, dirt, and dust from the cracks. (3) Hand tools shall consist of brooms, shovels, metal bars with chisel shaped ends, and any other tools which may be satisfactorily used to accomplish this work. (4) Melting Kettle: The unit used to melt the joint sealing compound shall be double boiler, indirect fired type. The space between the inner and outer shells shall be filled with a suitable heat transfer oil or substitute having a flash point of not less than 600 degrees F. The kettle shall be equipped with a satisfactory means of agitating the joint sealer at all times. This may be accomplished by continuous stirring with mechanically operated paddles and/or by a continuous circulating gear pump attached to the heating unit. The kettle must be equipped with thermostatic control calibrated between 200 degrees F. and 550 degrees F. p. 50

51 Specification No. 1B (revised) 9/22/ PREPARATION OF CRACKS (a) Debris Removal: All cracks shall be blown clean by high pressure air. All old material and other debris removed from the cracks shall be removed from pavement surface immediately by means of power sweepers or hand brooms or air brooms. (b) Vegetation: When cracks show evidence of vegetation, it shall be removed and sterilized by use of Propane Torch unit generating 2000 degrees F. and 3000 foot/second velocity to eliminate all vegetation, dirt, moisture and seeds. (c) General: No crack sealing material shall be applied in wet cracks or where frost, snow or ice is present nor when ambient temperature is below 25 degrees F. 5. PREPARATION AND PLACEMENT OF SEALER (a) Joint sealing material shall be heated and applied at a temperature specified by the manufacturer and approved by the engineer. Minimum application temperature shall be 320 degrees F. (b) Sealer shall be delivered to the pavement surface through a pressure hose line and applicator shoe. The shoe width and overbanding area shall not exceed three inches (3 ) in diameter.. When traffic requires immediate use of the roadway, a boiler slag aggregate shall be broadcast over cracks to prevent sealer pickup. 6. WORKMANSHIP a. All workmanship shall be of the highest quality, and excess of spilled sealer shall be removed from the pavement by approved methods and discarded. Any workmanship determined to be below the high standards of the particular craft involved will not be accepted, and will be corrected and/or replaced as required by the engineer in charge. 7. PERFORMANCE a. It is the intentions of the Public Agency not to award a contract for this work under this or any other proposal if the bidder cannot furnish satisfactory evidence that he has the ability and experience to perform this class of work and that he has sufficient capital and equipment to enable him to prosecute the work successfully and to complete it within the time named in the contract; and the Public Agency reserves the right to reject this or any other proposal or to award the contract as is deemed to be in the best interest of said Public Agency. b. Properly formulated and mixed asphalt fiber compound overbanding shall not expand beyond four inches (4 ) in width due to temperature or traffic compression after placement by contractor. Penalties will be imposed upon the contractor for expansion of the overbanding beyond four inches (4 ). c. The contractor must submit with his bid proposal a list of six (6) jobs which he has successfully completed, giving the name and the address of these projects so they can be investigated prior to the award of the contract. d. The Owner will require the contractor to successfully perform a 200 foot test strip in the field prior to commencing work under the contract. e. Manufacturer s certificate of material compliance will be furnished to the Owner certifying conformance to the above material specifications. 8. MEASUREMENT AND PAYMENT a. Measurement for this bid unit shall be by the gallon and shall be the actual number of gallons of sealer applied to the pavement. Payment shall be at the unit price bid in the proposal and shall be complete payment for the entire item including furnishing, preparation and placing of materials, labor and equipment to be used on this project. b. Expansion of the overband by traffic or weather will result in a penalty equivalent to the ratio of the expansion to the overband. (Example: A one inch (1 ) expansion of a four inch (4 ) overband will result in a 25% reduction in the number of gallons paid.) p. 51

52 Sealcoating, Inc. Capitol Region Council of Item: Asphalt Pavement Cracks to be Sealed - Hot Pour Method, per linear foot 5 Attachments CRCoG Crack Sealing Bid Proposed Alternates.docx ALTERNATE BID - Trade Name Manufacturer of Materials for PCRM Crack Seal.docx ALTERNATE BID - PCRM CRACK SEALING REFERENCES.doc ALTERNATE BID - Random Crack Sealing - Polymer and Crumb Rubber Modified Asphalt Compound with Reinforcing Fibers.pdf 6 p. 52

53 ALTERNATE BID #1 = PG Binder & Fibers For those agencies preferring a cost-effective option to the ASTM D 6690 rubberized material, PG binder with 6 to 8% polyester reinforcing fibers has been a proven performer throughout the northeastern United States. In an over-banded application, the superior elastic recovery and adhesion properties of the asphalt binder reduces sealant failures as compared to more brittle materials. Additionally, the polyester reinforcing fibers further enhance longterm performance by better distributing the tensile stresses caused by both traffic and thermal expansion/contraction than unreinforced materials. ALTERNATE BID #2 = Polymer and Crumb Rubber Modified Binder & Fibers For agencies preferring a high-performance version of the PG binder with fibers material described in Alternate Bid #1 above, a newer sealant comprised of polymer and crumb rubber modified (PCRM) asphalt binder with 8% polyester fibers has been designed to meet the latest FHWA material stress creep recovery (MSCR) testing standards. Modification includes 7% ground tire rubber (80- mesh) and 3-4% polymer, and the modified binder meets PG 64-28E ( Extreme ) grading requirements in accordance with AASHTO M320. This combination of highly modified asphalt binder plus a heavy dosage of polyester reinforcing fibers has been engineered to perform well across a wide range of New England weather conditions, remaining stable at higher summertime temperatures, and yet flexible in colder winter months. p. 53

54 825 Granite Street, Braintree, MA Phone (781) Fax (781) Certified WBE Capitol Region Council of Project/Solicitation # Bid Opening Date: September 22, 2016 Please see below the Trade Name & Manufacturer of materials that Sealcoating, Inc. proposes to use as an alternate. Asphalt Binder: Modified Asphalt Manufacturer Bitumar Tri-Products Suit-Kote 171 Brownstone Ave All States Materials Group 1911 Lorings Crossing Rd. Portland, CT Amherst Rd., Rte. 116 Cortland, NY Phone: (860) Sunderland, MA Phone: (607) Phone: (413) Polyester Fibers Manufacturer 8% Polyester Fibers Advanced Fiber Solutions 403 Powderhorn Road Laurens, SC Phone: (800) p. 54

55 825 Granite Street, Braintree, MA Phone (781) Fax (781) Polymer & Crumb Rubber Modified Crack Sealing References Fairfield, CT; Town of (Customer since 2013) Department of Public Works One Rod Highway Fairfield, CT Phone: (203) Contact: Scott Bartlett, Superintendent Fax: (203) Job # , Start Date: 08/29/2015, Completion Date: 09/05/2015, Contract Amount: $43, Mansfield, MA; Town of (Customer since 2000) Department of Public Works 6 Park Row Mansfield, MA Phone: (508) Contact: Mark Cook, Operations Manager Fax: (508) Job # , Start Date: 04/16/2015, Completion Date: 10/31/2015, Contract Amount: $341, City of Newport, RI (Customer since 2007) 280 Spring Street Newport, RI Phone: (401) Contact: Bill Riccio, Director of Public Services Fax: (401) Job # , Start Date: 06/29/2015, Completion Date: 09/19/2015, Contract Amount: $79, Foxboro, MA; Town of (Customer since 2001) Department of Public Works 70 Elm Street Foxboro, MA Phone: (508) Contact: Roger Hill, Public Works Director Fax: (508) Job # , Start Date: 10/14/2015, Completion Date: 12/01/2015, Contract Amount: $131, Sandwich, MA; Town of (Customer since 1996) Highway Department 500 Route 130 Sandwich, MA Phone: (508) Contact: Paul Tilton, Director of Public Works Fax: (508) Job # , Start Date: 05/11/2015, Completion Date: 11/07/2015, Contract Amount: $171, Manchester, NH; City of (Customer since 1996) Department of Public Works 475 Valley Street Manchester, NH Phone: (603) Contact: Todd Connors, Engineering Manager Fax: (603) Job # , Start Date: 06/10/2015, Completion Date: 11/23/2015, Contract Amount: $324, p. 55

56 02/10/2014 RANDOM CRACK SEALING POLYMER & CRUMB RUBBER MODIFIED ASPHALT COMPOUND WITH REINFORCING FIBERS 1. SCOPE OF WORK The work covered by this section of the specification consists of furnishing all plant, labor, equipment and materials necessary to perform all operations in connection with the cleaning and sealing of construction and random cracks in bituminous concrete pavements, including vegetation removal and sterilization of cracks, where necessary. 2. MATERIAL Crack sealant shall be a modified asphalt-fiber compound designed specifically for improving the strength and performance of the parent asphalt sealant. (a) The asphalt binder shall consist of a blend of neat asphalt binder, chemically modified crumb rubber (CMCR), and a polymer package, all of which meet the following specifications: The binder will meet PG 64-28E requirements after modification including: o PG grade requirements of AASHTO M320 o Requirements of AASHTO TP70/MP19 Modification, at a minimum, shall consist of 7% crumb rubber, and the maximum particle size for the recycled tire rubber shall be 80 mesh (#80 sieve) The asphalt supplier shall provide testing for both the neat and modified asphalt binders See below for typical modified test results for 64-28E with crumb rubber: DSR ORIGINAL kpa 64 C. Fail temp = 76+ C DSR RTFO kpa 64 C. Fail temp = 76+ C MSCR JNR (MSCR unit of measure): 3.2 E 64 C R3200 (Average % Recovery): >70% DSR PAV kpa 64 C BBR Stiffness -18 C. M-Value -18 C (b) Fiber reinforcing materials shall be short-length polyester fibers having the following properties: Length* 0.25 in. ± 0.02 in. Elongation at Break (ASTM D ) 35% ± 3% Melting Point (ASTM D ) >475 degrees F (246 degrees C) Crimps/Inch (ASTM D ) None Cross Section Round Denier (ASTM D ) 4.5 Nominal dpf Tensile Strength (ASTM D ) >70,000 psi Diameter in. ** Specific Gravity (ASTM D792-91) 1.32 to 1.40 * At temperatures ranging from ambient to maximum finished product mix temperature ** Subject to Normal Variations Page 1 of 4 p. 56

57 02/10/2014 RANDOM CRACK SEALING POLYMER & CRUMB RUBBER MODIFIED ASPHALT COMPOUND WITH REINFORCING FIBERS The modified asphalt-fiber compound shall be mixed at a rate of 8% fiber weight to weight of asphalt cement. This compound having the same chemical base provides compatibility and exhibits excellent bond strengths. The fiber functions to re-distribute high stress and strain concentrations that are imposed on the sealant by thermal sources, traffic loading, etc. 3. EQUIPMENT Equipment used in the performance of the work required by this section of the specification shall be subject to approval by the Owner, and maintained in a satisfactory working condition at all times. (a) Air Compressor: Air compressors shall be capable of furnishing not less than 100 cubic feet of air per minute at not less than 90 lbs. per square inch pressure at the nozzle. The compressor shall be equipped with traps that will maintain the compressed air free of oil and water. (b) Manually operated, gas powered air-broom or self-propelled sweeper designed especially for use in cleaning highway and airfield pavements shall be used to remove debris, dirt and dust from the cracks. (c) Melter: The unit used to melt or maintain the crack sealant compound at the recommended application temperature shall be the indirect fired type. It shall be equipped with a remote heat exchanger and hot oil circulation pump capable of maintaining a consistent temperature of the heat transfer oil. The heat transfer oil shall be circulated to all sides and the bottom of the vat containing the crack sealant compound making a continuous loop back to the heat exchanger and having a flash point of not less than 600 degrees F. The melter shall be equipped with a satisfactory means of agitating the crack sealant at all times. This may be accomplished by continuous stirring with mechanically operated paddles and/or by a circulating gear pump attached to the melter. The melter must be equipped with a thermostatic control calibrated between 200 degrees F and 550 degrees F, and must be capable of pumping an 8% fiber content blend. 4. PREPARATION OF CRACKS (a) Debris and Vegetation Removal: All cracks shall be blown clean and sterilized by use of a propane air torch generating 2,000 degrees F and 3,000 feet/second velocity to eliminate all vegetation, dirt, moisture and seeds. All debris removed from the cracks shall be removed from the pavement surface immediately by means of a power sweeper, hand or air broom. (b) General: No crack sealant material shall be applied in wet cracks or where frost, snow or ice is present, nor when the ambient temperature is below 25 degrees F. 5. PREPARATION AND PLACEMENT OF SEALANT (a) The asphalt-fiber compound shall be thoroughly mixed for a minimum of one hour before application can begin. To ensure a uniform fiber distribution in the sealant, and also to limit fluctuations in the application temperature of the blended material, the contractor must have a full melter kettle of sealant mixed, heated to the proper application temperature, and ready for testing at the start of each work day. Once that batch of sealant is emptied from the melter kettle, crack sealing operations will cease for the remainder of the day. No new materials will be allowed to be added to the melter kettle during the work day under any circumstances. Minimum application temperature shall be 320 degrees F. (b) Sealant shall be delivered to the pavement cracks through a high pressure hose line and applicator shoe. Diameter of the applicator shoe is not to exceed 3.5 inches. Once the pavement cracks are sealed, the width of the sealant on the pavement (overbanding) shall be no greater than 3 inches. Page 2 of 4 p. 57

58 02/10/2014 RANDOM CRACK SEALING POLYMER & CRUMB RUBBER MODIFIED ASPHALT COMPOUND WITH REINFORCING FIBERS When traffic requires immediate use of the roadway, a boiler slag aggregate shall be broadcast over the cracks to prevent the sealant from being picked up. 6. WORKMANSHIP All workmanship shall be of the highest quality, and any excess of spilled sealant shall be removed from the pavement by approved methods and discarded. Any workmanship determined to be below the high standards of the particular craft involved will not be accepted, and will be corrected and/or replaced as required by the Owner. 7. PERFORMANCE (a) It is the intention of the Owner not to award a contract for this work under this or any other proposal if the bidder cannot furnish satisfactory evidence that he has the ability and experience to perform this class of work, and that he has sufficient capital and equipment to enable him to prosecute the work successfully and to complete it within the time named in the contract. The Owner reserves the right to reject this or any other proposal, or to award the contract as is deemed to be in the best interest of said Owner (b) Properly formulated and mixed asphalt fiber compound overbanding shall not be greater than three inches (3 ) in width. Penalties will be imposed upon the contractor for overbanding beyond three inches (3 ). (c) The contractor must submit the following with his bid proposal: A list of six (6) jobs which he has successfully completed with the polymer and crumb rubber modified asphalt compound with reinforcing fibers specified herein, giving the name and address of these projects so they can be investigated prior to the award of the contract. The trade name of the crack sealant the bidder intends to use. The manufacturer of the crack sealant the bidder intends to use. (d) The Owner will require the contractor to successfully perform a 200 foot test strip in the field prior to commencing work under the contract. (e) Manufacturer s certificate of material compliance will be furnished to the Owner certifying conformance to the above material specifications, including the following: Performance Grade of Unmodified Asphalt: PG 64-28S (standard) AASHTO M-320, Table 1 7% chemically-modified crumb rubber (CMCR) o Composed of 100% 80-mesh recycled tire rubber 3-4% specially formulated polymer package Performance Grade of Modified Asphalt: PG 64-28E (able to withstand extremely heavy traffic loads) AASHTO M-320, Table 1 o E Jnr C: <0.5% o R3200 (Average % kpa: >70% Page 3 of 4 p. 58

59 02/10/2014 RANDOM CRACK SEALING POLYMER & CRUMB RUBBER MODIFIED ASPHALT COMPOUND WITH REINFORCING FIBERS 8% polyester reinforcing fibers (f) Time is of the essence in the completion of this work in order to minimize disruption to the traveling public, and to reduce the Owner s cost for police details and inspections of the work in progress. Accordingly, bidders shall submit with their bid the volumetric capacity (in gallons) of the melter kettle proposed to perform the work, together with a statement regarding their average anticipated daily production rate or range of gallons per day of material expected to be applied. The Owner reserves the right to consider its costs for traffic control and inspections in addition to contractor s bid prices to determine the proposal with lowest overall costs. 8. MEASUREMENT AND PAYMENT (a) The unit of measure for the work may be any of the following: o o o o o o Gallon Pound Linear Foot Square Yard Day Lump Sum The unit of measure will be determined by the awarding authority and set forth in the bid documents. Payment shall be at the unit price bid in the proposal and shall be full compensation for furnishing, preparing, placing the material specified and furnishing of all labor, equipment and incidentals for the satisfactory completion of this item. Page 4 of 4 p. 59

60 Sealcoating, Inc. Capitol Region Council of Item: Asphalt Pavement Cracks to be Sealed - Hot Pour Method, per linear foot 5 Attachments ADDITIONAL RUBBER CRACK SEALING REFERENCES.doc GLENZOIL PLUS 20 DATA SHEET MSDS.pdf CRAFCO ROADSAVER 201 DATA SHEET MSDS.pdf INSURANCE CERTIFICATE.pdf GUARANTEE, EXPERIENCE STATEMENT SIGNED.pdf SEALCOATING, INC. EQUIPMENT LIST.pdf BIDSYNC VENDOR BILLING AGREEMENT.pdf 6 p. 60

61 825 Granite Street, Braintree, MA Phone (781) Fax (781) Additional Crack Sealing by Rubberized Method References Town of Wolcott, CT Wolcott Public Works Dept. 10 Kenea Ave. Wolcott, CT Contact: Dave Kalinowski, Public Works Dept. Administrator (203) Job # , Completion Date: 06/30/13, Contract Amount: $165, Town of Hampton, NH Department of Public Works 11 Hardardt s Way Hampton, NH Contact: Chris Jacobs, Director of Public Works (603) Job # , Completion Date: 11/19/15, Contract Amount: $9, City of New Britain, CT Department of Public Works 27 West Main Street New Britain, CT Contact: Mark Moriarty, Director (860) Job # , Completion Date: 6/11/13, Contract Amount: $29, City of New Bedford, MA (New Bedford Vocational School) Department of Public Works 133 William Street New Bedford, MA Contact: Zeb Arruda, Foreman (508) Job # , Completion Date: 7/31/15, Contract Amount: $24, Aetna Bridge Co. - MassDOT Highway Division (Dist. #2)/Contract # Jefferson Blvd. Suite 100 Warwick, RI Contact: Bryan Blackerby, Superintendent (401) Job # , Completion Date: 10/30/15, Contract Amount: $95, p. 61

62 p. 62 Capitol Region Council of

63 p. 63 Capitol Region Council of

64 p. 64 Capitol Region Council of

65 p. 65 Capitol Region Council of

66 p. 66 Capitol Region Council of

67 p. 67 Capitol Region Council of

68 p. 68 Capitol Region Council of

69 p. 69 Capitol Region Council of

70 p. 70 Capitol Region Council of

71 p. 71 Capitol Region Council of

72 p. 72 Capitol Region Council of

73 p. 73 Capitol Region Council of

74 p. 74 Capitol Region Council of

75 p. 75 Capitol Region Council of

76 p. 76 Capitol Region Council of

77 COMMERCIAL GENERAL LIABILITY CLAIMS-MADE GEN'L AGGREGATE LIMIT APPLIES PER: PRO- POLICY X JECT X LOC AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS UMBRELLA LIAB CERTIFICATE OF LIABILITY INSURANCE OCCUR SCHEDULED AUTOS NON-OWNED AUTOS OCCUR EXCESS LIAB CLAIMS-MADE DED X RETENTION $ 0 AUC /1/2016 1/1/2017 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE WPA0170 (MA ONLY) OFFICER/MEMBER EXCLUDED? N N / A (Mandatory in NH) WPA /1/2016 1/1/2017 If yes, describe under DESCRIPTION OF OPERATIONS below (RI, NH, NY, CT, ME, VT) EACH OCCURRENCE $ DAMAGE TO RENTED PREMISES (Ea occurrence) $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ COMBINED SINGLE LIMIT (Ea accident) BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE (Per accident) EACH OCCURRENCE $ AGGREGATE $ DATE (MM/DD/YYYY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Eastern Insurance Group LLC 77 Accord Park Drive Unit B1 Norwell MA INSURED SEALCOATING INC 825 Granite Street Braintree MA CONTACT NAME: PHONE (A/C, No, Ext): ADDRESS: COVERAGES CERTIFICATE NUMBER: 2016 Master REVISIONNUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS GENERAL LIABILITY A X X INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : Clare Downey CPA /1/2016 1/1/2017 A X MAA /1/2016 1/1/2017 B A X X Capitol Region Council of CDowney@easterninsurance.com INSURER(S) AFFORDING COVERAGE Products/Comp Ops Aggregate $ 10,000,000 WC STATU- OTH- X TORY LIMITS ER E.L. EACH ACCIDENT FAX (A/C, No): E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT 9/6/2016 $ $ $ $ $ $ $ $ NAIC # Firemen's Ins Co Wa DC American Guarantee & Liability A Leased/Rented Equipment CIM /1/2016 1/1/2017 $500,000/$1,000 Ded A Phys Dam Hired Auto MAA /1/2016 1/1/2017 $100,000/$500 Coll&Comp Ded ,000,000 10,000,000 10,000,000 1,000,000 1,000,000 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Project: Bid #, Asphalt Pavement Crack Sealing // Town of West Hartford & West Hartford Board of Education, Town of Ledyard are named additional insureds for general liability when required by written contract. Waiver of subrogation for general liability in favor of additional insureds when required by written contract. CERTIFICATE HOLDER CANCELLATION Town of West Hartford & West Hartford Board of Education Town of Ledyard 50 South Main Street West Hartford, CT SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2010/05) ACORD CORPORATION. All rights reserved. INS025 9/22/2016 (201005).01 The ACORD name and logo BidSync are registeredmarks of ACORD p. 77

78 p. 78 Capitol Region Council of

79 p. 79

80 p. 80

81 p. 81 Capitol Region Council of

82 Supplier: Sealcoating, Inc. Capitol Region Council of 5 Capitol Region Purchasing Council 241 Main Street, 4 th Floor Hartford, CT STANDARD BID AND RFP TERMS AND CONDITIONS PURCHASING COUNCIL PURPOSE The Capitol Region Purchasing Council ( Council ) is a purchasing cooperative, acting under the auspices of the Capitol Region Council of, which attempts to provide volume-based discounts to its Member Agency base through various cooperative procurement initiatives. To date, some 115 towns, boards of education and agencies across the State (38 of which are located in the Greater Hartford area) are eligible to take advantage of the Council s services. BID FORMS/SUBMISSION OF BIDS The Council exclusively uses Bid Sync for the notification and dissemination of all solicitations. The receipt of solicitations through any other company may result in your receipt of incomplete specifications and/or addenda which could ultimately render your bid non-compliant. The Council accepts no responsibility for the receipt and/or notification of solicitations through any other company. No oral, telegraphic or telephonic submittal will be accepted. IFB s, RFP s, RFQ s and RFI s shall be submitted in electronic format via BidSync. All Invitations For Bid (IFB), Requests For Proposals (RFP), Requests For Quotes (RFQ), Requests For Information (RFI) submitted electronically via BidSync shall remain locked until official date and time of opening as stated in the Special Terms and Conditions of the IFB, RFP, RFQ and/or RFI. A formal, in-person bid opening will not be held. EXCEPTIONS TO SPECIFICATIONS Vendors are directed to make sure that they understand the terms and conditions as specified in this Invitation for Bid. Unless exceptions to any of the terms and conditions, including pricing, are specified as part of the bid response, it will be expected that all terms and conditions expressed herein are acceptable and shall govern resulting contracts. Any variance from specifications, including product substitutes (as well as replacements for discontinued items) and pricing units (pounds, 50 lb bags vs. 100 lb bags, etc.) must be clearly noted in the vendor s bid response. SUBSTITUTION FOR NAMED BRANDS Should brand name items appear in this bid, the bidder must make available specifications on any substitutions, and explain how the substitution compares with the named brand s specifications. BID AWARD A bid award shall be made by each respective Member Agency to the lowest responsible bidder(s). A Purchase Order issued by the member Town constitutes an award. The lowest responsible bidder is that person or firm whose bid to perform the work is lowest, who is qualified and competent to do the work, whose past performance of work is satisfactory to the Member Agency and whose bid documents comply with the procedural requirements stated herein. The award process may also include additional considerations such as the information provided on the bid forms and the bidder s perceived ability to fulfill his/her obligations as prescribed by these specifications. Each bidder must be prepared to show evidence of having satisfactorily carried out a similar contract, as inability to do so may be cause for rejection. p. 82

83 CONTRACT EXTENSION Contracts may be extended by mutual agreement of the parties for bids with a one year contract period, a one year extension will be permitted if there is mutual agreement; for bids with a two year contract period, a two year contract extension will be permitted if there is mutual agreement. All extensions shall be completed before the next bid invitation is issued. A schedule of bid invitations and openings is posted on the CRPC website. ESTIMATED QUANTITIES The quantities as listed herein are estimates only and have been provided for the purpose of competitive bidding. Actual quantities will be contingent upon the total number of Member Agencies that decide to make an award off of this bid (as participation is voluntary) and the needs of the using departments in the various Member Agencies. INCLUSION OF NON-PARTICIPATING TOWNS AND BOARDS OF EDUCATION Any Member Agency, current or future, within the Capitol Region Purchasing Council shall be allowed to participate in this bid during the life of the contract, even if it is not listed amongst the bid participants. WITHDRAWAL OF BIDS No bid submitted may be withdrawn, in whole or in part, without the written consent of the Capitol Region Purchasing Council. REJECTION AND/OR CANCELLATION OF BIDS The Council reserves the right to reject or cancel any and all bids, or any part of any or all bids, if such action is deemed to be in its best interest to do so. RIGHT TO WAIVE ANY INFORMALITY The cooperating Member Agencies reserve the right to waive any informality in a bid when such a waiver is in their best interest. BID PRICES All prices bid must be on the basis of F.O.B. delivery point, unloaded inside, unless otherwise indicated in the proposal. A bid on any other basis than that indicated in the proposal may be considered informal. Note: The Capitol Region Purchasing Council strictly prohibits the unilateral imposition of additional surcharges (fuel, delivery, etc.) on the participating communities at any point during the contract period. Prices bid shall apply throughout the term of the contract and will be construed as allinclusive. TAXES Member Agencies are exempt from the payment of any sales, excise or federal transportation taxes. The prices bid, whether a net unit price or a trade discount from catalog list prices, must be exclusive of taxes and will be so construed. BILLING Billing shall be made to each bid participant according to the terms set forth on each purchase order. 2% ADMINISTRATIVE FEE The Capitol Region Council of uses BidSync to distribute and receive bids and proposals. Responding vendors agree to pay to BidSync an administrative fee of two percent (2%) of the total ordered amount of all contracts for goods and/or services awarded to the vendor. The fee shall be payable for all Council bids unless specifically exempted by the Council. Refer to for further information. p. 83

84 REPORTING REQUIREMENTS All orders placed on CRPC bids shall be reported to BidSync on a quarterly basis. Please contact Jason Sanchez to set up this important reporting function at (512) (telephone); or jsanchez@periscopeholdings.com. FAILURE TO COMPLY All awarded vendors must comply with the 2% Administrative Fee and Reporting Requirements outlined in the CRPC General Terms and Conditions. Failure to comply within 90 days of orders and/or awards by CRPC members may result in the vendor being restricted from participating in future bids. DELIVERY ARRANGEMENTS AND REQUIREMENTS No delivery shall become due or be acceptable without a written order issued by the Member Agency concerned. Such order will contain the quantity, time of delivery and other important data. REFERENCES Upon request, vendors shall supply the names of other customers (preferably municipalities) to interested Member Agencies. BIDDER PERFORMANCE/LIABILITY FOR DELIVERY FAILURES Failure of any successful bidder to adhere to specifications, prices, terms or conditions of their agreement during the course of the contract period may preclude such bidder from bidding on future CRPC bids in addition to any action that Member Agencies may take as a result of the vendor s failure to perform. It should be noted that the awarded vendor shall assume full responsibility for the negligence of any sub-contractor(s) utilized to fulfill any and all obligations under resulting contracts. Moreover, if the contractor fails to make proper delivery within the time specified or if the delivery is rejected by the Member Agency, the Member Agency may obtain such commodities or any part thereof from other sources in the open market or on contract. Should the new price be greater than the contract price, the difference will be charged against the contractor. Should the new price be less, the contractor shall have no claim to the difference. INSURANCE REQUIRED OF SUCCESSFUL BIDDERS The Successful bidder shall furnish a certificate of insurance which includes the coverages and limits set forth below; identifies the Member Agency as an additional insured; and provides for at least ten (10) days prior notice to the Member Agency of cancellation or non-renewal. Coverage is to be provided on a primary, non-contributory basis: a. General Liability Insurance, including Contractual Liability Insurance and Products/Completed Operations Insurance issued by an insurance company licensed to conduct business in the State of Connecticut with: limits not less than $1,000,000 for all damages because of bodily injury sustained by each person as the result of any occurrence and $1,000,000 bodily injury aggregate per policy year; and limits of $500,000 for all property damage aggregate per policy year or a limit of $1,000,000 Combined Single Limit (CSL). A Waiver of Subrogation shall be provided. All, if any, deductibles are the sole responsibility of the contractor to pay and/or indemnify. p. 84

85 b. Automobile Liability Insurance issued by an insurance company licensed to conduct business in the State of Connecticut with: limits not less than $1,000,000 for all damages because of bodily injury sustained by each person as a result of any occurrence and $1,000,000 aggregate per policy year; and limits of $500,000 for all damages because of property damage sustained as the result of any one occurrence or $1,000,000 Combined Single Limit (CSL). All, if any, deductibles are the sole responsibility of the contractor to pay and/or indemnify. c. Worker s Compensation Insurance in accordance with Connecticut State Statutes. The insurance requirements listed above are minimum requirements for successful bidders. Awarding agencies may require higher insurance limits. FOR THE TOWN OF WEST HARTFORD ONLY Please see Attachment A concerning the town s insurance requirements. FUTURE BID INVITATIONS Future bid invitations may not be sent to vendors who do not bid on this invitation, unless they specifically request that their names be continued on the invitation list. EQUAL EMPLOYMENT OPPORTUNITY/AFFIRMATIVE ACTION The Capitol Region Purchasing Council, an affiliate of the Capitol Region Council of, subscribes to the Council of ' policy of Equal Employment Opportunity and Affirmative Action, and pledges to lend its support and cooperation to private and public agencies who are promoting public policy in this vital area of human relations. Vendors will be required to sign the certificate incorporated in the bid document relative to Equal Employment Opportunity and Minority/Female Business Enterprise (if applicable). SEVERABILITY If any terms or provisions of this bid shall be found to be illegal or unenforceable, then such term or provision shall be deemed stricken and the remaining portions of this bid shall remain in full force and effect. ADDITIONAL TERMS AND CONDITIONS The Vendor assigns to CRCOG all rights title and interests in and to all causes of action it may have under Section 4 of the Clayton Act, 15 USC 15, or under Chapter 624 of the general statutes. This assignment occurs when the Contractor is awarded the contract. Vendor agrees that it is in compliance with all applicable federal, state and local laws and regulations, including but not limited to Connecticut General Statutes Sections 4a-60 and 4a-60a. The Contractor also agrees that it will hold CRCOG harmless and indemnify CRCOG from any action which may arise out of any act by the contractor concerning lack of compliance with these laws and regulations. All purchases will be in compliance with Section 22a-194 to Section 22a-194g of the Connecticut General Statutes related to product packaging. Resulting contracts are subject to the provisions of Executive Order N. Three of Governor Thomas J. Meskill promulgated February 15, 1973 and section 16 of P.A nondiscrimination regarding sexual orientation, an the provisions of Executive Order No. Sixteen of Governor John G. Rowland promulgated august 4, 1999 regarding Violence in the Workplace Prevention Policy. p. 85

86 The contract arising from the bid may be subject to the provisions of of the Connecticut General Statutes, as it may be modified from time to time. In accordance with this section, each contract in excess of two million five hundred thousand dollars between a public agency and a person for the performance of a governmental function shall (1) provide that the public agency is entitled to receive a copy of records and files related to the performance of the governmental function, and (2) indicate that such records and files are subject to the Freedom of Information Act and may be disclosed by the public agency pursuant to the Freedom of Information Act. No request to inspect or copy such records or files shall be valid unless the request is made to the public agency in accordance with the Freedom of Information Act. Any complaint by a person who is denied the right to inspect or copy such records or files shall be brought to the Freedom of Information Commission in accordance with the provisions of sections and of the Connecticut General Statutes. Incorporated by reference into this contract is Section 4-61dd(g)(1) and 4-61dd(3) and (f) of the Connecticut General Statutes which prohibits contractors from taking adverse action against employees who disclosed information to the Auditors of Public Accounts or the Attorney General. QUESTIONS General inquiries should be directed to Maureen Goulet, Purchasing Program Manager, at the: Capitol Region Purchasing Council 241 Main Street, 4 th Floor Hartford, CT Tel: ext. 37 Fax: mgoulet@crcog.org However, no oral interpretations shall be made to any respondent as to the meaning of any of the bid documents. Every request for an interpretation shall be made in writing, addressed and forwarded either to the address above, faxed to (860) , ed to mgoulet@crcog.org, or posted to the BidSync online bidding system. To receive consideration, such questions must be received at least five (5) calendar days before the established date for receipt of proposals. The Program Manager will arrange as addenda, which shall be made a part of this Invitation for Bid and any resulting contracts, all questions received as above provided and the decisions regarding each. At least three (3) days prior to the receipt of bid proposals, the Program Manager will post a copy of any addenda to the BidSync system. In special cases, the Program Coordinator reserves the right to post clarifying information in the form of an addendum outside of the aforementioned timeline. It shall be the responsibility of each respondent to determine whether any addenda have been issued and if so, to download copies directly from the BidSync website. 6 p. 86

87 Supplier: Sealcoating, Inc. 5 CRPC # CAPITOL REGION PURCHASING COUNCIL INVITATION FOR BID ASPHALT PAVEMENT CRACK SEALING BID SPECIFICATION I. MODIFICATIONS TO GENERAL TERMS AND CONDITIONS INTENT The Capitol Region Purchasing Council, on behalf of certain CRPC members, requests bids for ASPHALT PAVEMENT CRACK SEALING using the hot pour method, for the contract period of September 1, 2016 through August 31, Each respective CRPC member will make its own awards and payments according to the terms and conditions set forth in these specifications. A written order from each CRPC member will be required before any work is started, and shall contain information concerning the quantity and type of asphalt pavement crack sealing required, the desired materials to be used, the preferred work schedule, and any other relevant data. This bid is intended for projects that do not meet the threshold for State of Connecticut prevailing wages as codified in the General Statute section and 31-53a. Projects that meet or exceed the threshold shall not be purchased through this bid. Vendors who wish to submit a bid for the Cold Applied Mulch Sealing method may submit an alternate bid which contains documentation on Organic Cover Material, Mulch Seal Liquid Material, and equipment. In general, specifications for asphalt pavement crack sealing found in ASTM D6690 will apply. BID AWARD A bid award shall be made by each respective CRPC member to the lowest responsible bidder(s). The lowest responsible bidder is that person or firm whose bid to perform the work is lowest, who is qualified and competent to do the work, whose past performance of work is satisfactory to the CRPC member and whose bid documents comply with the procedural requirements stated herein. The award process may also include additional considerations such as the information provided on the bid forms and the bidder s perceived ability to fulfill his/her obligations as prescribed by these specifications. The issuance of a Purchase Order from a CRPC member constitutes an award, and such awards may be made to one or more vendors. Each bidder must be prepared to show evidence of having satisfactorily carried out a similar contract, as inability to do so may be cause for rejection. Note that service and scheduling shall be major factors in awarding the contract, and shall consist of the contractor s availability to return to do small jobs during the contract period, as well as to perform work during off-hours (e.g., nights, weekends). Note that the CRPC members reserve the right to make their awards on a section-by-section basis in order to take advantage of the most favorable bid price for each item. ESTIMATED QUANTITIES The quantities specified herein are estimates only and have been provided for the purpose of competitive bidding. Actual quantities will be contingent upon the total number of CRPC members which decide to make an award off this bid (as participation is voluntary), the needs of the using departments of the various CRPC members and changes in State and Local Regulatory Agency s regulations. Furthermore, budget reductions may make it impossible for a CRPC member to undertake some or all of the proposed work. The determination of the type of asphalt pavement crack sealing to be used will be made by the individual CRPC member under the guidance of the State and Local Regulatory Agencies. INSURANCE All respondents are required to submit, with their bids, a copy of the cover sheet from their insurance policy(ies) (or an equivalent piece of documentation) which demonstrates the firm s current coverages and limits for General Liability, Automobile Liability and Worker s Compensation Insurance. p. 87

88 BID SURETY A bid bond is not required for this bid. A performance bond in the amount of one hundred percent (100%) of each Purchase Order may be required of the successful bidder. II. TECHNICAL SPECIFICATION, ADDITIONAL REQUIREMENTS 1. GENERAL DESCRIPTION OF WORK TO BE ACCOMPLISHED The awarded contractor(s) shall be responsible for providing all labor, equipment, and materials necessary to clean and seal cracks in existing asphalt pavements and milled roads, using the hot pour materials method. All work performed by the contractor will be approved by the CRPC member s appointed Supervisor. 2. SCOPE OF SERVICES All-inclusive bids shall be submitted, covering labor, equipment and materials for the items listed in the bid response. Such work shall include, but is not limited to, related cleaning, road preparation, traffic control and clean-up. a. Equipment The equipment required is: Air Compressor, melting kettle, application wand and show, hot air lance, and shall conform to the requirements provided by the awarding entity. On the information sheet, each respondent shall note all equipment that he/she owns and will use in performing this contract. The respondent shall also indicate any other machines available to him/her through lease, etc. Maintenance The Contractor shall keep and maintain their work in good repair for a period of ninety (90) days from the date of completion of the work on the respective streets. It is agreed and understood that the Contractor will at any time during this period, upon notification in writing from the Supervisor, and without expense to the CRPC member, immediately execute all repairs which may be necessary, as determined by said Supervisor by reason of defective workmanship or pavement/roadway use. b. Cleaning/Road Preparation The awarded Contractor shall clean the existing asphalt road surface of all dirt, sand, oil, grease and loose materials by brooming, blowing, or flushing with pressurized water as approved in advance by the awarding entity. All unsealed cracks, all previously sealed cracks with the surface of the existing sealant greater than or equal to ¼ below the surface of the surrounding pavement, and all previously sealed cracks exhibiting cracks, holes, voids and separation from the adjacent pavement shall be sealed. Immediately prior to sealing, all cracks shall be thoroughly cleaned of all foreign material. When cracks show evidence of vegetation, the vegetation shall be removed and sterilized by the use of a propane torch unit, eliminating all vegetation, dirt, moisture and seeds. No crack-sealing material shall be applied in wet cracks, or, where frost, snow or ice is present. The pavement temperature shall be above 40 degrees Fahrenheit (4 degrees Celsius) at the time of the installation of the poured sealing material. c. Traffic Control: All traffic control methods and devices are to be in compliance with the current edition of the Manual of Uniform Traffic Control Devices. All adjustments to traffic operations are to be coordinated with the Director of Public Works for the awarding entity. The Contractor shall maintain and protect traffic in the project area in accordance with the requirements and regulations of the applicable Federal, State and Local Regulatory Agencies and these specifications. It shall be the sole responsibility of the Contractor to notify the State and Local Regulatory Agencies of the awarding entity at least 72 hours in advance of changes in traffic patterns due to the reduction of pavement widths or other traffic obstructions. The Contractor shall furnish, install, maintain, adjust, and remove all signs, suitable barricades, flashers, and traffic cones, as necessary to carry out the traffic routing plan and maintain vehicular and pedestrian traffic. All of this work shall meet with the approval of all the State and Local Regulatory Agencies. The road may be restricted during the construction period but must be opened at the end of each day. The road must be made passable as soon as possible. In addition, access to emergency vehicles, police, rubbish removal trucks, school buses and mail delivery vehicles must be maintained. When requested to do so by the CRPC Member, the Contractor shall furnish the CRPC member with a plan or a written statement of methods, which the Contractor proposes to use, and said plans or methods shall be approved by the Supervisor before any work proceeds. p. 88

89 The cost associated with this item shall not be paid separately, but be included in the bid items. 3. EXPERIENCE Each respondent must submit satisfactory evidence as part of their bid proposal demonstrating experience repairing/sealing asphalt pavement cracks on public roads and knowledge of regulations established by the State and Local Regulatory Agencies, including the most recent regulations. The Contractor shall further guarantee that any employee operating asphalt pavement crack sealing equipment is experienced in operating a machine of this type and competent in its use. A list of at least three (3) municipalities/public agencies where this type of work has been performed during the past two (2) years shall be furnished, including contact persons and phone numbers. (See the bid specific Information Sheet.) 4. TIME OF STARTING AND COMPLETION The Contractor may be requested to start work within seven (7) calendar days of receipt of order, depending on the agreement with the Supervisor of any single CRPC member awarding such contract. All work under any contract awarded as a result of this bid shall be completed within thirty (30) calendar days of receipt of the order unless a specific agreement with a particular Supervisor provides for a later completion date. If physical conditions prevent adherence to this time schedule, the Supervisor of the particular CRPC member shall make arrangements necessary for performance of the work. It is understood that a CRPC member may take appropriate action if an unreasonable delay is encountered beyond the thirty (30) calendar day period mentioned above. It is also understood that should delays occur, the Contractor will prioritize rescheduling efforts to expedite completion and minimize CRPC member exposure from unmarked roadways. Note: Equipment breakdown shall not be considered a valid cause for a time extension request. The contractor shall be expected to have backup equipment available. 5. PAVEMENTS TO BE SEALED Sealants shall be applied mainly on sheet asphalt and milled road pavements. 6. MATERIALS All materials shall be in accordance with the State of Connecticut, Department of Transportation, Standard Specifications for Roads, Bridges and Incidental Construction Form 816, as amended unless otherwise noted: Joint Sealer The hot poured rubberized sealant material shall meet requirements of ASTM D6690, or the latest edition. CRPC members may require joint material samples to be submitted prior to the start of work. Respondents are asked to include, as part of their response, a manufacturer spec sheet for the sealant that will be used to perform the work. Crack Sealant Glenzoil 20 Plus by Emulso Corp. or equivalent crack sealant barrier material. Respondents are asked to include, as part of their response, a manufacturer spec sheet for the sealant that will be used to perform the work. p. 89

90 7. EQUIPMENT Equipment used in the performance of the work required shall be subject to the approval of the awarding entity, and maintained in satisfactory working condition at all times. Air Compressor: Air compressors shall be capable of furnishing not less than 185 cubic feet of air per minute and shall be equipped with traps that will maintain the compressed air free of oil and water. Melting Kettle : The joint sealant material shall be heated in a melter constructed as a double boiler, with a space between the inner and outer shells filled with oil or other heat transfer medium having a flash point of not less than 600 degrees. The equipment shall include positive tehmperature controls, automatic and continuous mechanical agitation, recirculation pumps, and thermometers for continuous reading of temperature of both the sealing compounds and the heat transfer medium. The melter shall be equipped with a thermostat to maintain the sealant compound within the range of temperatures specified by the manufacturer. Respondents are asked to include, as part of their response, a manufacturer spec sheet for the material that will be used to perform the work. Application Wand and Shoe and Hand Pouring Pots Application shoes that are worn shall be replaced. The application shoe shall produce a band aid type of appearance of at least 1 wide on either side of the crack, as well as filling the crack. The height of the sealant above the crack must not exceed 1/8. Hand pouring pots must be equipped with mobile carriage and rubber shoe, and have a flow control valve which allows all cracks to be filled to refusal, so as to eliminate all voids or entrapped air, and not leave unnecessary surplus crack sealer on pavement surfaces. Respondents are asked to include, as part of their response, a manufacturer spec sheet for the material that will be used to perform the work. Hot Air Lance Hot air lance shall be a propane torch unit which operates at 3,000 degrees Fahrenheit and a gas velocity of 3,000 feet per second. 8. VENDOR PERFORMANCE/LIABILITY FOR SERVICE FAILURES Failure of any successful bidder to adhere to the specifications, prices, terms or conditions of their agreement during the course of the contract period may preclude such bidder from bidding on future CRPC bids in addition to any action that municipalities may take as a result of the vendor s failure to perform. It should be noted that the awarded vendor shall assume full responsibility for the negligence of any sub-contractor(s) utilized to fulfill any and all obligations under resulting contracts. Moreover, if the contractor fails to provide the contracted services within the time specified or if the services are rejected by the municipality, the municipality may obtain such services or any part thereof from other sources in the open market or on contract. Should the new price be greater than the contract price, the difference will be charged against the contractor. Should the new price be less, the contractor shall have no claim to the difference. 6 p. 90

91 Supplier: Sealcoating, Inc. Capitol Region Council of 5 ASPHALT PAVEMENT CRACK SEALING CRPC BID # ASPHALT PAVEMENT CRACK SEALING INFORMATION SHEET 1. How many years has your firm been providing Asphalt Pavement Crack Sealing services? Please supply the names and contact information for three (3) municipalities/public agencies your firm has provided Asphalt Pavement Crack Sealing services for in the past two (2) years: 1) MassDOT Highway Division (District #1), 270 Main Street, Lenox, MA 01240, Contact: Steve Brzezinski, Resident Engineer, Ph: (413) ) Bradley International Airport, Schoephoester Road, Windsor Locks, CT 06096, Contact: Trent Wright, Ph: (860) or (860) ) Connecticut DOT, Dist. #2, District Office, 171 Salem Turnpike, Norwich, CT 06360, Contact: Keith Cooper, Ph: (860) After the receipt of a work/purchase order, how many business days until you can commence work? 7 Business Days 4. Are you available to work nights and/or weekends? We are available nights, but not available weekends. 5. Please list the Asphalt Pavement Crack Sealing equipment you have available: Please see attached list. All equipment is owned by Sealcoating, Inc. 6. Please list the manufacturer/brand name of any materials you use: Glenzoil 20 Plus - Emulso Corp., 2750 Kenmore Avenue, Tonawanda, NY 14150, Ph: (716) , Crafco Roadsaver Hot Applied Crack & Joint Sealant - Crafco, Inc., 420 N. Roosevelt Ave., Chandler, AZ 85226, Ph: (800) See attached detailed information. p. 91 6

92 Supplier: Sealcoating, Inc. Capitol Region Council of 5 Insurance Exhibit (West Hartford) For the purpose of this exhibit: the term "Contractor" shall also include their respective agents, representatives, employees or subcontractors; and the term "Town of West Hartford and West Hartford Board of Education" (hereinafter called the "Town") shall include their respective officers, agents, officials, employees, volunteers, boards and commissions. The Contractor shall procure and maintain the required insurance coverage against claims that may arise from, or in connection with the services and goods provided by the Contractor for the duration of the contract term, including any and all extensions. The Contractor shall provide the Town with a certificate of insurance confirming compliance with this exhibit prior to commencement of the contract. Such insurance shall be written for not less than specified, or required by applicable federal, state and/or municipal law, regulation or requirement, whichever is greater. The Contractor shall assume any and all premiums and deductibles in the described insurance policies. Both the Contractor and Contractor's insurer(s) agree to have no right of recovery or subrogation against the Town and the described insurance shall be primary coverage. Any failure to comply with the claim reporting provisions of the policy shall not affect coverage provided to the Town. Each required insurance policy shall not be suspended, voided, cancelled or reduced except after thirty (30) days prior written notice, ten (10) days notice for non-payment, has been given to the Town. All liability policies (with the exception of Worker s Compensation) shall include the Town of West Hartford, the West Hartford Board of Education, and their respective officers, agents, officials, employees, volunteers, boards and commissions as an Additional Insured and shall include, but not be limited to investigation, defense, settlement, judgment or payment of any legal liability. Failure to maintain the required insurance coverage and Additional Insured Endorsements shall be grounds for termination of the contract. It is agreed that the scope and limits of the insurance specified are minimum requirements and shall in no way limit or exclude the Town from additional limits or coverage provided under each policy. The policies shall be on the occurrence form and must be written by companies licensed to do business in the State of Connecticut. The Town s Risk Manager shall review any and all exceptions. Commercial General Liability: $1,000,000 combined single limit per occurrence for bodily injury, personal injury, property damage, contractual liability and products /completed operations. Contractor shall continue to provide products/completed operations coverage for two (2) years after completion of the work. Automobile Liability and Physical Damage Coverage: $1,000,000 combined single limit per occurrence for any auto, including statutory uninsured/underinsured motorists coverage and $1,000 medical payments. Policy to include collision and comprehensive coverage for any auto used for the purpose of this contract. Umbrella Liability: $1,000,000 per occurrence, $2,000,000 aggregate following form. Workers Compensation: Statutory limits including Employer s Liability with limits of $100,000 each accident, $500,000 for each disease/policy limit, and $100,000 for disease for each employee as required by the State of Connecticut. If the Contractor decides not to procure workers compensation in accordance with Connecticut law, the Contractor agrees to comply with the Connecticut Workers Compensation Act s (Act) requirements for withdrawing from the provisions of the Act, including, but not limited to, filing the appropriate notice of withdrawal with the commissioner. The Contractor is wholly responsible for taking the actions necessary to withdraw from the provisions of the Act. In lieu of procuring workers compensation insurance and providing the Town with proof thereof, the Contractor agrees to hold the Town of West Hartford, the West Hartford Board of Education, their respective boards and commissions, officers, agents, officials, employees, servants, volunteers, contractors and representatives harmless from any and all suits, claims, and actions arising from personal injuries sustained by him during the course of the performance of this contract, however caused. Personal Property for "all risk" insurance on a replacement cost basis to cover the value of personal property belonging to the Contractor and others (including but not limited to the personal property of subcontractors) located on Town property while in use or in storage for the duration of the contract. Deductible not to exceed $1,000. Elizabeth Wuori 9/15/2016 Duly Authorized Date Elizabeth Wuori (Print Name Here) p. 92

93 6 p. 93

94 Supplier: Sealcoating, Inc. Capitol Region Council of 5 GENERAL VENDOR INFORMATION VENDORS ARE ASKED TO FILL OUT THIS FORM SO THAT THEIR BID RESPONSES ARE CONSIDERED COMPLETE. The undersigned: is aware that any CRPC member may reject any and all bids, or any part of any and all bids; is aware that quantities furnished herein are estimates only; has not included any state or federal taxes for which the CRPC members are not liable; and is making this bid without collusion with any person, individual or corporation. COMPANY Sealcoating, Inc. REPRESENTATIVE Elizabeth Wuori POSITION President ADDRESS 825 Granite Street Braintree, MA (ZIP) TELEPHONE # (781) FAX # (781) TAX ID # ADDRESS p. 94

95 Capitol Region Council of SIGNATURE Elizabeth Wuori PAYMENT TERMS: Net%30Days DATE: 9/15/ p. 95

96 5 A&A Asphalt LLC Bid Contact Peter Murphy Ph Bid Notes Address PO Box 910 Coventry, CT Routing of cracks can be provided for an additional.10 per pound. A free survey and estimate of streets can be provided Item # Line Item Notes Unit Price Qty/Unit Total Price Attch. Docs Asphalt Pavement Cracks to be Sealed - Hot Pour Method, per linear foot Asphalt Pavement Cracks to be Sealed - Hot Pour Method - Per Pound Asphalt Pavement Cracks to be Sealed - Hot Pour Method - Per Gallon Supplier Product Code: Supplier Notes: Routing of cracks can be provided for an additional.10 per pound. A free survey and estimate of streets can be provided Supplier Product Code: Supplier Notes: Routing of cracks can be provided for an additional.10 per pound. A free survey and estimate of streets can be provided If town elects to do traffic control we will deduct.10 per pound. Supplier Product Code: Supplier Notes: Routing of cracks can be provided for an additional.10 per pound. A free survey and estimate of streets can be provided First Offer - $ / linear foot $0.18 Y First Offer - $ / pound $1.22 Y First Offer - $ / gallon $61, Y Supplier Total $61, p. 96 6

97 CERTIF CATE OF LIABILITY INSURANCE ~C~RD THIS CERTIFICATE CERTIFICATE IS ISSUED DOES BELOW. THIS REPRESENTATIVE NOT AS A MATI AFFIRMATlVEL'I CERTifiCATE OF OR PRODUCER, INSURA AND IeR OF INFORMATION ONLY OR NEGATIVELY AM.END, ~CE DOES NOT CONSTITUTE E CERTIFICATE HOLDER. AND CONFERS NO RIGHTS UPON THE I I ~ DATE MMlDDIYYYY) 9/1212 )16 CERTIFICATE HO EJY EXTEND OR AUER THE COVERAGE AffORDED A CONTRACT BETWEEN THE ISSUING INSURER(S), DER. n THIS rouces THI Ai THORIZED If the certificate holder is an J DDITIONAL INSURED, the policy(ies) must be endorsed. Ifs.UBROGATIONIS WAIVED, loll bjectto. the terms and conditions of the policy. certi in policies may require an endorsement. A statement on this certificate does not confer J ghts to the certificate holder in lieu of such endorseme tis)' IMPORTANT: PRODUCER ~~(;J Tracy-Driscoll & insurance Servjce~ Financial r~gn,.t"...oc'n cnn_3434 P.O. Box 2060 Bristol GT ADDRESS; I rffe No: Mn.-, 1"_H.4n~ -driscoll.corn HAle II INSURERISI AFI'ORDING COVERAGE Auto INSURER A ;State INSURED A &A AAAf:. P-1 C C I INSURERC: Peter Murphy PO Box 954 Manchester :N INSURER B Asphalt LLC INSURERD: CT INSURERE; INSURERI': COVERAGES CERTIFIC I CLAIMS-MADE IKJ JATE NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF I INDICATED. NOTWITHSTANDING ANY REQUIR CERTIFICATE MAY BE ISSUED OR MAY PERT EXCLUSIONS AND CONDITIONS OF SUCH POll ADDL INSR TYPE Of INSURANCE LTR INSR A GENERAL UABIUTY Y I-X COMMERCIAl. G.ENERALLIABILITY REVISION ~:: POUCY NUMBER II:~~%~I,=~Po~~ 11/17/201.5 BOP OCCUR I-- n' I-- n LAGGREnELIMIT AP POLICY ~~,Q;: A AUTOMOBILE UABILITY PER: LOC ANY AUTO AlL OWNED Y I-- AUTOS ~ HIRED AUTOS ~ 11/ ElAP.24343P4 11/17/2016 I r-r-r-r- X I-- UMITS EACH OCCURRENCE $1, ~~~~~~?l=~riffi\ $300,0 MED EX? (Any one person) $5,000 PERSONAL & ADV IN.JURY $ GENERAL AGGREGATE $2, PRODUCTS COMP/OP AGG $2, bo I $ f-- I-- NUMBER: SURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD..MENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS IN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, IES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. SCHEDULED AUTOS NON-OWNED AUTOS Ea accident) 1$ BODILY INJURY (Pg, person) s 60DILYINJURY (per accident) $ PROPERTY DAMAGE s Per eccioent.$ UMBRELLA UA8 I-- HOCCUR EXCESSUAB CLAIMs-MADE EACH OCCURRENCE $ AGGREGATE ~ s I I B OED RETENTION $ WORKERS COMPENSATION AND EMPLOYERS' UABIUTY Y/N ANY PROPRlETORIPARTNERlEXECUT.IVE OFFICER/MEMBEREXCLUDED? (~ajj!lato!')'.11nh) If yes, describe under DESCRIPTlON OF OPERATIONS below / / N/A I T~g$T:rra't~ I IOJ~. E.L EACH ACCIDENT S500,ODO E.L D1SEASf - EA EMf'l.OYff ~500,Oeo E.L DISEASE - POUCY UMIT $ I DESCRIPTION OF OPERATIONS J LOCATIONS 1VEHICLES (~~eh ACORD 101. 'Additional R"mark SehAdulA. if mora"pael! is required). I CERTIFICATE HOLDER CANCELLATION Capital Region Cou~cil Hartford CT J. I I 241 Main St 1 I Of Gov rnments I SHOULD ANY OF THE ABOVE DESCIUBED PqUCIES BE CAf"lCJ;I.1.ED ~EFORE TH.E expi~tation DATE THEREOF. NOT CE WILL BE DELlVE~ED IN ACCORDANICE wrrh THE POLICY PROVISIOt1 S. I AUTHORIZED Rf:PRESENTATlVE I \:.l ~."f I. ~ ACORD ACORD 25 (2010/05) I I The ACORD name and logo are registered marks of ACORD CORP I RATION. 1" rights reserved.

98 BERAM195LM LOW MODULUS H T APPLIED JOINT SEALANT DESCRIPTION BERAM 195 LM is a hi performance. hot applied single component low modulus joint and crack sealant. BERAM 95 LM is a very soft sealant that offers excellent low temperature bonding properties, while still maintaining a high degree of resiliency to reject incompressibles. BERAM 195 LM permit high elongation at cold temperatures with low stress development. BERAM 195LM will n t flow froid the joint or be picked up by vehicle tires at high service temperatures. RECOMMENDED US BERAM 195 LM is rec ended for large scale sealing of joints and random cracks in Portland cement concret and asphaltic concrete pavements in cold climate areas. BERAM 195 LM was specifically formulated to provide extra protection against low temperature expansion and repeated eeze thaw cycles. I APPLICABLE SPECI ICATIOJS BERAM 195 LM meets or exceedsl ~ AS~M D-3405 Modir~d -.Low ~odulus.. Various State and Pr vincial DTT. specifications. APPLICATION TEM ERATURES Recommend Pouring Temperatures 170 C (340 F) Maximum S e Heating emperatures 200 C (392 F) APPLICATION GUID~LINES For detailed joint and crtk prepar ion or specific application instructions, refer agency publications or c ntact a m nufacturer representative. specifying 1

99 MELTING EOUIPME T BERAM 195 LM must b melted in a double boiler, oil-jacketed kettle, equipped with mechanical agitator and s parate temperature thermometers from both the oil bath and melting vat. COVERAGE BERAM 195 LM wei. approximately 9.0 lbs/gal (1.10 Kg/L). Ajoint 1/2" x 1/2" (1.27 em x 1.27 em) requires appr imately 11.0 lbs per 100 lineal feet or 16.0 Kgs per 1 00 lineal meters. PACKAGING 450 lb (205 Kg), ope top drums containing 10 individual 50 lb pucks. 2 x 25 lb polybags in high strength corrugated cardboard container. 50 lb steel pails.

100 PHYSICAL PROPERTIES BERAM 1 5 LOW MODULUS HOT APPLIED.JOINT SEALANT ASTM D 3405 MODIFIED PROPERTIES EST METHODS SPECIFICATIONS TYPICAL RESULTS 25 C ASTMD G. 5 see Flow@60 C ASTMD MMMAX. 1.0 Bond@-29 C ASTMD 3407 PASS 3 CYCLES PASS 200% ext - 1/2" 25 C ASTMD % MIN. 70% Asphalt ASTMD 3407 PASS PASS Compatibility 25 C ASTMD CM Heat Stability ASTMD 3407 PASS ALL 6 pouring REQUIREMENTS PASS temp.

101 Supplier: A&A Asphalt LLC Capitol Region Council of 5 Capitol Region Purchasing Council 241 Main Street, 4 th Floor Hartford, CT STANDARD BID AND RFP TERMS AND CONDITIONS PURCHASING COUNCIL PURPOSE The Capitol Region Purchasing Council ( Council ) is a purchasing cooperative, acting under the auspices of the Capitol Region Council of, which attempts to provide volume-based discounts to its Member Agency base through various cooperative procurement initiatives. To date, some 115 towns, boards of education and agencies across the State (38 of which are located in the Greater Hartford area) are eligible to take advantage of the Council s services. BID FORMS/SUBMISSION OF BIDS The Council exclusively uses Bid Sync for the notification and dissemination of all solicitations. The receipt of solicitations through any other company may result in your receipt of incomplete specifications and/or addenda which could ultimately render your bid non-compliant. The Council accepts no responsibility for the receipt and/or notification of solicitations through any other company. No oral, telegraphic or telephonic submittal will be accepted. IFB s, RFP s, RFQ s and RFI s shall be submitted in electronic format via BidSync. All Invitations For Bid (IFB), Requests For Proposals (RFP), Requests For Quotes (RFQ), Requests For Information (RFI) submitted electronically via BidSync shall remain locked until official date and time of opening as stated in the Special Terms and Conditions of the IFB, RFP, RFQ and/or RFI. A formal, in-person bid opening will not be held. EXCEPTIONS TO SPECIFICATIONS Vendors are directed to make sure that they understand the terms and conditions as specified in this Invitation for Bid. Unless exceptions to any of the terms and conditions, including pricing, are specified as part of the bid response, it will be expected that all terms and conditions expressed herein are acceptable and shall govern resulting contracts. Any variance from specifications, including product substitutes (as well as replacements for discontinued items) and pricing units (pounds, 50 lb bags vs. 100 lb bags, etc.) must be clearly noted in the vendor s bid response. SUBSTITUTION FOR NAMED BRANDS Should brand name items appear in this bid, the bidder must make available specifications on any substitutions, and explain how the substitution compares with the named brand s specifications. BID AWARD A bid award shall be made by each respective Member Agency to the lowest responsible bidder(s). A Purchase Order issued by the member Town constitutes an award. The lowest responsible bidder is that person or firm whose bid to perform the work is lowest, who is qualified and competent to do the work, whose past performance of work is satisfactory to the Member Agency and whose bid documents comply with the procedural requirements stated herein. The award process may also include additional considerations such as the information provided on the bid forms and the bidder s perceived ability to fulfill his/her obligations as prescribed by these specifications. Each bidder must be prepared to show evidence of having satisfactorily carried out a similar contract, as inability to do so may be cause for rejection. p. 97

102 CONTRACT EXTENSION Contracts may be extended by mutual agreement of the parties for bids with a one year contract period, a one year extension will be permitted if there is mutual agreement; for bids with a two year contract period, a two year contract extension will be permitted if there is mutual agreement. All extensions shall be completed before the next bid invitation is issued. A schedule of bid invitations and openings is posted on the CRPC website. ESTIMATED QUANTITIES The quantities as listed herein are estimates only and have been provided for the purpose of competitive bidding. Actual quantities will be contingent upon the total number of Member Agencies that decide to make an award off of this bid (as participation is voluntary) and the needs of the using departments in the various Member Agencies. INCLUSION OF NON-PARTICIPATING TOWNS AND BOARDS OF EDUCATION Any Member Agency, current or future, within the Capitol Region Purchasing Council shall be allowed to participate in this bid during the life of the contract, even if it is not listed amongst the bid participants. WITHDRAWAL OF BIDS No bid submitted may be withdrawn, in whole or in part, without the written consent of the Capitol Region Purchasing Council. REJECTION AND/OR CANCELLATION OF BIDS The Council reserves the right to reject or cancel any and all bids, or any part of any or all bids, if such action is deemed to be in its best interest to do so. RIGHT TO WAIVE ANY INFORMALITY The cooperating Member Agencies reserve the right to waive any informality in a bid when such a waiver is in their best interest. BID PRICES All prices bid must be on the basis of F.O.B. delivery point, unloaded inside, unless otherwise indicated in the proposal. A bid on any other basis than that indicated in the proposal may be considered informal. Note: The Capitol Region Purchasing Council strictly prohibits the unilateral imposition of additional surcharges (fuel, delivery, etc.) on the participating communities at any point during the contract period. Prices bid shall apply throughout the term of the contract and will be construed as allinclusive. TAXES Member Agencies are exempt from the payment of any sales, excise or federal transportation taxes. The prices bid, whether a net unit price or a trade discount from catalog list prices, must be exclusive of taxes and will be so construed. BILLING Billing shall be made to each bid participant according to the terms set forth on each purchase order. 2% ADMINISTRATIVE FEE The Capitol Region Council of uses BidSync to distribute and receive bids and proposals. Responding vendors agree to pay to BidSync an administrative fee of two percent (2%) of the total ordered amount of all contracts for goods and/or services awarded to the vendor. The fee shall be payable for all Council bids unless specifically exempted by the Council. Refer to for further information. p. 98

103 REPORTING REQUIREMENTS All orders placed on CRPC bids shall be reported to BidSync on a quarterly basis. Please contact Jason Sanchez to set up this important reporting function at (512) (telephone); or jsanchez@periscopeholdings.com. FAILURE TO COMPLY All awarded vendors must comply with the 2% Administrative Fee and Reporting Requirements outlined in the CRPC General Terms and Conditions. Failure to comply within 90 days of orders and/or awards by CRPC members may result in the vendor being restricted from participating in future bids. DELIVERY ARRANGEMENTS AND REQUIREMENTS No delivery shall become due or be acceptable without a written order issued by the Member Agency concerned. Such order will contain the quantity, time of delivery and other important data. REFERENCES Upon request, vendors shall supply the names of other customers (preferably municipalities) to interested Member Agencies. BIDDER PERFORMANCE/LIABILITY FOR DELIVERY FAILURES Failure of any successful bidder to adhere to specifications, prices, terms or conditions of their agreement during the course of the contract period may preclude such bidder from bidding on future CRPC bids in addition to any action that Member Agencies may take as a result of the vendor s failure to perform. It should be noted that the awarded vendor shall assume full responsibility for the negligence of any sub-contractor(s) utilized to fulfill any and all obligations under resulting contracts. Moreover, if the contractor fails to make proper delivery within the time specified or if the delivery is rejected by the Member Agency, the Member Agency may obtain such commodities or any part thereof from other sources in the open market or on contract. Should the new price be greater than the contract price, the difference will be charged against the contractor. Should the new price be less, the contractor shall have no claim to the difference. INSURANCE REQUIRED OF SUCCESSFUL BIDDERS The Successful bidder shall furnish a certificate of insurance which includes the coverages and limits set forth below; identifies the Member Agency as an additional insured; and provides for at least ten (10) days prior notice to the Member Agency of cancellation or non-renewal. Coverage is to be provided on a primary, non-contributory basis: a. General Liability Insurance, including Contractual Liability Insurance and Products/Completed Operations Insurance issued by an insurance company licensed to conduct business in the State of Connecticut with: limits not less than $1,000,000 for all damages because of bodily injury sustained by each person as the result of any occurrence and $1,000,000 bodily injury aggregate per policy year; and limits of $500,000 for all property damage aggregate per policy year or a limit of $1,000,000 Combined Single Limit (CSL). A Waiver of Subrogation shall be provided. All, if any, deductibles are the sole responsibility of the contractor to pay and/or indemnify. p. 99

104 b. Automobile Liability Insurance issued by an insurance company licensed to conduct business in the State of Connecticut with: limits not less than $1,000,000 for all damages because of bodily injury sustained by each person as a result of any occurrence and $1,000,000 aggregate per policy year; and limits of $500,000 for all damages because of property damage sustained as the result of any one occurrence or $1,000,000 Combined Single Limit (CSL). All, if any, deductibles are the sole responsibility of the contractor to pay and/or indemnify. c. Worker s Compensation Insurance in accordance with Connecticut State Statutes. The insurance requirements listed above are minimum requirements for successful bidders. Awarding agencies may require higher insurance limits. FOR THE TOWN OF WEST HARTFORD ONLY Please see Attachment A concerning the town s insurance requirements. FUTURE BID INVITATIONS Future bid invitations may not be sent to vendors who do not bid on this invitation, unless they specifically request that their names be continued on the invitation list. EQUAL EMPLOYMENT OPPORTUNITY/AFFIRMATIVE ACTION The Capitol Region Purchasing Council, an affiliate of the Capitol Region Council of, subscribes to the Council of ' policy of Equal Employment Opportunity and Affirmative Action, and pledges to lend its support and cooperation to private and public agencies who are promoting public policy in this vital area of human relations. Vendors will be required to sign the certificate incorporated in the bid document relative to Equal Employment Opportunity and Minority/Female Business Enterprise (if applicable). SEVERABILITY If any terms or provisions of this bid shall be found to be illegal or unenforceable, then such term or provision shall be deemed stricken and the remaining portions of this bid shall remain in full force and effect. ADDITIONAL TERMS AND CONDITIONS The Vendor assigns to CRCOG all rights title and interests in and to all causes of action it may have under Section 4 of the Clayton Act, 15 USC 15, or under Chapter 624 of the general statutes. This assignment occurs when the Contractor is awarded the contract. Vendor agrees that it is in compliance with all applicable federal, state and local laws and regulations, including but not limited to Connecticut General Statutes Sections 4a-60 and 4a-60a. The Contractor also agrees that it will hold CRCOG harmless and indemnify CRCOG from any action which may arise out of any act by the contractor concerning lack of compliance with these laws and regulations. All purchases will be in compliance with Section 22a-194 to Section 22a-194g of the Connecticut General Statutes related to product packaging. Resulting contracts are subject to the provisions of Executive Order N. Three of Governor Thomas J. Meskill promulgated February 15, 1973 and section 16 of P.A nondiscrimination regarding sexual orientation, an the provisions of Executive Order No. Sixteen of Governor John G. Rowland promulgated august 4, 1999 regarding Violence in the Workplace Prevention Policy. p. 100

105 The contract arising from the bid may be subject to the provisions of of the Connecticut General Statutes, as it may be modified from time to time. In accordance with this section, each contract in excess of two million five hundred thousand dollars between a public agency and a person for the performance of a governmental function shall (1) provide that the public agency is entitled to receive a copy of records and files related to the performance of the governmental function, and (2) indicate that such records and files are subject to the Freedom of Information Act and may be disclosed by the public agency pursuant to the Freedom of Information Act. No request to inspect or copy such records or files shall be valid unless the request is made to the public agency in accordance with the Freedom of Information Act. Any complaint by a person who is denied the right to inspect or copy such records or files shall be brought to the Freedom of Information Commission in accordance with the provisions of sections and of the Connecticut General Statutes. Incorporated by reference into this contract is Section 4-61dd(g)(1) and 4-61dd(3) and (f) of the Connecticut General Statutes which prohibits contractors from taking adverse action against employees who disclosed information to the Auditors of Public Accounts or the Attorney General. QUESTIONS General inquiries should be directed to Maureen Goulet, Purchasing Program Manager, at the: Capitol Region Purchasing Council 241 Main Street, 4 th Floor Hartford, CT Tel: ext. 37 Fax: mgoulet@crcog.org However, no oral interpretations shall be made to any respondent as to the meaning of any of the bid documents. Every request for an interpretation shall be made in writing, addressed and forwarded either to the address above, faxed to (860) , ed to mgoulet@crcog.org, or posted to the BidSync online bidding system. To receive consideration, such questions must be received at least five (5) calendar days before the established date for receipt of proposals. The Program Manager will arrange as addenda, which shall be made a part of this Invitation for Bid and any resulting contracts, all questions received as above provided and the decisions regarding each. At least three (3) days prior to the receipt of bid proposals, the Program Manager will post a copy of any addenda to the BidSync system. In special cases, the Program Coordinator reserves the right to post clarifying information in the form of an addendum outside of the aforementioned timeline. It shall be the responsibility of each respondent to determine whether any addenda have been issued and if so, to download copies directly from the BidSync website. 6 p. 101

106 Supplier: A&A Asphalt LLC 5 CRPC # CAPITOL REGION PURCHASING COUNCIL INVITATION FOR BID ASPHALT PAVEMENT CRACK SEALING BID SPECIFICATION I. MODIFICATIONS TO GENERAL TERMS AND CONDITIONS INTENT The Capitol Region Purchasing Council, on behalf of certain CRPC members, requests bids for ASPHALT PAVEMENT CRACK SEALING using the hot pour method, for the contract period of September 1, 2016 through August 31, Each respective CRPC member will make its own awards and payments according to the terms and conditions set forth in these specifications. A written order from each CRPC member will be required before any work is started, and shall contain information concerning the quantity and type of asphalt pavement crack sealing required, the desired materials to be used, the preferred work schedule, and any other relevant data. This bid is intended for projects that do not meet the threshold for State of Connecticut prevailing wages as codified in the General Statute section and 31-53a. Projects that meet or exceed the threshold shall not be purchased through this bid. Vendors who wish to submit a bid for the Cold Applied Mulch Sealing method may submit an alternate bid which contains documentation on Organic Cover Material, Mulch Seal Liquid Material, and equipment. In general, specifications for asphalt pavement crack sealing found in ASTM D6690 will apply. BID AWARD A bid award shall be made by each respective CRPC member to the lowest responsible bidder(s). The lowest responsible bidder is that person or firm whose bid to perform the work is lowest, who is qualified and competent to do the work, whose past performance of work is satisfactory to the CRPC member and whose bid documents comply with the procedural requirements stated herein. The award process may also include additional considerations such as the information provided on the bid forms and the bidder s perceived ability to fulfill his/her obligations as prescribed by these specifications. The issuance of a Purchase Order from a CRPC member constitutes an award, and such awards may be made to one or more vendors. Each bidder must be prepared to show evidence of having satisfactorily carried out a similar contract, as inability to do so may be cause for rejection. Note that service and scheduling shall be major factors in awarding the contract, and shall consist of the contractor s availability to return to do small jobs during the contract period, as well as to perform work during off-hours (e.g., nights, weekends). Note that the CRPC members reserve the right to make their awards on a section-by-section basis in order to take advantage of the most favorable bid price for each item. ESTIMATED QUANTITIES The quantities specified herein are estimates only and have been provided for the purpose of competitive bidding. Actual quantities will be contingent upon the total number of CRPC members which decide to make an award off this bid (as participation is voluntary), the needs of the using departments of the various CRPC members and changes in State and Local Regulatory Agency s regulations. Furthermore, budget reductions may make it impossible for a CRPC member to undertake some or all of the proposed work. The determination of the type of asphalt pavement crack sealing to be used will be made by the individual CRPC member under the guidance of the State and Local Regulatory Agencies. INSURANCE All respondents are required to submit, with their bids, a copy of the cover sheet from their insurance policy(ies) (or an equivalent piece of documentation) which demonstrates the firm s current coverages and limits for General Liability, Automobile Liability and Worker s Compensation Insurance. p. 102

107 BID SURETY A bid bond is not required for this bid. A performance bond in the amount of one hundred percent (100%) of each Purchase Order may be required of the successful bidder. II. TECHNICAL SPECIFICATION, ADDITIONAL REQUIREMENTS 1. GENERAL DESCRIPTION OF WORK TO BE ACCOMPLISHED The awarded contractor(s) shall be responsible for providing all labor, equipment, and materials necessary to clean and seal cracks in existing asphalt pavements and milled roads, using the hot pour materials method. All work performed by the contractor will be approved by the CRPC member s appointed Supervisor. 2. SCOPE OF SERVICES All-inclusive bids shall be submitted, covering labor, equipment and materials for the items listed in the bid response. Such work shall include, but is not limited to, related cleaning, road preparation, traffic control and clean-up. a. Equipment The equipment required is: Air Compressor, melting kettle, application wand and show, hot air lance, and shall conform to the requirements provided by the awarding entity. On the information sheet, each respondent shall note all equipment that he/she owns and will use in performing this contract. The respondent shall also indicate any other machines available to him/her through lease, etc. Maintenance The Contractor shall keep and maintain their work in good repair for a period of ninety (90) days from the date of completion of the work on the respective streets. It is agreed and understood that the Contractor will at any time during this period, upon notification in writing from the Supervisor, and without expense to the CRPC member, immediately execute all repairs which may be necessary, as determined by said Supervisor by reason of defective workmanship or pavement/roadway use. b. Cleaning/Road Preparation The awarded Contractor shall clean the existing asphalt road surface of all dirt, sand, oil, grease and loose materials by brooming, blowing, or flushing with pressurized water as approved in advance by the awarding entity. All unsealed cracks, all previously sealed cracks with the surface of the existing sealant greater than or equal to ¼ below the surface of the surrounding pavement, and all previously sealed cracks exhibiting cracks, holes, voids and separation from the adjacent pavement shall be sealed. Immediately prior to sealing, all cracks shall be thoroughly cleaned of all foreign material. When cracks show evidence of vegetation, the vegetation shall be removed and sterilized by the use of a propane torch unit, eliminating all vegetation, dirt, moisture and seeds. No crack-sealing material shall be applied in wet cracks, or, where frost, snow or ice is present. The pavement temperature shall be above 40 degrees Fahrenheit (4 degrees Celsius) at the time of the installation of the poured sealing material. c. Traffic Control: All traffic control methods and devices are to be in compliance with the current edition of the Manual of Uniform Traffic Control Devices. All adjustments to traffic operations are to be coordinated with the Director of Public Works for the awarding entity. The Contractor shall maintain and protect traffic in the project area in accordance with the requirements and regulations of the applicable Federal, State and Local Regulatory Agencies and these specifications. It shall be the sole responsibility of the Contractor to notify the State and Local Regulatory Agencies of the awarding entity at least 72 hours in advance of changes in traffic patterns due to the reduction of pavement widths or other traffic obstructions. The Contractor shall furnish, install, maintain, adjust, and remove all signs, suitable barricades, flashers, and traffic cones, as necessary to carry out the traffic routing plan and maintain vehicular and pedestrian traffic. All of this work shall meet with the approval of all the State and Local Regulatory Agencies. The road may be restricted during the construction period but must be opened at the end of each day. The road must be made passable as soon as possible. In addition, access to emergency vehicles, police, rubbish removal trucks, school buses and mail delivery vehicles must be maintained. When requested to do so by the CRPC Member, the Contractor shall furnish the CRPC member with a plan or a written statement of methods, which the Contractor proposes to use, and said plans or methods shall be approved by the Supervisor before any work proceeds. p. 103

108 The cost associated with this item shall not be paid separately, but be included in the bid items. 3. EXPERIENCE Each respondent must submit satisfactory evidence as part of their bid proposal demonstrating experience repairing/sealing asphalt pavement cracks on public roads and knowledge of regulations established by the State and Local Regulatory Agencies, including the most recent regulations. The Contractor shall further guarantee that any employee operating asphalt pavement crack sealing equipment is experienced in operating a machine of this type and competent in its use. A list of at least three (3) municipalities/public agencies where this type of work has been performed during the past two (2) years shall be furnished, including contact persons and phone numbers. (See the bid specific Information Sheet.) 4. TIME OF STARTING AND COMPLETION The Contractor may be requested to start work within seven (7) calendar days of receipt of order, depending on the agreement with the Supervisor of any single CRPC member awarding such contract. All work under any contract awarded as a result of this bid shall be completed within thirty (30) calendar days of receipt of the order unless a specific agreement with a particular Supervisor provides for a later completion date. If physical conditions prevent adherence to this time schedule, the Supervisor of the particular CRPC member shall make arrangements necessary for performance of the work. It is understood that a CRPC member may take appropriate action if an unreasonable delay is encountered beyond the thirty (30) calendar day period mentioned above. It is also understood that should delays occur, the Contractor will prioritize rescheduling efforts to expedite completion and minimize CRPC member exposure from unmarked roadways. Note: Equipment breakdown shall not be considered a valid cause for a time extension request. The contractor shall be expected to have backup equipment available. 5. PAVEMENTS TO BE SEALED Sealants shall be applied mainly on sheet asphalt and milled road pavements. 6. MATERIALS All materials shall be in accordance with the State of Connecticut, Department of Transportation, Standard Specifications for Roads, Bridges and Incidental Construction Form 816, as amended unless otherwise noted: Joint Sealer The hot poured rubberized sealant material shall meet requirements of ASTM D6690, or the latest edition. CRPC members may require joint material samples to be submitted prior to the start of work. Respondents are asked to include, as part of their response, a manufacturer spec sheet for the sealant that will be used to perform the work. Crack Sealant Glenzoil 20 Plus by Emulso Corp. or equivalent crack sealant barrier material. Respondents are asked to include, as part of their response, a manufacturer spec sheet for the sealant that will be used to perform the work. p. 104

109 7. EQUIPMENT Equipment used in the performance of the work required shall be subject to the approval of the awarding entity, and maintained in satisfactory working condition at all times. Air Compressor: Air compressors shall be capable of furnishing not less than 185 cubic feet of air per minute and shall be equipped with traps that will maintain the compressed air free of oil and water. Melting Kettle : The joint sealant material shall be heated in a melter constructed as a double boiler, with a space between the inner and outer shells filled with oil or other heat transfer medium having a flash point of not less than 600 degrees. The equipment shall include positive tehmperature controls, automatic and continuous mechanical agitation, recirculation pumps, and thermometers for continuous reading of temperature of both the sealing compounds and the heat transfer medium. The melter shall be equipped with a thermostat to maintain the sealant compound within the range of temperatures specified by the manufacturer. Respondents are asked to include, as part of their response, a manufacturer spec sheet for the material that will be used to perform the work. Application Wand and Shoe and Hand Pouring Pots Application shoes that are worn shall be replaced. The application shoe shall produce a band aid type of appearance of at least 1 wide on either side of the crack, as well as filling the crack. The height of the sealant above the crack must not exceed 1/8. Hand pouring pots must be equipped with mobile carriage and rubber shoe, and have a flow control valve which allows all cracks to be filled to refusal, so as to eliminate all voids or entrapped air, and not leave unnecessary surplus crack sealer on pavement surfaces. Respondents are asked to include, as part of their response, a manufacturer spec sheet for the material that will be used to perform the work. Hot Air Lance Hot air lance shall be a propane torch unit which operates at 3,000 degrees Fahrenheit and a gas velocity of 3,000 feet per second. 8. VENDOR PERFORMANCE/LIABILITY FOR SERVICE FAILURES Failure of any successful bidder to adhere to the specifications, prices, terms or conditions of their agreement during the course of the contract period may preclude such bidder from bidding on future CRPC bids in addition to any action that municipalities may take as a result of the vendor s failure to perform. It should be noted that the awarded vendor shall assume full responsibility for the negligence of any sub-contractor(s) utilized to fulfill any and all obligations under resulting contracts. Moreover, if the contractor fails to provide the contracted services within the time specified or if the services are rejected by the municipality, the municipality may obtain such services or any part thereof from other sources in the open market or on contract. Should the new price be greater than the contract price, the difference will be charged against the contractor. Should the new price be less, the contractor shall have no claim to the difference. 6 p. 105

110 Supplier: A&A Asphalt LLC Capitol Region Council of 5 ASPHALT PAVEMENT CRACK SEALING CRPC BID # ASPHALT PAVEMENT CRACK SEALING INFORMATION SHEET 1. How many years has your firm been providing Asphalt Pavement Crack Sealing services? petermurphy 2. Please supply the names and contact information for three (3) municipalities/public agencies your firm has provided Asphalt Pavement Crack Sealing services for in the past two (2) years: Town Of Ridgefield Pete Hill Town of Berlin Bryan Griswald Town of Vernon Bob Klienhans After the receipt of a work/purchase order, how many business days until you can commence work? 7 to Are you available to work nights and/or weekends? Yes 5. Please list the Asphalt Pavement Crack Sealing equipment you have available: Marthon 260 Melter, Cimline Magnum 230 Melter, Crafco EZ Pour 210 Meltor, 4 Sullair 185 compressors, 3 International 4000 Flat Beds, 2 f350, 1 GMC 3500.! Crafco pavement Router, 1 Cimline Pavement Router Misc Heatlances handtools and aplication equipment 6. Please list the manufacturer/brand name of any materials you use: McAsphalt Industries Buram 195 Crafco Road saver 235 Glenzoil 20 Black Beauty p

111 Supplier: A&A Asphalt LLC Capitol Region Council of 5 Insurance Exhibit (West Hartford) For the purpose of this exhibit: the term "Contractor" shall also include their respective agents, representatives, employees or subcontractors; and the term "Town of West Hartford and West Hartford Board of Education" (hereinafter called the "Town") shall include their respective officers, agents, officials, employees, volunteers, boards and commissions. The Contractor shall procure and maintain the required insurance coverage against claims that may arise from, or in connection with the services and goods provided by the Contractor for the duration of the contract term, including any and all extensions. The Contractor shall provide the Town with a certificate of insurance confirming compliance with this exhibit prior to commencement of the contract. Such insurance shall be written for not less than specified, or required by applicable federal, state and/or municipal law, regulation or requirement, whichever is greater. The Contractor shall assume any and all premiums and deductibles in the described insurance policies. Both the Contractor and Contractor's insurer(s) agree to have no right of recovery or subrogation against the Town and the described insurance shall be primary coverage. Any failure to comply with the claim reporting provisions of the policy shall not affect coverage provided to the Town. Each required insurance policy shall not be suspended, voided, cancelled or reduced except after thirty (30) days prior written notice, ten (10) days notice for non-payment, has been given to the Town. All liability policies (with the exception of Worker s Compensation) shall include the Town of West Hartford, the West Hartford Board of Education, and their respective officers, agents, officials, employees, volunteers, boards and commissions as an Additional Insured and shall include, but not be limited to investigation, defense, settlement, judgment or payment of any legal liability. Failure to maintain the required insurance coverage and Additional Insured Endorsements shall be grounds for termination of the contract. It is agreed that the scope and limits of the insurance specified are minimum requirements and shall in no way limit or exclude the Town from additional limits or coverage provided under each policy. The policies shall be on the occurrence form and must be written by companies licensed to do business in the State of Connecticut. The Town s Risk Manager shall review any and all exceptions. Commercial General Liability: $1,000,000 combined single limit per occurrence for bodily injury, personal injury, property damage, contractual liability and products /completed operations. Contractor shall continue to provide products/completed operations coverage for two (2) years after completion of the work. Automobile Liability and Physical Damage Coverage: $1,000,000 combined single limit per occurrence for any auto, including statutory uninsured/underinsured motorists coverage and $1,000 medical payments. Policy to include collision and comprehensive coverage for any auto used for the purpose of this contract. Umbrella Liability: $1,000,000 per occurrence, $2,000,000 aggregate following form. Workers Compensation: Statutory limits including Employer s Liability with limits of $100,000 each accident, $500,000 for each disease/policy limit, and $100,000 for disease for each employee as required by the State of Connecticut. If the Contractor decides not to procure workers compensation in accordance with Connecticut law, the Contractor agrees to comply with the Connecticut Workers Compensation Act s (Act) requirements for withdrawing from the provisions of the Act, including, but not limited to, filing the appropriate notice of withdrawal with the commissioner. The Contractor is wholly responsible for taking the actions necessary to withdraw from the provisions of the Act. In lieu of procuring workers compensation insurance and providing the Town with proof thereof, the Contractor agrees to hold the Town of West Hartford, the West Hartford Board of Education, their respective boards and commissions, officers, agents, officials, employees, servants, volunteers, contractors and representatives harmless from any and all suits, claims, and actions arising from personal injuries sustained by him during the course of the performance of this contract, however caused. Personal Property for "all risk" insurance on a replacement cost basis to cover the value of personal property belonging to the Contractor and others (including but not limited to the personal property of subcontractors) located on Town property while in use or in storage for the duration of the contract. Deductible not to exceed $1,000. Peter Murphy 9/22/11 Duly Authorized Date Peter Murphy (Print Name Here) p. 107

112 6 p. 108

113 Supplier: A&A Asphalt LLC Capitol Region Council of 5 GENERAL VENDOR INFORMATION VENDORS ARE ASKED TO FILL OUT THIS FORM SO THAT THEIR BID RESPONSES ARE CONSIDERED COMPLETE. The undersigned: is aware that any CRPC member may reject any and all bids, or any part of any and all bids; is aware that quantities furnished herein are estimates only; has not included any state or federal taxes for which the CRPC members are not liable; and is making this bid without collusion with any person, individual or corporation. COMPANY A&A Asphalt LLC REPRESENTATIVE Peter Murphy POSITION Genneral Manager ADDRESS PO Box 954 Manchester CT (ZIP) TELEPHONE # FAX # TAX ID # ADDRESS petermurphy@paverepair.com p. 109

114 SIGNATURE Peter Murphy PAYMENT TERMS: 2%10Days DATE: 9/21/15 6 p. 110

115

116

117

118

119

120

121

Solicitation 677. Ladder Testing Services. Bid Designation: Public

Solicitation 677. Ladder Testing Services. Bid Designation: Public 5 Solicitation 677 Ladder Testing Services Bid Designation: Public Capitol Region Council of 6 9/11/2018 11:25 AM p. 1 BIDSYNC VENDOR BILLING AGREEMENT BidSync will contact the Accounts Payable personnel

More information

Bid Tabulation Packet for Solicitation 630. Tires and Tubes. Bid Designation: Public

Bid Tabulation Packet for Solicitation 630. Tires and Tubes. Bid Designation: Public 5 Bid Tabulation Packet for Solicitation Tires and Tubes Bid Designation: Public Capitol Region Council of 6 p. 1 Bid # - Tires and Tubes Capitol Region Council of 5 Creation Date Oct 7, 2015 End Date

More information

Bid Tabulation Packet for Solicitation 660. Ladder Testing Services. Bid Designation: Public

Bid Tabulation Packet for Solicitation 660. Ladder Testing Services. Bid Designation: Public 5 Bid Tabulation Packet for Solicitation Ladder Testing Services Bid Designation: Public Capitol Region Council of 6 p. 1 Bid # - Ladder Testing Services Capitol Region Council of 5 Creation Date Aug 16,

More information

Solicitation 674. Sand for Snow and Ice Control. Bid Designation: Public

Solicitation 674. Sand for Snow and Ice Control. Bid Designation: Public 5 Solicitation 674 Sand for Snow and Ice Control Bid Designation: Public Capitol Region Council of 6 6/7/2018 12:31 PM p. 1 BIDSYNC VENDOR BILLING AGREEMENT BidSync will contact the Accounts Payable personnel

More information

Bid Tabulation Packet for Solicitation 629. Ladder Testing. Bid Designation: Public

Bid Tabulation Packet for Solicitation 629. Ladder Testing. Bid Designation: Public 5 Bid Tabulation Packet for Solicitation Ladder Testing Bid Designation: Public Capitol Region Council of p. 1 Bid # - Ladder Testing Capitol Region Council of 5 Creation Date Aug 12, 2015 End Date Sep

More information

Solicitation 659. Asphalt Pavement Crack Sealing. Bid Designation: Public

Solicitation 659. Asphalt Pavement Crack Sealing. Bid Designation: Public Solicitation 9 Asphalt Pavement Crack Sealing Bid Designation: Public Capitol Region Council of 8/31/2017 11:37 AM p. 1 BIDSYNC VENDOR BILLING AGREEMENT BidSync will contact the Accounts Payable personnel

More information

Solicitation 665 Stormwater Monitoring Services. Stormwater Monitoring Services. Bid Designation: Public

Solicitation 665 Stormwater Monitoring Services. Stormwater Monitoring Services. Bid Designation: Public 5 Solicitation 665 Stormwater Stormwater Bid Designation: Public Capitol Region Council of 12/14/2017 12:11 PM p. 1 6 BIDSYNC VENDOR BILLING AGREEMENT BidSync will contact the Accounts Payable personnel

More information

Solicitation 638. Rental and Servicing of Portable Toilets. Bid Designation: Public

Solicitation 638. Rental and Servicing of Portable Toilets. Bid Designation: Public Solicitation 38 Rental and Servicing of Portable Toilets Bid Designation: Public Capitol Region Council of 12/2/201 11:14 AM p. 1 BIDSYNC VENDOR BILLING AGREEMENT BidSync will contact the Accounts Payable

More information

Bid Tabulation Packet for Solicitation 662. Protective Accessories - Fire. Bid Designation: Public

Bid Tabulation Packet for Solicitation 662. Protective Accessories - Fire. Bid Designation: Public 5 Bid Tabulation Packet for Solicitation Protective Accessories - Fire Bid Designation: Public Capitol Region Council of p. 1 Bid # - Protective Accessories - Fire Capitol Region Council of 5 Creation

More information

Bid Tabulation Packet for Solicitation 676. Asphalt Pavement Crack Sealing. Bid Designation: Public

Bid Tabulation Packet for Solicitation 676. Asphalt Pavement Crack Sealing. Bid Designation: Public 5 Bid Tabulation Packet for Solicitation Asphalt Pavement Crack Sealing Bid Designation: Public 6 p. 1 Bid # - Asphalt Pavement Crack Sealing 5 Creation Date Aug 15, 2018 End Date Sep 27, 2018 10:00:00

More information

Solicitation 662. Protective Accessories - Fire. Bid Designation: Public

Solicitation 662. Protective Accessories - Fire. Bid Designation: Public Solicitation 2 Protective Accessories - Fire Bid Designation: Public Capitol Region Council of 9/28/2017 7:21 AM p. 1 BIDSYNC VENDOR BILLING AGREEMENT BidSync will contact the Accounts Payable personnel

More information

Solicitation 661. Personal Protective Gear. Bid Designation: Public

Solicitation 661. Personal Protective Gear. Bid Designation: Public 5 Solicitation 1 Personal Protective Gear Bid Designation: Public Capitol Region Council of 9/28/2017 7:20 AM p. 1 BIDSYNC VENDOR BILLING AGREEMENT BidSync will contact the Accounts Payable personnel for

More information

Solicitation 649. Personal Protective Gear. Bid Designation: Public

Solicitation 649. Personal Protective Gear. Bid Designation: Public 5 Solicitation 49 Personal Protective Gear Bid Designation: Public Capitol Region Council of 9/29/201 9:03 AM p. 1 BIDSYNC VENDOR BILLING AGREEMENT BidSync will contact the Accounts Payable personnel for

More information

CAPITOL REGION PURCHASING COUNCIL REQUEST FOR PROPOSAL (RFP) FOR E-PROCUREMENT SYSTEM. Issue Date: January 14, 2019

CAPITOL REGION PURCHASING COUNCIL REQUEST FOR PROPOSAL (RFP) FOR E-PROCUREMENT SYSTEM. Issue Date: January 14, 2019 CAPITOL REGION PURCHASING COUNCIL REQUEST FOR PROPOSAL (RFP) FOR E-PROCUREMENT SYSTEM Issue Date: January 14, 2019 Deadline for Questions: January 30, 2019 Response Date/Time: February 20, 2019 (2:00 p.m.

More information

Solicitation 643. Swimming Pool & Water Treatment Chemicals. Bid Designation: Public

Solicitation 643. Swimming Pool & Water Treatment Chemicals. Bid Designation: Public 5 Solicitation 643 Swimming Pool & Water Treatment Chemicals Bid Designation: Public 6 3/9/2016 8:10 AM p. 1 BIDSYNC VENDOR BILLING AGREEMENT BidSync will contact the Accounts Payable personnel for your

More information

PROPOSAL BITUMINOUS ASPHALT CONCRETE NON-CAPITAL PROJECTS PAVING

PROPOSAL BITUMINOUS ASPHALT CONCRETE NON-CAPITAL PROJECTS PAVING Gary Hammond, P.E. Commissioner of Public Works Tioga County Department of Public Works 477 Route 96 Owego, New York 13827 (607) 687-0302 Fax (607) 687-4453 Richard Perkins, P.E. Deputy Commissioner of

More information

BOONE COUNTY, ILLINOIS

BOONE COUNTY, ILLINOIS BOONE COUNTY, ILLINOIS Bid Requirements for RCI-16-06 (Bid Number) Material(s) or Services: 1. Seal Coating at the Logan Avenue Campus Parking Lot. 2. Crack Filling at the Logan Avenue Campus Parking Lot.

More information

Solicitation 640. Recycling Bins. Bid Designation: Public

Solicitation 640. Recycling Bins. Bid Designation: Public Solicitation 40 Recycling Bins Bid Designation: Public 2/10/201 :4 AM p. 1 BIDSYNC VENDOR BILLING AGREEMENT BidSync will contact the Accounts Payable personnel for your company for any billing related

More information

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018 County of Gillespie Bid Package for CONCRETE Bid No. 2019.04 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777

More information

LAPEER COUNTY ROAD COMMISSION ANNUAL BID BITUMINOUS SURFACE TREATMENT

LAPEER COUNTY ROAD COMMISSION ANNUAL BID BITUMINOUS SURFACE TREATMENT 2019-18 LAPEER COUNTY ROAD COMMISSION ANNUAL BID BITUMINOUS SURFACE TREATMENT DESCRIPTION This work shall consist of one or more applications of bituminous material applied to the prepared surface and

More information

Request for Proposal (RFP) For 2014 Liquid Asphalt Materials

Request for Proposal (RFP) For 2014 Liquid Asphalt Materials Request for Proposal (RFP) For 2014 Liquid Asphalt Materials Posting Date: March 13, 2014 Response Deadline: March 27, 2014 3:00 p.m.central Standard Time (CST) To: Raymond G Palonen, Highway Commissioner

More information

REQUEST FOR BID ASPHALT PAVEMENT REPAIR, SEALING, AND MARKING FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2014-B09

REQUEST FOR BID ASPHALT PAVEMENT REPAIR, SEALING, AND MARKING FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2014-B09 REQUEST FOR BID ASPHALT PAVEMENT REPAIR, SEALING, AND MARKING FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2014-B09 Illinois Valley Community College District No. 513 (the College) is accepting sealed

More information

LAPEER COUNTY ROAD COMMISSION ANNUAL BID SLURRY SEAL SURFACE SPECIFICATIONS

LAPEER COUNTY ROAD COMMISSION ANNUAL BID SLURRY SEAL SURFACE SPECIFICATIONS 2016-17 LAPEER COUNTY ROAD COMMISSION ANNUAL BID SLURRY SEAL SURFACE SPECIFICATIONS DESCRIPTION The Slurry Seal Surface shall consist of a mixture of emulsified asphalt, mineral aggregate and water, properly

More information

OPTION A: 2 BITUMINOUS PAVING WITH SHOULDERS OPTION B: SCRATCH COURSE BITUMINOUS PAVING WITHOUT SHOULDERS

OPTION A: 2 BITUMINOUS PAVING WITH SHOULDERS OPTION B: SCRATCH COURSE BITUMINOUS PAVING WITHOUT SHOULDERS SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2018 BITUMINOUS PAVING PROGRAM JUDDVILLE ROAD FROM CLINTON COUNTY LINE (MERIDIAN ROAD) TO GENESSEE COUNTY LINE (M-13) IN SHIAWASSEE COUNTY + / - 22.34 MILES

More information

LEGAL NOTICE INVITATION TO SUBMIT PROPOSALS

LEGAL NOTICE INVITATION TO SUBMIT PROPOSALS LEGAL NOTICE INVITATION TO SUBMIT PROPOSALS The City of Spring Hill will accept quotations for the annual asphalt paving for the Street Department. Bidders shall submit sealed quotations in the format

More information

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY PURCHASE OF SIGNS AND SIGN ACCESSORIES (DATE): NOV.

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY PURCHASE OF SIGNS AND SIGN ACCESSORIES (DATE): NOV. BID RESPONSE LABEL Proposals sent by U.S. Mail should be addressed to Director of General Services, Town of Manchester, 494 Main Street, P.O. Box 191, Manchester, CT 06045-0191. Proposals hand delivered

More information

SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2017 LIQUID DUST CONTROL PROGRAM

SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2017 LIQUID DUST CONTROL PROGRAM SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2017 LIQUID DUST CONTROL PROGRAM Sealed bids will be received at the office of the Shiawassee County Road Commission at 701 W. Corunna Avenue, Corunna, Michigan

More information

HCG PURCHASING CO-OP INVITATION TO BID

HCG PURCHASING CO-OP INVITATION TO BID HCG PURCHASING CO-OP INVITATION TO BID #1186 HOT MIX ASPHALT #1187 HOT MIX ASPHALT EXCAVATION BY COLD PLANER (MILLING) #1188 LINE PAINTING Sealed bids for Hot Mix Asphalt, Hot Mix Asphalt Excavation by

More information

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018 County of Gillespie Bid Package for COLD MIX LAY ASPHALT Bid No. 2019.03 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830)

More information

Cherokee Nation

Cherokee Nation Cherokee Nation www.cherokee.org REQUEST FOR BIDS FLOORING PROJECT JAY FOOD DISTRIBUTION STORE AND WAREHOUSE JAY, OK Bid Due Date: August 31, 2018 CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918)

More information

REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401

REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401 REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401 REQUEST FOR BIDS SNOW REMOVAL AND SANDING USM GORHAM 1.0 GENERAL INFORMATION

More information

Calcium Chloride Sealed Bid # Town of Salem, NH

Calcium Chloride Sealed Bid # Town of Salem, NH ` Calcium Chloride Sealed Bid #2014-004 Town of Salem, NH March 2014 SALEM PURCHASING Julie Adams, Purchasing Agent 603-890-2090 fax 603-890-2091 jadams@ci.salem.nh.us Keith Hickey, Town Manager Prepared

More information

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION OVERVIEW The City of Covington is soliciting proposals for the reduction of Hurricane Isaac vegetative

More information

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO: REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO: Common Ground HDFC II Lee/Pitt Street LP Attn: Brian Ferrier 505 Eighth Avenue 15th Floor New York, NY 10018 DUE DATE: Friday, April

More information

PROPOSAL FOR 2019 MINERAL WELL BRINE

PROPOSAL FOR 2019 MINERAL WELL BRINE 840 S. Telegraph Road Monroe, Michigan 48161 Phone: (734) 240-5102 Fax: (734) 240-5101 PROPOSAL FOR 2019 MINERAL WELL BRINE BID OPENING: Thursday, November 15, 2018 at 10:00 a.m. BOARD OF COUNTY ROAD COMMISSIONERS

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Suffield Public Schools Suffield, Connecticut July 9, 2018 Suffield High School Library Media Center Carpet Replacement Suffield High School 1060 Sheldon Street, West Suffield, CT

More information

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY BID RESPONSE LABEL Proposals sent by U.S. Mail should be addressed to Director of General Services, Town of Manchester, 494 Main Street, P.O. Box 191, Manchester, CT 06045-0191. Proposals hand delivered

More information

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018 County of Gillespie Bid Package for FUEL - BOBTAIL DELIVERY Bid No. 2019.01 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624

More information

REQUEST FOR PROPOSALS CITY OF MARSHALL CRACK TREATMENT

REQUEST FOR PROPOSALS CITY OF MARSHALL CRACK TREATMENT REQUEST FOR PROPOSALS CITY OF MARSHALL CRACK TREATMENT 2018-19 The City of Marshall is requesting proposals for treating cracks in Hot Mix Asphalt within the City of Marshall. RFP due date/ Public Opening:

More information

Town of Lebanon Request for Proposals Fuel for Fiscal Year 2019 Proposal Specifications GENERAL INFORMATION

Town of Lebanon Request for Proposals Fuel for Fiscal Year 2019 Proposal Specifications GENERAL INFORMATION Town of Lebanon Request for Proposals Fuel for Fiscal Year 2019 Proposal Specifications GENERAL INFORMATION The Board of Selectmen and Board of Education of the Town of Lebanon will be accepting bids for

More information

Information for Proposers. 1. TAX EXEMPTION Purchase of materials for this project are exempt from Connecticut sales tax.

Information for Proposers. 1. TAX EXEMPTION Purchase of materials for this project are exempt from Connecticut sales tax. REQUEST FOR BIDS Board of Education Suffield, Connecticut June 7, 2018 Suffield High School HVAC Compressor Replacement Suffield High School 1060 Sheldon Street, West Suffield, CT 06093 You are invited

More information

REQUEST FOR PROPOSALS FOR BID TOWN OF MIDDLESEX, VERMONT TROPICAL STROM IRENE FEDERAL BUYOUT DEMOLITIONS

REQUEST FOR PROPOSALS FOR BID TOWN OF MIDDLESEX, VERMONT TROPICAL STROM IRENE FEDERAL BUYOUT DEMOLITIONS REQUEST FOR PROPOSALS FOR BID TOWN OF MIDDLESEX, VERMONT TROPICAL STROM IRENE FEDERAL BUYOUT DEMOLITIONS Contact: Sarah Merriman Town Clerk/Select Board Assistant Town of Middlesex 5 Church Street Middlesex,

More information

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS EXHIBIT A: SECTION 000200 INSTRUCTIONS TO BIDDERS 1.01 INVITATION TO BID A. The City of will be accepting bids for the Revised City Wayfinding Signage Project. This project is generally described as: fabrication

More information

QUONSET DEVELOPMENT CORPORATION (QDC) INVITATION TO BID

QUONSET DEVELOPMENT CORPORATION (QDC) INVITATION TO BID QUONSET DEVELOPMENT CORPORATION (QDC) A BID is solicited for the following work: INVITATION TO BID Name of Project: Background & Description of Work: Pavement Repairs: Utility Connections: On-Call Pavement

More information

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES RFP 2017-17 Due September 27, 2017 Room 123 304 NW 2 nd Street Okeechobee, FL 34972 1 INSTRUCTIONS TO BIDDERS In order to be considered responsive,

More information

ROAD COMMISSION FOR IONIA COUNTY

ROAD COMMISSION FOR IONIA COUNTY ROAD COMMISSION FOR IONIA COUNTY 170 E. Riverside Drive P.O. Box 76 Ionia, Michigan 48846 Phone (616) 527-1700 Fax (616) 527-8848 CHARLES G. MINKLEY WILLIAM E. WEISGERBER KENNETH L. GASPER ALBERT A. ALMY

More information

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION Notice is hereby given that the City of Highwood is seeking bids for Roadway Snow Removal and

More information

NOTICE TO BIDDERS H.M.A. PAVING

NOTICE TO BIDDERS H.M.A. PAVING ROAD COMMISSION for MONTCALM COUNTY 619 W. MAIN STREET STANTON, MICHIGAN 48888 PHONE: 989-831-5285 NOTICE TO BIDDERS Sealed bids will be received by the Board of County Road Commissioners of Montcalm County

More information

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB:

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB: Darlington County is requesting sealed bids for Asphalt Surface Treatment (Triple Treatment Type I) for all (8) eight roads in the Timberchase Subdivision. The roads consist of the following: 1. Timberchase

More information

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone:   Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 BID/PROPOSAL Street Expansion Joint / Driveway Joint repair due to Street Creep

More information

Snow Removal Services Request for Proposals December 1, April 30, 2019

Snow Removal Services Request for Proposals December 1, April 30, 2019 Township of Warminster Snow Removal Services Request for Proposals December 1, 2017- April 30, 2019 Sealed proposals will be received by Warminster Township at the Township Administrative Offices at 401

More information

*Reverse Auction: Wednesday, June 7, 2018

*Reverse Auction: Wednesday, June 7, 2018 Lauderdale County Board of Supervisors 410 Constitution Ave, 11 th Floor Meridian, Mississippi 39301 601-482-9746 Main 601-482-9744 Fax Bidders Information Packet TERM BIDS FOR PERIOD JULY 1, 2018 THROUGH

More information

BID PROPOSAL. In compliance with your NOTICE TO BIDDERS, dated the Undersigned proposes and agrees as follows:

BID PROPOSAL. In compliance with your NOTICE TO BIDDERS, dated the Undersigned proposes and agrees as follows: BID PROPOSAL To: Township of Somers Highway Department DATE: FIRM NAME: In compliance with your NOTICE TO BIDDERS, dated the Undersigned proposes and agrees as follows: (1) That having a principal place

More information

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: 16619 DATED: 11.15.17 TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS TO BIDDER

More information

CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS

CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS REPAIR PARKING LOT SEAL COATING TOWN HALL & POLICE DEPARTMENT BID: 03182019: DEADLINE: Thursday, April 11, 2019,

More information

The Town of Wilton. 238 Danbury Rd. Wilton, CT 06897

The Town of Wilton. 238 Danbury Rd. Wilton, CT 06897 The Town of Wilton 238 Danbury Rd Wilton, CT 06897 The Town of Wilton is requesting sealed proposals for the provision of a new potable water supply to Fire House #2 located at 707 Ridgefield Rd, Wilton,

More information

COUNTY OF PRINCE EDWARD, VIRGINIA

COUNTY OF PRINCE EDWARD, VIRGINIA COUNTY OF PRINCE EDWARD, VIRGINIA Invitation for Bids For Stripping and Waxing of VCT Floors in County Courthouse Issue Date: Monday, April 20, 2009 Due Date and Time: Send Proposals To: All inquiries:

More information

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS INVITATION FOR BIDS CATCH BASIN CLEANING SERVICES March 29, 2018 Town Hall 10 Central Street Manchester-By-The-Sea, MA 01944 (P) 978-526-1242 (F) 978-526-2007

More information

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER NOTICE OF RFP BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER Sealed proposals will be received by the Borough Clerk for the Borough QPA

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Elm St. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B12-01 Hand Soap & Sanitizer Date: June 22, 2011 To: All

More information

TOWN OF HOPKINTON WINTER SAND. Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833

TOWN OF HOPKINTON WINTER SAND. Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833 TOWN OF HOPKINTON WINTER SAND Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833 BID INFORMATION, REQUIREMENTS AND SPECIFICATIONS WINTER SAND BID INFORMATION

More information

BID DOCUMENTS FROM CITY OF BEEVILLE FOR PURCHASE OF SEAL COATING FOR CITY STREETS BEEVILLE, TEXAS BIDS WILL BE RECEIVED UNTIL

BID DOCUMENTS FROM CITY OF BEEVILLE FOR PURCHASE OF SEAL COATING FOR CITY STREETS BEEVILLE, TEXAS BIDS WILL BE RECEIVED UNTIL BID DOCUMENTS FROM CITY OF BEEVILLE FOR PURCHASE OF SEAL COATING FOR CITY STREETS BEEVILLE, TEXAS BIDS WILL BE RECEIVED UNTIL July 31, 2018 10:00 A.M. AT THE OFFICE OF THE CITY SECRETARY BEEVILLE CITY

More information

REQUEST FOR PROPOSAL RFP# CONSTRUCTION SEASON FURNISHING HOT MIX & COLD MIX ASPHALT MATERIALS POSTING DATE: FEBRUARY 14, 2018

REQUEST FOR PROPOSAL RFP# CONSTRUCTION SEASON FURNISHING HOT MIX & COLD MIX ASPHALT MATERIALS POSTING DATE: FEBRUARY 14, 2018 REQUEST FOR PROPOSAL RFP#18-018-30 2018 CONSTRUCTION SEASON FURNISHING HOT MIX & COLD MIX ASPHALT MATERIALS POSTING DATE: FEBRUARY 14, 2018 RESPONSE DEADLINE: MARCH 2, 2018 11:00 A.M. CENTRAL STANDARD

More information

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS 61401 309-343-6118 f 309-343-4877 INVITATION FOR BIDS For the complete removal and replacement of existing semi-flat portion boiler room

More information

MERAMEC VALLEY R-III SCHOOL DISTRICT 126 North Payne Street Pacific, MO REQUEST FOR PROPOSAL #2 FUEL OIL

MERAMEC VALLEY R-III SCHOOL DISTRICT 126 North Payne Street Pacific, MO REQUEST FOR PROPOSAL #2 FUEL OIL MERAMEC VALLEY R-III SCHOOL DISTRICT 126 North Payne Street Pacific, MO 63069 636-271-1400 REQUEST FOR PROPOSAL #2 FUEL OIL FOR ADDITIONAL INFORMATION CONTACT: Joel Cracchiolo, Business Manager E-mail:

More information

Request for Proposal # Grinding and Processing Services for Yard/Pallet Waste

Request for Proposal # Grinding and Processing Services for Yard/Pallet Waste Request for Proposal #2019-020 Grinding and Processing Services for Yard/Pallet Waste Due Date: October 23, 2018 Time: 2:00 pm Receipt Location: Government Building 500 N. Main Street, Suite #709 Administrative

More information

MONTEREY REGIONAL WATER POLLUTION CONTROL AGENCY NOTICE REQUEST FOR PROPOSALS FOR: WASTEWATER BIOSOLIDS HAULING SERVICES

MONTEREY REGIONAL WATER POLLUTION CONTROL AGENCY NOTICE REQUEST FOR PROPOSALS FOR: WASTEWATER BIOSOLIDS HAULING SERVICES MONTEREY REGIONAL WATER POLLUTION CONTROL AGENCY NOTICE REQUEST FOR PROPOSALS FOR: WASTEWATER BIOSOLIDS HAULING SERVICES Notice is hereby given that sealed proposals will be received at the Finance Department,

More information

PROPOSAL FOR 2017 MINERAL WELL BRINE

PROPOSAL FOR 2017 MINERAL WELL BRINE 840 S. Telegraph Road Monroe, Michigan 48161 Phone: (734) 240-5102 Fax: (734) 240-5101 PROPOSAL FOR 2017 MINERAL WELL BRINE BID OPENING: Friday, February 24, 2017 at 10:00 a.m. BOARD OF COUNTY ROAD COMMISSIONERS

More information

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PUR939 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL CONSTRUCTION OF THREE NEW HOMES AT VILLAGE AT ARCADE MILL MANDATORY PRE-BID MEETING: 8:30 A.M. MAY 31, 2018 The City of Rock Hill, South Carolina

More information

REQUEST FOR PROPOSAL. Information Technology Support Services

REQUEST FOR PROPOSAL. Information Technology Support Services Request for Proposal 1 of 17 www.mdgreenview.ab.ca Box 1079, 4806-36 Avenue, Valleyview, AB T0H 3N0 (780) 524-7600, (780) 524-4307 fax REQUEST FOR PROPOSAL Information Technology Support Services Bid Closing

More information

Champaign Park District: Request for Bids for Playground Surfacing Mulch

Champaign Park District: Request for Bids for Playground Surfacing Mulch May 14, 2018 Dear Potential Bidder: The Champaign Park District is requesting bids for the purchase of playground surfacing mulch (FIBAR). Enclosed is a copy of the bid information. Sealed bids shall be

More information

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend HDC124 Housing Development Corporation of Rock Hill Request for Proposal CONSTRUCTION OF THREE NEW HOMES Cottages at Southend MANDATORY PRE-BID MEETING: 10 a.m. Wednesday, February 28, 2018 The Housing

More information

PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX HARRISBURG, PA (717) REQUEST FOR QUOTATION

PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX HARRISBURG, PA (717) REQUEST FOR QUOTATION QUOTATION ACCEPTED ON F.O.B. DELIVERED BASIS ONLY PURCHASING DEPARTMENT P.O. BOX 67676 HARRISBURG, PA 17106 (717) 939-9551 REQUEST FOR QUOTATION TERMS: NET 30 DAYS BID NUMBER 995100-2011 ROOFING DATED

More information

PROPOSAL LIQUID CALCIUM CHLORIDE

PROPOSAL LIQUID CALCIUM CHLORIDE Gary Hammond, P.E. Commissioner of Public Works Tioga County Department of Public Works 477 Route 96 Owego, New York 13827 (607) 687-0302 Fax (607) 687-4453 Richard Perkins, P.E. Deputy Commissioner of

More information

( X ) INVITATION FOR BID VENDOR: BID OPENING:

( X ) INVITATION FOR BID VENDOR: BID OPENING: WICOMICO COUNTY PURCHASING DEPARTMENT 125 N. DIVISION STREET, ROOM 205 SALISBURY, MARYLAND 21801 ( X ) INVITATION FOR BID PROJECT: Two (2) 2014 Service Trucks w/ Crane DEPARTMENT: Public Works Solid Waste

More information

Owner Phone. Contractor. Address. Type Existing Type Proposed. Type Existing Type Proposed. Length Width Area S.F.

Owner Phone. Contractor. Address. Type Existing Type Proposed. Type Existing Type Proposed. Length Width Area S.F. TOWN OF MORRISTOWN DEPARTMENT OF PUBLIC WORKS Sidewalk and curb Permit Application Town Code Section 18-2 (No permit or fee required for minor repairs as determined by the Director of Public Works) Location

More information

INDEPENDENT SCHOOL DISTRICT NO. 273 District Media and Technology Services 5701 Normandale Road, Suite 339 Edina, MN 55424

INDEPENDENT SCHOOL DISTRICT NO. 273 District Media and Technology Services 5701 Normandale Road, Suite 339 Edina, MN 55424 INDEPENDENT SCHOOL DISTRICT NO. 273 District Media and Technology Services 5701 Normandale Road, Suite 339 Edina, MN 55424 INVITATION TO BID (This invitation is issued for the purpose of establishing a

More information

TOWN OF TYNGSBOROUGH

TOWN OF TYNGSBOROUGH TOWN OF TYNGSBOROUGH 25 Bryants Lane Tyngsborough, MA 01879 Tel: 978 649-2300 Ext. 150 Fax: 978 649-2320 E-mail: apage@,tvngsboroughma.gov TOWN OF TYNGSBOROUGH INVITATION FOR QUOTES 1. Purpose. The Town

More information

PROPOSAL FOR STREET SWEEPING SERVICES

PROPOSAL FOR STREET SWEEPING SERVICES 840 S. Telegraph Road Monroe, Michigan 48161 Phone: (734) 240-5102 Fax: (734) 240-5101 PROPOSAL FOR 2017-2018 STREET SWEEPING SERVICES BID OPENING: Thursday, April 27, 2017 at 10:00 a.m. BOARD OF COUNTY

More information

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85. Town of Manchester, Connecticut General Services Department Request for Proposals for Fingerprinting Services 17/18-85 Proposals Due: May 29, 2018 @ 4:00 P.M. General Services Department 494 Main St. Manchester,

More information

UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT # BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT

UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT # BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT #2013-01 BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT APRIL 2013 1 INVITATION TO BID Sealed Bids will be received

More information

PLEASE READ ALL SPECIFICATIONS AND REQUIREMENTS OF THIS BID CAREFULLY AS CHANGES, ADDITIONS OR DELETIONS TO THIS BID MAY HAVE BEEN MADE.

PLEASE READ ALL SPECIFICATIONS AND REQUIREMENTS OF THIS BID CAREFULLY AS CHANGES, ADDITIONS OR DELETIONS TO THIS BID MAY HAVE BEEN MADE. ATTENTION BIDDERS: PLEASE READ ALL SPECIFICATIONS AND REQUIREMENTS OF THIS BID CAREFULLY AS CHANGES, ADDITIONS OR DELETIONS TO THIS BID MAY HAVE BEEN MADE. Please note that the vendor selected by the bid

More information

SPECIFICATIONS AND CONTRACT DOCUMENTS CITY OF JASPER PROJECT NO ASPHALT PAVING PROJECT

SPECIFICATIONS AND CONTRACT DOCUMENTS CITY OF JASPER PROJECT NO ASPHALT PAVING PROJECT SPECIFICATIONS AND CONTRACT DOCUMENTS CITY OF JASPER PROJECT NO. 2018-001 ASPHALT PAVING PROJECT NOTICE TO BIDDERS Separate sealed Bids for the construction of PROJECT NO. 2018-001 ASPHALT PAVING PROJECT

More information

All equipment will be assembled and installed by the Supplier and or Contractor.

All equipment will be assembled and installed by the Supplier and or Contractor. REQUEST FOR PROPOSALS (RFP) TO DESIGN, PROCURE AND INSTALL PLAYGROUND EQUIPMENT AND FALL ZONE MATERIAL AT FRONTIER SCHOOL OF INNOVATION ELEMENTARY SCHOOL The Frontier School of Innovation Elementary School

More information

REQUEST FOR QUOTATION SUBMIT BID TO PURCHASING DIVISION SHAWNEE COUNTY COURTHOUSE Room 201 Topeka, Kansas THIS IS NOT AN ORDER

REQUEST FOR QUOTATION SUBMIT BID TO PURCHASING DIVISION SHAWNEE COUNTY COURTHOUSE Room 201 Topeka, Kansas THIS IS NOT AN ORDER REQUEST FOR QUOTATION SUBMIT BID TO PURCHASING DIVISION SHAWNEE COUNTY COURTHOUSE Room 201 Topeka, Kansas 66603 QUOTATION NO. 018-18 VENDOR ADDRESS PHONE THIS IS NOT AN ORDER 1. In communications, always

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF COLE JEFFERSON CITY, MISSOURI COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-33: PROPANE PROVISION & SERVICES SUBMISSIONS SHALL BE ACCEPTED UNTIL THURSDAY, AUGUST 23 at 3:30 p.m. Central AND RECEIVED AT: COLE COUNTY COMMISSION

More information

BERRIEN COUNTY ROAD DEPARTMENT

BERRIEN COUNTY ROAD DEPARTMENT PROPOSAL AND SPECIFICATIONS FOR LIQUID CALCIUM CHLORIDE 1 SPECIFICATIONS FOR LIQUID CALCIUM CHLORIDE 38% It is the intent of the Berrien County Road Department to purchase all or part of its requirements

More information

REQUEST FOR BIDS. For RESIDENTIAL SOLID WASTE COLLECTION

REQUEST FOR BIDS. For RESIDENTIAL SOLID WASTE COLLECTION REQUEST FOR BIDS For RESIDENTIAL SOLID WASTE COLLECTION Bids are currently being solicited by the Talladega County Commission for curbside collection of municipal residential solid waste in the unincorporated

More information

Annual Fuel Bid - #01-09

Annual Fuel Bid - #01-09 PORTSMOUTH, NH Purchasing Department Annual Fuel Bid - #01-09 INVITATION TO BID Sealed bid proposals, plainly marked with the Annual Fuel Bid, Bid #01-09 on the outside of the mailing envelope and the

More information

SNOW PLOW BLADES, GRADER BLADES AND LOADER CUTTING EDGES

SNOW PLOW BLADES, GRADER BLADES AND LOADER CUTTING EDGES INVITATION FOR BID (IFB) SNOW PLOW BLADES, GRADER BLADES AND LOADER CUTTING EDGES TOWN OF LONGMEADOW MASSACHUSETTS May 16, 2012 1 INVITATION FOR BID (IFB): SNOW PLOW BLADES, GRADER BLADES AND LOADER CUTTING

More information

INVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA

INVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA INVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA SITE ADDRESS: BIDS DUE: NEILLS CREEK PARK 3885 NEILLS CREEK RD ANGIER, NC 27501 TUESDAY, APRIL 17th @ 2:00 PM HARNETT

More information

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860) TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT 06045-0191 (860) 647-3031 FAX (860) 647-5206 REQUEST FOR PROPOSAL FOR ELECTRONICS RECYCLING RFP NO. 17/18-91

More information

FORMAL BID KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS ER&R DIVISION HOT MIX ASPHALT FOR 2018

FORMAL BID KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS ER&R DIVISION HOT MIX ASPHALT FOR 2018 FORMAL BID 2018 106 KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS ER&R DIVISION HOT MIX ASPHALT FOR 2018 BID SUBMISSION DEADLINE & LOCATION WENDESDAY, FEBRUARY 28, 2018 3:00 PM Mailing Address: 614 Division

More information

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) North Miner s Cove Parking Lot Repair. RFQ No. E15-095

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) North Miner s Cove Parking Lot Repair. RFQ No. E15-095 CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) ENGINEERING DEPARTMENT North Miner s Cove Parking Lot Repair QUOTES ARE DUE PRIOR TO 2:00 p.m., September 11, 2014 RESPONDING TO THIS REQUEST FOR

More information

INVITATION PLEASE REFER TO BID NO TO BID

INVITATION PLEASE REFER TO BID NO TO BID INVITATION PLEASE REFER TO BID NO. 2018-012 TO BID BID DATE: 01/25/18 TO: VENDOR NAME: ADDRESS: QUOTE NOT LATER THAN: 02/28/2018 BY 4:00 PM (EST) FROM: PURCHASING DEPARTMENT COUNTY OF BERRIEN, MICHIGAN

More information

County of Rockwall State of Texas

County of Rockwall State of Texas County of Rockwall State of Texas 1111 E. Yellowjacket Lane, Ste 202 Phone: 972-204-6050 Rockwall, Texas 75087 Fax: 972-204-6059 REQUEST FOR BID (RFB) RFB#18-07-016: Request for Bid for Asphalts and Emulsions

More information

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following: THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS This entire Bid Package, which includes the following: Notice Inviting Bids, Bid Proposal Forms, and County of Inyo Standard Contract No.

More information

REQUEST FOR PROPOSAL (RFP) FOR: RFP # LEACHATE HAULING MAR-OCO LANDFILL POSTING DATE: OCTOBER 17, 2018

REQUEST FOR PROPOSAL (RFP) FOR: RFP # LEACHATE HAULING MAR-OCO LANDFILL POSTING DATE: OCTOBER 17, 2018 REQUEST FOR PROPOSAL (RFP) FOR: RFP # 18-040-57 LEACHATE HAULING MAR-OCO LANDFILL POSTING DATE: OCTOBER 17, 2018 RESPONSE DEADLINE: DECEMBER 4, 2018 4:00 P.M. CENTRAL STANDARD TIME (CST) TO: PAUL KLOSE

More information

OLMSTED STONE ARCH BRIDGE REPAIR PROJECT

OLMSTED STONE ARCH BRIDGE REPAIR PROJECT SPECIFICATIONS FOR OLMSTED STONE ARCH BRIDGE REPAIR PROJECT CITY OF JEFFERSONTOWN, KENTUCKY CITY HALL 10416 Watterson Trail Jeffersontown, Kentucky 40299 May 28, 2013 NOTICE TO BIDDERS The City of Jeffersontown,

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Elm St. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B16-05 Toilet Paper Date: September 18, 2015 To: All Bidders

More information