Specifications include, but are not limited to: 1. The City shall prepare the roadways for application of asphalt product, provide traffic control, provide the stone, and provide up to four trucks to haul the stone to the work area.; 2. Bidder shall provide the asphalt product and sufficient equipment and labor to apply the asphalt product and spread City-supplied stone over the applied product. Bidder shall provide a bituminous distributor truck, self-propelled chip spreader, pneumatic roller (6- 12 tons), and steel wheel roller (8-12 tons). Rolling of stone shall be continuous and spraying shall cease if the roller is not able to roll the stone before the asphalt cures.; 3. The asphalt cement shall meet State of Maine Standard Specification 2002, Section 702 – subsection 702.03 and 703.204. Liquid asphalt grades for the latex modified emulsion shall meet the requirements for CRS-2, RS-2, each modified with 2% latex. All asphalt grades shall conform to AASHTO M208 or M140 as applicable. The latex product shall be added and co-milled at the emulsion facility, and complete, balanced blending shall be required. Samples of the emulsion and latex blend shall be supplied to the City for testing, if requested.; 4. The latex emulsion shall be applied at a minimum temperature of 140⁰ F and not to exceed 185⁰F at a rate of approximately 0.38 gallons per square yard. The exact rate will be determined by the aggregate properties, latex modified emulsion supplier, traffic volume, and pavement condition. Longitudinal joints shall be reasonably true to line and parallel to the centerline. Where any construction joint occurs, the edges shall be broomed back and blended so there are no gaps and the elevations are the same and free from ridges and depressions. Longitudinal joints shall be overlapped from 2 to 3 inches. No payment will be made for longitudinal joints that are overlapped more than 3 inches. During application, adequate provision shall be made to prevent marring and discoloration of adjacent pavements, structures, vehicles, foliage, and personal property.; 5. The work shall be scheduled and under the absolute direction of the City’s Deputy Public Works Director or his designee. The City is planning on a start date of June 1, 2022 subject to their shimming and preparation work being completed. The work schedule shall be from Monday through Thursday (excluding holidays) 6:30AM to 4:00PM, unless otherwise directed by the City. The successful bidder shall work diligently and continuously once the work is started to complete the work in the shortest time possible. All work shall be completed on or before August 15, 2022. A $500 per day penalty will be assessed for each workable weekday after the August 15th deadline.