CONTRACT AWARD NOTIFICATIONGROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 2 (Specific...

43
(continued) 18593a.doc/T06/map State of New York Executive Department Office Of General Services Procurement Services Group Corning Tower Building - 38th Floor Empire State Plaza Albany, New York 12242 http://www.ogs.state.ny.us CONTRACT AWARD NOTIFICATION Title : Group 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT (Specific Project DOT:VPP) Classification Code: 30 Award Number : 18593 (Replaces Award 02718 ) Contract Period : July 15, 2003 to December 31, 2003 Bid Opening Date : July 3, 2003 Date of Issue : July 23, 2003 Specification Reference : SPEC 876 dated August 23, 2002 and as Amended In The IFB and Purchasing Memorandum dated June 24, 2003 Contractor Information : Appears on Page 2 of this Award Address Inquiries To: Name : Title : Phone : Fax : E-mail : Mike Boggs Purchasing Officer I 518-473-2428 518-474-8676 [email protected] The Procurement Services Group values your input. Complete and return "Contract Performance Report" at end of document. Description Award is for "Bituminous Concrete" for NYS Department of Transportation. Bituminous Concrete is a mixture of stone of various sizes and liquid bituminous material. The mixture is heated and proportioned in a bituminous concrete plant and compacted on a road in a heated state. Once the material cools, it becomes a hard durable material. Bituminous concrete is used for roads, parking lost, tennis courts, sidewalks, bike paths, and for patching same. PR # 18593-T

Transcript of CONTRACT AWARD NOTIFICATIONGROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 2 (Specific...

Page 1: CONTRACT AWARD NOTIFICATIONGROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 2 (Specific Project DOT:VPP) (continued) 18593a.doc/T06/map NOTE: See individual contract items

(continued) 18593a.doc/T06/map

State of New York Executive Department Office Of General Services

Procurement Services Group Corning Tower Building - 38th Floor

Empire State Plaza Albany, New York 12242 http://www.ogs.state.ny.us

CONTRACT AWARD NOTIFICATION

Title : Group 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT (Specific Project DOT:VPP) Classification Code: 30

Award Number : 18593 (Replaces Award 02718 )

Contract Period : July 15, 2003 to December 31, 2003

Bid Opening Date : July 3, 2003

Date of Issue : July 23, 2003

Specification Reference : SPEC 876 dated August 23, 2002 and as Amended In The IFB and Purchasing Memorandum dated June 24, 2003

Contractor Information : Appears on Page 2 of this Award

Address Inquiries To: Name : Title : Phone : Fax : E-mail :

Mike Boggs Purchasing Officer I 518-473-2428 518-474-8676 [email protected]

The Procurement Services Group values your input.

Complete and return "Contract Performance Report" at end of document.

Description

Award is for "Bituminous Concrete" for NYS Department of Transportation.

Bituminous Concrete is a mixture of stone of various sizes and liquid bituminous material. The mixture is heated and proportioned in a bituminous concrete plant and compacted on a road in a heated state. Once the material cools, it becomes a hard durable material. Bituminous concrete is used for roads, parking lost, tennis courts, sidewalks, bike paths, and for patching same. PR # 18593-T

Page 2: CONTRACT AWARD NOTIFICATIONGROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 2 (Specific Project DOT:VPP) (continued) 18593a.doc/T06/map NOTE: See individual contract items

GROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 2 (Specific Project DOT:VPP)

(continued) 18593a.doc/T06/map

NOTE: See individual contract items to determine actual awardees.

CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED.IDENT.# PC60503 BARRETT PAVING MATERIALS, INC. 315/737-2000 133003901 P.O. Box 400 Scot A. Owens Washington Mills, NY 13479 Fax: 315/737-1249 Email: [email protected] PC60504 CALLANAN INDUSTRIES, INC. 518/374-2222 141539261 P.O. Box 15097 Ronald G. Wolfe Albany, NY 12212-5097 Fax: 518/381-6779 Email: [email protected] Website: www.callanan.com PC60505 COBLESKILL STONE PRODUCTS, INC. 518/234-0221, Ext. 229 141646795 SB P.O. Box 220 Shane J. Strong Cobleskill, NY 12043 Fax: 518/234-0226 PC60506 DIFORE CONSTRUCTION, INC. 585/235-2310, Ext. 106 160741509 SB 150 Pool Street Stephen J. Hughes Rochester, NY 14606 585/235-6305 Email: [email protected] PC60507 HANSON AGGREGATES 315/469-5501 160928494 NEW YORK, INC. Anthony J. Perretta 4800 Jamesville Road Fax: 315/469-5587 Jamesville, NY 13078 Email: [email protected] PC60508 HUDSON RIVER CONSTRUCTION 518-434-6677, Ext. 14 141288472 CO., INC. Eugene D. Hallock III Port of Albany Fax: 518/434-8638 Albany, NY 12202 PC60509 PECKHAM ROAD CORPORATION See Individual Items 133493213 20 Haarlem Avenue For Contact Information White Plains, NY 10603 PC60510 SUIT-KOTE CONTRACTING, LLC. 607/776-4121 161596270 SB 320 East Washington Street Mark L. Edsall Bath, NY 14810 Fax: 607/776-5183 Email: [email protected] Website: www.suit-kote.com

Cash Discount, If Shown, Should be Given Special Attention. INVOICES MUST BE SENT DIRECTLY TO THE ORDERING AGENCY FOR PAYMENT.

(See "Contract Payments" and "Electronic Payments" in this document.) AGENCIES SHOULD NOTIFY THE PROCUREMENT SERVICES GROUP PROMPTLY IF THE CONTRACTOR FAILS TO MEET DELIVERY OR OTHER TERMS OF THIS CONTRACT. PRODUCTS OR SERVICES WHICH DO NOT COMPLY WITH THE SPECIFICATIONS OR ARE OTHERWISE UNSATISFACTORY TO THE AGENCY SHOULD ALSO BE REPORTED TO THE PROCUREMENT SERVICES GROUP.

Page 3: CONTRACT AWARD NOTIFICATIONGROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 2 (Specific Project DOT:VPP) (continued) 18593a.doc/T06/map NOTE: See individual contract items

GROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 3 (Specific Project DOT:VPP)

(continued) 18593a.doc/T06/map

SMALL, MINORITY AND WOMEN-OWNED BUSINESSES: The letters SB listed under the Contract Number indicate the contractor is a NYS small business. Additionally, the letters MBE and WBE indicate the contractor is a Minority-owned Business Enterprise and/or Woman-owned Business Enterprise.

RECYCLED, REMANUFACTURED AND ENERGY EFFICIENT PRODUCTS:

The Procurement Services Group supports and encourages the purchase of recycled, remanufactured, energy efficient and "energy star" products. If one of the following codes appears as a suffix in the Award Number or is noted under the individual Contract Number(s) in this Contract Award Notification, please look at the individual awarded items for more information on products meeting the suffix description.

RS,RP,RA Recycled RM Remanufactured SW Solid Waste Impact EE Energy Efficient E* EPA Energy Star ES Environmentally Sensitive

NOTE TO ALL CONTRACT USERS:

The terms and conditions of the bid solicitation which apply to the award appear at the end of this document. We strongly advise all contract users to familiarize themselves with all terms and conditions before issuing a purchase order.

CANCELLATION FOR CONVENIENCE

The State of New York retains the right to cancel this contract, in whole or in part without reason provided that the Contractor is given at least sixty (60) days notice of its intent to cancel. This provision should not be understood as waiving the State's right to terminate the contract for cause or stop work immediately for unsatisfactory work, but is supplementary to that provision. Any such cancellation shall have no effect on existing Agency agreements, which are subject to the same 60 day discretionary cancellation or cancellation for cause by the respective user Agencies.

PRICE:

Price is net per metric ton, furnished, delivered, dumped into approved spreading machines, placed, and compacted totally by the vendor at locations indicated herein. The price net per metric ton also includes treating the existing bituminous concrete surface (and any surfaces included in this contract that will be overlayed by this contract) with bituminous tack coat. The vendor is to furnish all necessary labor and equipment to complete the indicated projects except that the State will supervise and control the operation. Permanent pavement striping will be the responsibility of the State upon completion of the paving after the vendor has vacated the project site. The equipment supplied to place the hot mix asphalt shall meet the requirements of Section 402 of the New York State Department of Transportation Standard Specifications. The equipment supplied to place the tack coat shall meet the requirements of Section 407 of the New York State Department of Transportation Standard Specifications. Hot mix asphalt pavers shall meet the requirements of Sub-Section 402-3.02, Hot Mix Pavers, of the New York Department of Transportation Standard Specifications. Compaction equipment shall meet the requirements of Sub-Section 402-3.04, Rollers of the Specification. All necessary operators shall be supplied along with the hot mix asphalt paver, rollers and distributor. The approved hot mix asphalt pavers shall be capable of simultaneously paving the travel lanes and the shoulders. All personnel supplied for the paving shall be qualified and experienced in hot mix asphalt paving.

Page 4: CONTRACT AWARD NOTIFICATIONGROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 2 (Specific Project DOT:VPP) (continued) 18593a.doc/T06/map NOTE: See individual contract items

GROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 4 (Specific Project DOT:VPP)

(continued) 18593a.doc/T06/map

SPECIFIC PAVING PROJECTS FOR DOT (VPP) Estim Tack Price Proj Estim. Coat OGS Per No. County/Location Item Quant. (liters) Item Unit Contractor 1T03.13 Albany County 402.097301M 4,850 MT 6,250 1 $42.15 Cobleskill Stone Route 156 Products, Inc. Altamont to Gardner Rd RM 156 1101 1100-1126 Town of Guilderland 4.2 km 1T03.22 Essex County 402.097301M 3,840MT 14,000 2 $45.50 Peckham Road Corp.1 Route 9N RM 9N 1203 402.018901M 1,500MT $45.50 1099-1132 Town of Ticonderoga Town of Crown Point 5.3 km 1T03.42 Rensselaer County 402.098301M 8,700MT 39,000 3 $40.68 Peckham Road Corp.1 Route 2 Grafton to Route 22 402.018901M 5,500MT $40.68 RM 2 1402 2131-2187 Town of Grafton Town of Petersburgh 9.1 km 1T03.51 Saratoga County 402.128201M 2,450MT 4,860 4 $40.68 Callanan Industries, Inc.* Route 4/32 Village/Town Line to 402.058901M 250MT $49.46 Mohawk River RM 1000-1011 490.10M 17,660SM $ 1.80 Town of Waterford 1.8 km 685.11M 3,355LM $ 1.53 685.12M 3,295 LM $ 1.53 *The following vendors accept the NYS Procurement Card for orders under $2,500.00: Callanan Construction Co., Inc. DiFiore Construction, Inc. 1Purchase orders and questions for Items #2, 3, 6 and 7 should be directed to: Peckham Road Corporation 518/747-3353, Ext. 19 438 Vaughn Road Michael C. Toben Hudson Falls, NY 12839 Fax: 518/747-4006

Page 5: CONTRACT AWARD NOTIFICATIONGROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 2 (Specific Project DOT:VPP) (continued) 18593a.doc/T06/map NOTE: See individual contract items

GROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 5 (Specific Project DOT:VPP)

(continued) 18593a.doc/T06/map

SPECIFIC PAVING PROJECTS FOR DOT (VPP) (Cont'd) Estim Tack Price Proj Estim. Coat OGS Per No. County/Location Item Quant. (liters) Item Unit Contractor 1T03.61 Schenectady County 402.127201M 1,770MT 3,400 5 $44.85 Hudson River Route 914T Construction Co., Inc. (Balltown Road) 402.018901M 850MT $44.85 Rte 5 to Consaul Rd RM 546 1601 1000-1008 Town of Niskayuna 1.3 km 1T03.71 Warren County 402.098301M 2,900MT 13,340 6 $43.40 Peckham Road Corp.1 Route 9 Warrensburg 402.018901M 1,813MT $43.40 to Rte 28 RM 9 1710 2155-2171 Town of Warrensburg 2.5 km 1T03.83 Washington County 402.097301M 9,050MT 30,600 7 $39.45 Peckham Road Corp.1 Routes 40 & 149 RM 40 1802 1309-1325 RM 149 1802 1173-1229 Town of Hartford 11.6km 4390.36 Monroe County 402.126201M 21,500MT 45,000 8 $37.37 DiFiore Construction Rte 390, NB and SB $37.37 Inc.* I490 to Rte 104 402.017901M 16,800MT 44,300 RM 390 4301 1002-1035 T. Of Greece 5.3km *The following vendors accept the NYS Procurement Card for orders under $2,500.00: Callanan Construction Co., Inc. DiFiore Construction, Inc. 1Purchase orders and questions for Items #2, 3, 6 and 7 should be directed to: Peckham Road Corporation 518/747-3353, Ext. 19 438 Vaughn Road Michael C. Toben Hudson Falls, NY 12839 Fax: 518/747-4006

Page 6: CONTRACT AWARD NOTIFICATIONGROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 2 (Specific Project DOT:VPP) (continued) 18593a.doc/T06/map NOTE: See individual contract items

GROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 6 (Specific Project DOT:VPP)

(continued) 18593a.doc/T06/map

SPECIFIC PAVING PROJECTS FOR DOT (VPP) (Cont'd) Estim Tack Price Proj Estim. Coat OGS Per No. County/Location Item Quant. (liters) Item Unit Contractor 6V03.25 Steuben 04402.067201M 2,100MT 10,000 9 $ 60.75 Suit-Kote Contracting, Rte 352 Inc. Denison Parkway RM 17 6404 2007+73m - 2023-6m City of Corning 2.48 KM 8071.03 Putnam 402.126101M 2,200MT 5,200 10 $ 54.58 Peckham Road Corp.2 Route 164 Rt 311 to Farm/Mkt 402.058901M 450MT $ 54.58 RM 164 8401 1000-1017 Town of Patterson 2.7km and Putnam 402.126101M 6,600MT 9,850 $ 54.58 Route 22 E Branch River and Dutchess County Line RM 22 8403 1115-1119 & 1124-1149 Town of Patterson 4.7km 9042.54 Broome County 04402.067201M 750MT 2,800 11 $ 69.25 Barrett Paving Routes 17C/26 685.11M 1,750LM $ 0.88 Materials, Inc. Nanticoke Ave to 685.12M 4,100LM $ 0.88 Harrison Street 688.01M 1,450LM $ 4.75 RM 26 9101/ 688.03M 76EA $ 70.00 1079-1087 688.04M 20EA $115.00 Village of Endicott 1.00 km 2Purchase orders and questions for Item #10 should be directed to: Peckham Road Corporation 845/621-1415 118 Route 6 Frank Cooney III Carmel, NY 10512 Fax: 845/621-0397

Page 7: CONTRACT AWARD NOTIFICATIONGROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 2 (Specific Project DOT:VPP) (continued) 18593a.doc/T06/map NOTE: See individual contract items

GROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 7 (Specific Project DOT:VPP)

(continued) 18593a.doc/T06/map

SPECIFIC PAVING PROJECTS FOR DOT (VPP) (Cont'd) Estim Tack Price Proj Estim. Coat OGS Per No. County/Location Item Quant. (liters) Item Unit Contractor 9T03.12 Broome County 04402.067201M 6,200MT 25,000 12 $ 52.28 Barrett Paving Route 434 685.11M 15,800LM $ 0.80 Materials, Inc. Tioga Co. Line 685.12M 10,300LM $ 0.80 To Rte 26 688.01M 860LM $ 4.75 RM 434 9102 688.03M 165EA $ 60.00 1000-1036 688.04M 42EA $100.00 Town of Vestal 5.8 km 9T03.21 Chenango County 402.097301M 3,630MT 22,000 13 $41.26 Cobleskill Stone Route 12 Products, Inc. Tyner Rd to Oxford 402.018901M 1,950MT $41.02 RM 12 9202 1190-1222 Towns of Greene And Oxford 4.8km 9T03.22 Chenango County 402.097301M 4,150MT 26,000 14 $38.94 Hanson Aggregrates Route 80 New York, Inc. Otselic to Smyrna 402.018901M 3,100MT $38.94 RM 80 9203 1042-1095 Town of Smyrna 8.4 km 9T03.23 Chenango County 402.097301M 2,950MT 18,700 15 $40.17 Hanson Aggregates Route 320 New York, Inc. Norwich to Kings 402.018901M 2,200MT $40.17 Settlement RM 320 9201 1001-1035 Towns of Norwich & N. Norwich 5.5km

Page 8: CONTRACT AWARD NOTIFICATIONGROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 2 (Specific Project DOT:VPP) (continued) 18593a.doc/T06/map NOTE: See individual contract items

GROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 8 (Specific Project DOT:VPP)

(continued) 18593a.doc/T06/map

SPECIFIC PAVING PROJECTS FOR DOT (VPP) (Cont'd) REQUEST FOR CHANGE:

Any request by the agency or contractor regarding changes in any part of the contract must be made in writing to the Office of General Services, Procurement Services Group, prior to effectuation.

CONTRACT PAYMENTS:

Payments cannot be processed by State facilities until the contract products have been delivered in satisfactory condition or services have been satisfactorily performed. Payment will be based on any invoice used in the supplier's normal course of business. However, such invoice must contain sufficient data including but not limited to contract number, description of product or service, quantity, unit and price per unit as well as federal identification number. State facilities are required to forward properly completed vouchers to the Office of the State Comptroller for audit and payment. All facilities are urged to process every completed voucher expeditiously giving particular attention to those involving cash discounts for prompt payment. If the contract terms indicate political subdivisions and others authorized by law are allowed to participate, those entities are required to make payments directly to the contractor. Prior to processing such payment, the contractor may be required to complete the ordering non-State agency's own voucher form. See "Contract Billings" in Appendix B, OGS General Specifications.

ELECTRONIC PAYMENTS:

The Office of the State Comptroller (OSC) offers an "electronic payment" option in lieu of issuing checks. Contact OSC to obtain an information packet at 518-474-4032 or e-mail to [email protected] or visit their website at www.osc.state.ny.us.

PSG's PROTEST POLICY:

It is the policy of the Office of General Services’ Procurement Services Group (PSG) to provide vendors with an opportunity to administratively resolve complaints or inquiries related to PSG bid solicitations or contract awards. PSG encourages vendors to seek resolution of complaints through consultation with PSG staff. All such matters will be accorded impartial and timely consideration. Interested parties may also file formal written protests. A copy of PSG’s Bid Protest Procedures for Vendors may be obtained by contacting the person shown on the front of this document or through the OGS website (www.ogs.state.ny.us). Click on "For Government - Contracts and Purchasing," then "Seller Information," then "Bid Protest Procedures for Vendors."

Page 9: CONTRACT AWARD NOTIFICATIONGROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 2 (Specific Project DOT:VPP) (continued) 18593a.doc/T06/map NOTE: See individual contract items

GROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 9 (Specific Project DOT:VPP)

(continued) 18593a.doc/T06/map

PAYMENT: Payment shall be made at contract prices per net metric ton for the actual quantity of material placed by the contractor. Payment adjustments will be applied in Quality Units for all applicable mixes as described in Sub-Sections 401-4, 402-4.

The following Index Prices shall be used for all projects contained in this contract:

QUALITY UNIT INDEX PRICES

Region Index Price ($/Mg) 1 35 2 35 3 35 4 35 5 40 6 35 7 35 8 45 9 35 10 65 11 75 WAGE RATES:

Clause 16B of the General Specification is amended as follows:

It is incumbent upon the contractor(s) to pay the prevailing rate of wages as established by the New York State Department of Labor at the time of work.

ASPHALT PRICE ADJUSTMENTS: 1. Price adjustments allowed will be based on the September 1, 2002 average of the F.O.B. terminal price per

metric ton of unmodified PG 64-22 binder without anti-stripping agent (base average F.O.B. terminal price). The new monthly average terminal price will be determined by the New York State Department of Transportation based on prices of preapproved primary sources of performance graded binder in accordance with the New York State Department of Transportation Standard Specification.

The September 1, 2002 average is $199.00. NOTE: The same grade of asphalt cement used in establishing the base average F.O.B. terminal price

shall be used in establishing the new average F.O.B. terminal price.

In the event that one or more of the New York State Department of Transportation preapproved sources discontinue posting a price for asphalt cement, the base average F.O.B. terminal price shall not be recalculated.

2. Price adjustments will be in accordance with the formula below and will be effective for deliveries made

on and after the first of the month.

Page 10: CONTRACT AWARD NOTIFICATIONGROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 2 (Specific Project DOT:VPP) (continued) 18593a.doc/T06/map NOTE: See individual contract items

GROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 10 (Specific Project DOT:VPP)

(continued) 18593a.doc/T06/map

ASPHALT PRICE ADJUSTMENTS: (Cont'd) 3. The unit prices per metric ton of bituminous concrete material purchased from any award based on this

specification will be subject to adjustment based on the following formula:

Price Adjustment

(per metric ton) =

New Monthly Average F.O.B. Terminal Price

- Base Average

F.O.B. Terminal Price

x Total % Asphalt Plus Fuel Allowance

NEW MONTHLY AVERAGE F.O.B. TERMINAL PRICE:

The average F.O.B. terminal price for unmodified PG 64-22 binder without anti-stripping agent as determined by the New York State Department of Transportation per New York State Department of Transportation Standard Specification.

BASE AVERAGE F.O.B. TERMINAL PRICE:

The average F.O.B. terminal price of unmodified PG 64-22 binder without anti-stripping agent as determined by the New York State Department of Transportation as of September 1, 2002.

TOTAL % ASPHALT (PERFORMANCE GRADED BINDER) PLUS FUEL:

The percentage of total allowable asphalt and fuel for each item is as follows: % Asphalt Total % Asphalt(PG Binder) Item (PG Binder) +Fuel Allowance plus Fuel Allowance 402.017901M **** 1 **** 402.018901M **** 1 **** 402.058901M 8.25 1 0.25% 402.09XX01M 6.40 1 7.40% 402.12XX01M 5.20 1 6.20% 402.19XX01M 4.80 1 5.80% 04402.067201M 6.00 1 7.00% ****The conversion factor for Truing & Leveling will be computed separately using the conversion factors for the individual mixtures used. EXAMPLE: Item .09XX01M Base Average Price = $199.00 New Average Price = $209.00 Total % Asphalt(PG Binder) plus Fuel = 7.4% $209.00 - $199.00 x 0.074 = +$0.74 per metric ton +Fuel Allowance represents allowance for energy (fuel, electricity, natural gas) used in the production of asphalt. It is a cost associated with the product and not intended to represent any trucking or hauling of product. Positive Price Adjustment number shall be added to original per metric ton Bid/Contract Price. Negative Price Adjustment number shall be subtracted from original per metric ton Bid/Contract Price. 4. Price adjustments allowed by this contract shall be calculated and applied to the original prices. There

will not be price adjustments unless the change amounts to more than $.10 per metric ton from the original prices. In these instances prices will revert back to the original prices.

Page 11: CONTRACT AWARD NOTIFICATIONGROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 2 (Specific Project DOT:VPP) (continued) 18593a.doc/T06/map NOTE: See individual contract items

GROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 11 (Specific Project DOT:VPP)

(continued) 18593a.doc/T06/map

TOTAL % ASPHALT PLUS FUEL: (Cont'd) 5. All price adjustments will be computed to three decimal places. 6. Should these provisions result in a price structure which becomes unworkable, detrimental or injurious to

the State or in prices which are not truly reflective of market conditions or which are deemed by the Commissioner to be unreasonable or excessive, and no adjustment in price is mutually agreeable, the Commissioner reserves the sole right upon ten days written notice mailed to the contractor to terminate any contract resulting from this bid opening.

7. Price adjustment shall be published by the State and issued to all contract holders, whose responsibility

will be to attach the appropriate state notification (based on when the work was performed) to the payment invoice submitted to agency.

8. Work performed after the expiration of the contract, where no extension has been granted, resultant from

purchase orders placed prior to expiration of the contract will receive the price adjustments in effect the last month of the contract.

Price adjustment for any contracts that are extended will be based on the new average for the month in

which the work is done applying the same base established for that contract. DISPOSITION OF SETTLEMENT AMOUNTS:

The Office of General Services has the right to determine the disposition of any rebates, settlements, restitution, liquidated damages, etc., which arise from the administration of this contract.

Page 12: CONTRACT AWARD NOTIFICATIONGROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 2 (Specific Project DOT:VPP) (continued) 18593a.doc/T06/map NOTE: See individual contract items

GROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 12 (Specific Project DOT:VPP)

(continued) 18593a.doc/T06/map

MINORITY AND WOMEN BUSINESS ENTERPRISE (M/WBE) GOALS FOR THE 2003 STATE ARMOR COAT PROGRAM

(STATEWIDE) PROJECT VALUE MBE GOAL (%) WBE GOAL (%) ($) (STATEWIDE) (STATEWIDE) ________________________________________________________________________________________________ GREATER THAN $25,000 5.0% 5.0% ________________________________________________________________________________________________ NOTES: 1. The project value is based on the engineering estimate. 2. The M/WBE goals value ($) equal the M/BE goal (%) X the bid price. 3. The M/WBE range of goals stated above are based on the ratio of trucking value estimated on a contract to

the total engineer’s estimate for that contract. 4. The contractor shall, at a minimum, solicit M/WBE subcontractors in the county in which the project is

located and all other contiguous counties. If a contractor bids on projects located in counties within several NYSDOT regions, then he/she shall expand the solicitation efforts to include all those regions.

5. A map of NYSDOT regions and Counties within each region is included for the contractor’s use. 6. A complete listing of the current Minority and Women’s Business Enterprises, can be obtained by

contacting the:

NYS Department of Economic Development Division of Minority and Women’s Business Development

30 South Pearl Street Albany, NY 12245

(518) 292-5250

The telephone number for NYSDED in New York City is (212) 803-2414

POLICY AND PROVISIONS

It is the policy of the State of New York to promote equality of economic opportunity for minority and women-owned business enterprises (M/WBEs) in State contracting.

A. GOALS - The MBE and WBE participation goals as stated earlier are based on the availability of

M/WBEs currently certified by New York State and geographically located to be able to perform the work in the region where the project is located. The total dollar value of the contract, scope of work, the supplies and equipment necessary to perform the project, are also considerations used to determine the percentage goals.

Page 13: CONTRACT AWARD NOTIFICATIONGROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 2 (Specific Project DOT:VPP) (continued) 18593a.doc/T06/map NOTE: See individual contract items

GROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 13 (Specific Project DOT:VPP)

(continued) 18593a.doc/T06/map

MINORITY AND WOMEN BUSINESS ENTERPRISE (M/WBE) GOALS FOR THE 2003 STATE ARMOR COAT PROGRAM (STATEWIDE) (Cont'd) B. UTILIZATION - The Contractor may count as MWBE participation: subcontracting part of the contract

to certified firms or purchasing supplies and equipment used to perform the terms and conditions of the contract from certified firms.

C. MINORITY & WOMEN-OWNED BUSINESS OFFICER - The Contractor shall designate a MWBE

contact person and assign that person the responsibility and authority to monitor the MWBE program for this contract. The NYS DOT Office of Equal Opportunity Development and Compliance’s staff is available to help in identifying certified MWBEs.

D. REQUIRED REPORTS - The Contractor is required to submit a Utilization Plan to the NYS DOT Office

of Equal Opportunity Development and Compliance within 14 days of notification of being the apparent low bidder. The Utilization Plan shall identify the level of commitment as a percentage of the bid price the apparent low bidder plans to subcontract to certified M/WBEs. The contractor is not required to submit the names and/or Federal ID numbers of the certified M/WBEs on the attached utilization plan at this time.

E. NONDISCRIMINATION - The Contractor agrees not to discriminate on the basis of race, creed, color,

national origin, gender, age, disability, or marital status, in any respect, against any potential subcontractor, supplier, other company, firm, or enterprise in any manner relating to the performance of this contract.

F. POST AWARD - The NYSDOT Office of Equal Opportunity Development and Compliance will monitor

the Contractor’s compliance with the utilization plan by requiring the Contractor to submit a final utilization report (attached) that identifies the M/WBEs, the work they performed, and the dollar amount subcontracted. If the level of commitment is not met, the Contractor is required to submit a letter explaining their inability to meet the MBE and/or the WBE goal, and good faith efforts.

G. MONITORING CONTRACTOR COMPLIANCE - When the Contractor has been found to have failed to

meet the contract goals as expressed in their utilization plan, or exert a good-faith effort, or otherwise failed to comply with the above, sanctions may be imposed and remedies invoked as provided under the authority of Article 15-A of the Executive Law, Part 540.

All question regarding compliance to Article 15-A requirements or copies of the forms should be addressed to:

New York State Department of Transportation Office of Equal Opportunity Development and Compliance

Building 4, Room G-016 1220 Washington Avenue

State Office Campus Albany, NY 12232

Telephone: (518) 457-1129 The telephone numbers and addresses for New York State Department of Economic Development are as follows: New York State Department of Economic Development New York State Department of Economic Development Division of Minority & Women’s Business Development Division of Minority & Women’s Business Development 633 3rd Avenue 30 South Pearl St. New York, NY 10017 Albany, NY 12245 Telephone: (212) 803-2414 Telephone: (518) 292-5250

Page 14: CONTRACT AWARD NOTIFICATIONGROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 2 (Specific Project DOT:VPP) (continued) 18593a.doc/T06/map NOTE: See individual contract items

GROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 14 (Specific Project DOT:VPP)

(continued) 18593a.doc/T06/map

NE

W Y

OR

K S

TA

TE

D

epar

tmen

t o

f T

ran

spo

rtat

ion

R

egio

nal

Map

Nas

sau

Nia

gara

O

rlean

s

Che

nang

o S

chuy

ler

Tom

pkin

s

Yat

es

Way

ne

Ont

ario

Mon

roe

Livi

ngst

on

Ono

ndag

a M

adis

on

Wyo

min

g

Gen

esee

Erie

Se

neca

Osw

ego

One

ida

Lew

is

Her

kim

er

Ham

ilton

Ful

ton

Jeffe

rson

St.

Law

renc

e F

rank

lin

Clin

ton

Ess

ex

War

ren

Sar

atog

a

Sch

ohar

ie

Ots

ego

Del

awar

e G

reen

e

Col

umbi

a

Dut

ches

s

Ora

nge

Sul

livan

Uls

ter

Was

hing

ton

Mon

tgom

ery

Alb

any

Suf

folk

Cay

uga

Ren

ssela

er

Sch

’dy

2

10

Cat

tara

ugus

A

llega

ny

Ste

uben

Cha

utau

qua

Che

mun

g T

ioga

B

room

e

1

7

3

4

9

Put

nam

Wes

tche

ster

Rock

land

Cor

tland

8

5

6

Co

un

ty

Reg

ion

One

ida

2 O

nond

aga

3 O

ntar

io

4 O

rang

e 8

Orle

ans

4 O

sweg

o 3

Ots

ego

9 P

utna

m

8 Q

ueen

s 11

R

enss

elae

r 1

Ric

hmon

d 11

R

ockl

and

8 S

t. La

wre

nce

7 S

arat

oga

1 S

chen

ecta

dy

1 S

choh

arie

9

11

B

ronx

N

ew

Yor

k

Ric

hmon

d

Que

ens

King

s

Co

un

ty

Reg

ion

Sch

uyle

r 6

Sen

eca

3 S

teub

en

6 S

uffo

lk

10

Sul

livan

9

Tio

ga

6 T

ompk

ins

3 U

lste

r 8

War

ren

1 W

ashi

ngto

n 1

Way

ne

4 W

estc

hest

er

8 W

yom

ing

4 Y

ates

6

Co

un

ty

Reg

ion

Alb

any

1 A

llega

ny

6 B

room

e 9

Bro

nx

11

Cat

tara

ugus

5

Cay

uga

3 C

haut

auqu

a 5

Che

mun

g 6

Che

nang

o 9

Clin

ton

7 C

olum

bia

8 C

ortla

nd

3 D

elaw

are

9 D

utch

ess

8 E

rie

5 E

ssex

1

Co

un

ty

Reg

ion

Fra

nklin

7

Ful

ton

2 G

enes

ee

4 G

reen

e 1

Ham

ilton

2

Her

kim

er

2 Je

ffers

on

7 K

ings

11

Le

wis

7

Livi

ngst

on

4 M

adis

on

2 M

onro

e 4

Mon

tgom

ery

2 N

assa

u 10

N

ew Y

ork

11

Nia

gara

5

Ric

hmon

d

Page 15: CONTRACT AWARD NOTIFICATIONGROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 2 (Specific Project DOT:VPP) (continued) 18593a.doc/T06/map NOTE: See individual contract items

GROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 15 (Specific Project DOT:VPP)

(continued) 18593a.doc/T06/map

WB

E

MB

E/W

BE

G

OA

LS

MB

E

FO

R N

YSD

OT

U

SE O

NL

Y

AW

AR

D D

AT

E

CO

NT

RA

CT

A

MO

UN

T

DO

LL

AR

VA

LU

E

OF

SU

BC

ON

TR

AC

T

DA

TE

SU

BM

ITT

ED

PR

OP

OSA

L N

O.

GE

NE

RA

L

DE

SCR

IPT

ION

OF

W

OR

K

WB

E

Che

ck

one

MB

E

Che

ck

one

PR

OJE

CT

DE

SCR

IPT

ION

/LO

CA

TIO

N

CO

NT

RA

CT

NO

.

SUB

CO

NT

RA

CT

OR

SU

PP

LIE

R

FE

DE

RA

L I

.D. N

O.

FO

R N

YSD

OT

USE

ON

LY

__

_ A

CC

EP

TE

D

__

_ A

CC

EP

TE

D A

S N

OT

ED

___

RE

JEC

TE

D

____

____

____

____

____

____

____

____

____

____

____

____

____

____

____

____

____

____

____

____

____

____

____

____

___

____

____

____

____

____

____

____

__

____

____

____

____

____

____

____

____

____

____

____

____

____

____

____

____

____

____

____

____

____

____

____

___

____

____

____

____

____

____

____

__

____

____

____

____

____

____

____

____

____

____

____

____

____

____

____

____

____

____

____

____

____

____

____

____

___

____

____

____

____

____

____

____

NE

W Y

OR

K S

TA

TE

DE

PA

RT

ME

NT

OF

TR

AN

SPO

RT

AT

ION

O

FF

ICE

OF

EQ

UA

L O

PP

OR

TU

NIT

Y D

EV

EL

OP

ME

NT

AN

D C

OM

PL

IAN

CE

UT

ILIZ

AT

ION

PL

AN

AN

D F

INA

L R

EP

OR

T

CO

NT

RA

CT

OR

NA

ME

A

ND

AD

DR

ESS

FE

DE

RA

L I

.D. N

O.

CE

RT

IFIE

D M

BE

/WB

E

SUB

CO

NT

RA

CT

OR

/SU

PP

LIE

R N

AM

E A

ND

A

DD

RE

SS

PU

RSU

AN

T T

O

EX

EC

UT

IVE

LA

W

AR

TIC

LE

15-

A, M

Y F

IRM

P

RO

PO

SES

TO

USE

TH

E

CE

RT

IFIE

D F

IRM

S L

IST

ED

HE

RE

IN

____

____

____

____

____

____

____

__

CO

NT

RA

CT

OR

'S

SIG

NA

TU

RE

__

____

____

____

____

____

____

____

T

ITL

E

____

____

____

____

____

____

____

__

NO

TE

: T

HIS

FO

RM

IS

TO

BE

USE

D A

S A

UT

ILIZ

AT

ION

PL

AN

AN

D A

FIN

AL

UT

ILIZ

AT

ION

RE

PO

RT

.

Page 16: CONTRACT AWARD NOTIFICATIONGROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 2 (Specific Project DOT:VPP) (continued) 18593a.doc/T06/map NOTE: See individual contract items

GROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 16 (Specific Project DOT:VPP)

(continued) 18593a.doc/T06/map

MATERIAL DESCRIPTIONS: The following are the material descriptions of Superpave HMA items that may be included in this contract:

402.017901M Truing & Leveling F9, 70 Series Compaction 402.018901M Truing & Leveling F9, 80 Series Compaction 402.058901M Shim Course F9 402.096101M 9.5 mm F1, 60 Series Compaction 402.096201M 9.5 mm F2, 60 Series Compaction 402.096301M 9.5 mm F3, 60 Series Compaction 402.097101M 9.5 mm F1, 70 Series Compaction 402.097201M 9.5 mm F2, 70 Series Compaction 402.097301M 9.5 mm F3, 70 Series Compaction 402.098301M 9.5 mm F3, 80 Series Compaction 402.098901M 9.5 mm F9, Shoulder Course, 80 Series Compaction 402.126101M 12.5 mm F1, 60 Series Compaction 402.126201M 12.5 mm F2, 60 Series Compaction 402.126301M 12.5 mm F3, 60 Series Compaction 402.127101M 12.5 mm F1, 70 Series Compaction 402.127201M 12.5 mm F2, 70 Series Compaction 402.127301M 12.5 mm F3, 70 Series Compaction 402.128201M 12.5 mm F2, 80 Series Compaction 402.128901M 12.5 mm F9, Shoulder Course, 80 Series Compaction 402.196901M 19 mm F9, 60 Series Compaction 402.197901M 19 mm F9, 70 Series Compaction 402.256901M 25 mm F9, 60 Series Compaction 402.257901M 25 mm F9, 70 Series Compaction

Page 17: CONTRACT AWARD NOTIFICATIONGROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 2 (Specific Project DOT:VPP) (continued) 18593a.doc/T06/map NOTE: See individual contract items

GROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 17 (Specific Project DOT:VPP)

(continued) 18593a.doc/T06/map

ITEM 04402.067201 M 6.3 mm F2 Superthin HMA, 70 Series Compaction ITEM 04402.067211 M Plant Production Quality Adjustment to 04402.067201 M ITEM 04407.02 M Tack Coat

The requirements of Section 401 - Plant Production and Section 402 - Hot mix Asphalt (HMA) Pavements shall apply except as modified below.

DESCRIPTION:

This work shall consist of developing Superthin HMA material using the Superpave Mix Design procedure detailed in Materials Method 5.16, “Superpave Hot Mix Asphalt Mixture Design and Mixture Verification Procedures”, except as modified and/or revised below. Superthin HMA is a mixture of Performance Graded Binder (PG Binder), mineral aggregate and mineral filler, if required. Superthin HMA pavement course shall be constructed in accordance with these specifications and in reasonable close conformity with the required lines, grades, thicknesses, and typical sections shown on the plans or established by the Engineer. This is a performance based specification in which the Contractor is responsible for compacting the pavement within a specified density range. Written instructions for determining pavement density are available from the Regional Materials Engineer or the Director, Materials Bureau. All necessary pavement repairs, crack sealing, joint sealing, pavement marking removal, tack coat, utility grade adjustments, and milling of rebates will be paid under appropriate items.

MATERIALS: A. Superthin Mixture

The materials and composition for Superthin mixtures shall meet the requirements specified in §401-2 Materials, except as noted herein. Delete §401-2.01, Hot Mix Asphalt Designs, and replace with the following: “Produce Superthin HMA in accordance with the procedures outlined in this specification and NYS DOT’s Material Method 5.16, Superpave Hot Mix Asphalt Mixture Design and Mixture Verification Procedures except as modified below: Formulate and submit to the Regional Materials Engineer a Superthin HMA design, that satisfies design criteria outlined in this specification. The minimum PG Binder content shall not be less than 6.0%”

Page 18: CONTRACT AWARD NOTIFICATIONGROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 2 (Specific Project DOT:VPP) (continued) 18593a.doc/T06/map NOTE: See individual contract items

GROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 18 (Specific Project DOT:VPP)

(continued) 18593a.doc/T06/map

ITEM 04402.067201 M 6.3 mm F2 Superthin HMA, 70 Series Compaction ITEM 04402.067211 M Plant Production Quality Adjustment to 04402.067201 M ITEM 04407.02 M Tack Coat

Table 1 - Superthin Design Control Points

Percent Passing Criteria

Standard Sieves

(mm) Maximum

Minimum

9.5

100

6.30

100

90

4.75

90

2.36

70

37

0.075

10

2

Table 2 - Superthin Mixture Additional Aggregate Criteria

Coarse Aggregate Angularity (Percent),

minimum

Uncompacted Void

Content of Fine Aggregate (Percent),

minimum

Flat-and-elongated Particles (Percent),

maximum

Sand Equivalent

(Percent), minimum

95/90

45

10

45

Table 3 - Superthin Volumetric Design Criteria

% Voids Filled with Binder

% Gmm @ Ninitial

Minimum

Maximum

% Voids in the Mineral

Aggregate, minimum

< 90.5

70

78

16

Table 4 - Design Number of Gyrations

Compactive Effort

Ninitial

Ndesign

Nmaximum

Number of Gyrations

7

75

115

Page 19: CONTRACT AWARD NOTIFICATIONGROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 2 (Specific Project DOT:VPP) (continued) 18593a.doc/T06/map NOTE: See individual contract items

GROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 19 (Specific Project DOT:VPP)

(continued) 18593a.doc/T06/map

ITEM 04402.067201 M 6.3 mm F2 Superthin HMA, 70 Series Compaction ITEM 04402.067211 M Plant Production Quality Adjustment to 04402.067201 M ITEM 04407.02 M Tack Coat

Table 5 - Production Gradation Tolerances

Sieve Size (mm)

9.5

6.3

4.75

2.36

1.18

0.600

0.300

0.150

0.075

Tolerance

± 4

± 4

± 3

± 3

± 3

± 2

± 2

± 2

± 2

Delete §401-2.02 B. Coarse Aggregate Type F2 Conditions and replace with the following

“1. Limestone having an acid insoluble residue content of not less than 20.0%, excluding particles of

chert and similar siliceous rocks. 2. Dolomite having an acid insoluble residue content of not less than 17.0%, excluding particles of

chert and similar siliceous rocks. 3. Sandstone, granite, chert, traprock, ore tailings, slag or other similar non-carbonate materials. 4. Use gravel, or blend two or more of: gravel, limestone, dolomite, sandstone, granite, chert, traprock,

ore tailing, or other similar materials to produce a final blend having at least 40% (by weight with adjustments to equivalent volumes for materials of different specific gravities) non-carbonate particles in each size fraction coarser than the 600 µm sieve.

Non-carbonate particles are defined as having a minimum acid insoluble residue content of 80.0%.” Delete §401-2.04 Performance-Graded Binder and replace with the following:

“Use PG64-28 in the production of this mixture that meets the AASHTO MP1-Standard Specification for Performance Graded Asphalt Binder. The PG 64-28 binder must also meet the following requirement:

TEST ON RESIDUE FROM ROLLING THIN FILM OVEN

Test

Requirement

Elastic Recovery, AASHTO T301-95 100 mm elongation and cut immediately at 25ºC

60% minimum

Initial Acceptance of PG Binder is based on the primary source appearing on the State's Approved List for Bituminous Material Primary Sources, A. Performance-Graded Binders for Paving.

Acceptance of the PG Binder is contingent upon satisfactory test results from samples taken, as required by the State's procedural directives, at the location where the material is incorporated into work. A primary source is defined as a firm that samples, tests, and certifies by Production Lot that the PG Binder is in conformance with the specifications. The procedural directives for sampling, testing, and certifying the PG Binder, and for achieving and maintaining approved list status, are available from the Material Bureau.

The temperature of PG Binder delivered to HMA Production Facility will not exceed 175ºC , unless the PG Binder supplier recommends it.”

Page 20: CONTRACT AWARD NOTIFICATIONGROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 2 (Specific Project DOT:VPP) (continued) 18593a.doc/T06/map NOTE: See individual contract items

GROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 20 (Specific Project DOT:VPP)

(continued) 18593a.doc/T06/map

ITEM 04402.067201 M 6.3 mm F2 Superthin HMA, 70 Series Compaction ITEM 04402.067211 M Plant Production Quality Adjustment to 04402.067201 M ITEM 04407.02 M Tack Coat B. Tack Coat Use an asphalt emulsion as tack coat meeting the requirements of §702 - Bituminous Materials, RS-1, Item

702-3001 or CRS-1, Item 702-4001 with the following modifications:

Tests on Asphalt Base for Emulsion

Test on Base Asphalt Min.

Max

Penetration, 25ºC , 100 g, 5 s

60

100

Ductility, 25ºC, 5 cm/min, cm

50

-

Tests on Residue from Distillation Test

Test on Residue

Min.

Max.

Penetration, 25ºC, 100 g, 5 s

40

90

CONSTRUCTION DETAILS:

The provisions of §401-3 and §402-3, Construction Details, shall apply. METHOD OF MEASUREMENT: A. Superthin Mixture The provisions of §401-4 and §402-4, Method of Measurement, shall apply. B. Tack Coat

The quantity of tack coat shall be included in the number of metric tons of 6.3 mm Superthin HMA incorporated into the work.

BASIS OF PAYMENT: A. Superthin Mixture The provisions of subsection 402-5 Basis of Payment shall apply. B. Tack Coat The cost of the tack coat shall be included in the price bid per metric ton for the 6.3 mm Superthin HMA. Payment will be made under:

ITEM NO.

ITEM

PAY UNIT

04402.067201M 04402.067211M

6.3 mm F2 Superthin HMA, 70 Series Compaction Plant Production Quality Adjustment to 04402.067201 M

Metric Ton

Quality Unit

Page 21: CONTRACT AWARD NOTIFICATIONGROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 2 (Specific Project DOT:VPP) (continued) 18593a.doc/T06/map NOTE: See individual contract items

GROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 21 (Specific Project DOT:VPP)

(continued) 18593a.doc/T06/map

TACK COAT - All Projects except 6V03.25, 9042.54, and 9T03.12 The vendor shall provide and apply bituminous tack coat to all existing asphalt pavement surfaces to be overlayed in this contract (and to all hot mix asphalt pavement surfaces included in this contract that will be overlayed by this contract). The tack coat shall meet the materials requirements in Section 407-2 of the Standard Specifications. The application of tack coat shall comply with Section 407-3 of the Standard Specifications. No separate payment shall be made for the tack coat. The cost of the tack coat shall be included in the price bid per metric ton for the bituminous concrete. Price adjustments will NOT apply to the quantity of tack coat applied.

TACK COAT – Projects 6V03.25, 9042.54, and 9T03.12

The above paragraph entitled TACK COAT shall apply except that the tack coat shall meet the materials requirements in the special specification for Item 04407.02M included in this Invitation for Bids.

ATTENTION – Special Note

The vendor shall not be responsible for the initial conditioning of the existing pavement and shoulder surfaces as described in Section 402-3.05 of the NYSDOT Standard Specifications. Patching, joint repair, crack filling and the initial surface cleaning will be done by NYSDOT forces prior to the VPP project. However, once the VPP overlay placement begins, the vendor is responsible for keeping the pavement and shoulders clean until the overlay operations are completed, as per Section 633-3.01 of the NYSDOT standard Specifications. Exceptions to the above paragraph include projects 1T03.22, 1T03.42, 1T03.61, 1T03.71, 4903.36, 9T03.21, 9T03.22, and 9T03.23. On these projects state forces will perform the necessary patching, joint repair, crack filling and the initial surface cleaning prior to the VPP project. The vendor shall conform to the applicable requirements outlined in Section 402-3.05 regarding the placement of the truing and leveling course.

MAINTENANCE AND PROTECTION OF TRAFFIC – PROJECT 4390.36 ONLY

The vendor shall be responsible for Maintenance and Protection of Traffic. Traffic shall be maintained in accordance with Sections 619-l through 619-3 of the Standard Specifications and the Manual of Uniform Traffic Control Devices (MUTCD). The Vendor shall submit a Maintenance and Protection of Traffic Plan for approval to the Resident Engineer at the Pre-Paving Conference. Figures 302-12A, and 302-13 of the MUTCD may be used as a basis for development of a Maintenance and Protection of Traffic Plan. All necessary flaggers for Maintenance and Protection of Traffic shall be provided by the vendor. A minimum of two flaggers shall be provided while the paving operation is underway. One shall be stationed at the beginning of the operation and one shall be stationed with the paver. The vendor shall station flaggers such that communication is maintained between the flaggers. Hand signals, radios, or some other means of communication may be used subject to the approval of the Resident Engineer. All costs for Maintenance and Protection of Traffic including flagging, pavement delineation, and construction signs are to be included in the price bid per metric ton. No separate payment shall be made.

Page 22: CONTRACT AWARD NOTIFICATIONGROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 2 (Specific Project DOT:VPP) (continued) 18593a.doc/T06/map NOTE: See individual contract items

GROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 22 (Specific Project DOT:VPP)

(continued) 18593a.doc/T06/map

MAINTENANCE AND PROTECTION OF TRAFFIC – PROJECT 4390.36 ONLY (Cont'd) Permanent Construction Signs:

The Vendor shall provide Construction Signs as specified in Section 619-1 through 619-3 of the Standard Specifications and in the MUTCD. At a minimum the vendor shall install the following permanent Construction Signs:

Sign Minimum Size Location ROAD WORK G11-1D On main line at start of project NEXT________MILES in each direction. END G11-2C On main line 150 meters after end of project ROAD WORK in each direction. ROAD WORK W8-1D On main line 150 meters in advance of project 500 FT. in each direction and on entrance ramps 150 meters in advance of project. STATE LAW FINES DOUBLED FOR 600mm x 900mm 150 meters upstream of the first warning sign SPEEDING in each direction. IN WORK ZONE LOW SHOULDER W4-12D On mainline spaced every 3.2 kilometers along

project in each direction and after every major intersecting road (while temporary pavement delineation is in place)

The vendor may provide portable signs as shown in Figure 302-1A for lane closures during work hours. The vendor will be required to provide extra temporary work zone signing which will be kept moving during the daily operation so as to remain within sight of the paving operation or as directed by the Resident Engineer. At no time will the main sign sequence be more than 750 m from the paving operation.

Temporary Pavement Delineation:

The Vendor shall provide temporary pavement delineation as specified herein. Pavement delineation shall consist of Reflectorized Pavement Marking Paint as specified in Section 640, Non-Removable Reflectorized Pavement Marking Tape as approved by the Resident Engineer, Removable Reflectorized Pavement Marking Tape listed on the Department's Approved List, or Removable Raised Reflectorized Pavement Marker Units listed on the Department's Approved List. The color shall be as specified in the MUTCD. The vendor shall place temporary pavement delineation at the end of each work day. A 1200 mm length of paint, marking tape, or enough markers to simulate a 1200 mm mark shall be placed at 12 meter intervals between adjacent travel lanes along the roadway. The vendor shall not be required to remove the pavement delineation at the end of the paving.

Page 23: CONTRACT AWARD NOTIFICATIONGROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 2 (Specific Project DOT:VPP) (continued) 18593a.doc/T06/map NOTE: See individual contract items

GROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 23 (Specific Project DOT:VPP)

(continued) 18593a.doc/T06/map

SPECIAL NOTES PROJECT 4390.36 1) The Vendor shall be made aware that nighttime work will be necessary to construct this project. All work

shall take place between the hours of 9 pm and 6 am during the week, and from 6 am to noon on weekends.

2) Prior to the start of any paving or milling of rebates, the vendor shall submit a comprehensive traffic

control plan to the Engineer in Charge, who will submit it to the Regional Traffic and Safety Group for approval. The vendor’s proposed traffic control plan shall be based on the included MAINLINE TRAFFIC CONTROL REDUCED SPEED ZONE 55 M.P.H. TO 45 M.P.H. Maintenance Typical Drawings 26 and 27. The vendor shall be made aware that M&PT for nighttime construction shall be conducted in accordance with Section 619 of the Standard Specifications.

3) A lighting plan shall be submitted along with the traffic control plan, which shall also be reviewed and

approved by the Engineer in Charge. Any additional costs associated with nighttime construction and any lighting plants necessary to light the work zone and other work areas, shall be included in the price bid per metric ton of asphalt concrete. The Vendor shall be made aware that illumination shall be provided throughout the entire area of construction operations including all work operations by the Vendor’s personnel (truck staging, clean out areas, layout and measurement area ahead and behind the work area, etc.). All work areas should be shown on the lighting plan.

4) Truing and Leveling shall begin and end approximately 100 feet prior to and after any bridge underpass.

The top course or overlay thickness in this area shall also be reduced to 25 mm (1 inch) in order that the vertical clearance at these bridges is not significantly impacted.

5) The vendor shall coordinate their operations with the on going construction project, I390 Concrete

Pavement Repairs (from Ridge Road to the Parkway). The vendor should also have a pre-construction meeting with the striping vendor and any of their subcontractors (e.g.: traffic control).

6) All paving must commence after 8/1/03 and be completed by the COB 9/1/03. 7) Traffic will be allowed to ride on truing and leveling and milled surfaces. However, the vendor shall be

alerted that a) bumps should be kept to a minimum and shall be ramped, and shall be marked with “BUMP” signs and lighted barrels (See Section entitled BUMPS); b) the duration that traffic is allowed to ride on milled surfaces and truing and leveling shall not exceed 10 days. Pavement transitions should be completed as soon as possible.

8) The length of the transitions at the pavement rebate areas is approximately 90 feet, with the length of the

milling in these areas at approximately 30 feet. The vendor shall modify the included Hot Mix Asphalt Overlay Splice detail accordingly.

9) All bridge decks are to be overlaid, therefore, rebates will not be required at each bridge deck. 10) Portable variable message boards shall be used as a part of the traffic control plan. They shall be supplied

by the Residency. The Residency will be responsible for programming and deploying them. 11) Dedicated police assistance is to be provided and shall be incorporated into the vendor’s traffic control

plan and daily operations. The agreement is being prepared by the Department. 12) A noise ordinance is in effect in the Town of Greece and Gates. The Department is securing the variance

for the ordinances.

Page 24: CONTRACT AWARD NOTIFICATIONGROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 2 (Specific Project DOT:VPP) (continued) 18593a.doc/T06/map NOTE: See individual contract items

GROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 24 (Specific Project DOT:VPP)

(continued) 18593a.doc/T06/map

SPECIAL NOTES PROJECT 4390.36 (Cont'd) 13) “FINES DOUBLED” signs shall be incorporated into the Traffic Control Plan, in accordance with Section

619 of the Standard Specifications. The cost of these signs shall be included in the price bid per metric ton of asphalt concrete.

14) Speed reduction/advisory speed signs (“45 MPH”) shall be incorporated into the Traffic Control Plan, in

accordance with the Mainline Traffic Control Reduced Speed Zone drawings included in this invitation for bids and Section 619 of the Standard Specifications. The cost of these signs shall be included in the price bid per metric ton of asphalt concrete.

15) The Vendor shall take advantage of daylight hours before and after the work shift for setup/removal of

traffic controls and other preparatory and cleanup work. 16) All channelizing devices for traffic control, shall be clean and in good condition at all times and equipped

with reflective sheeting meeting the requirements of Section 619 and the MUTCD. Any devices that do not provide acceptable reflectivity must be replaced immediately.

BUMPS

During the course of construction, the vendor shall keep the travel way shall free of bumps that may be created by the vendors work operations (i.e. milling termination areas and bituminous concrete paving termination areas). Transverse vertical faces between pavement surfaces that exceed 30 mm in height shall be sloped or tapered before the work area is open to traffic. Temporary ramps shall be constructed from bituminous patching material (plant mix or suitable “winter mix,” no millings) so as to create the smoothest transition possible (60:1 minimum or AOBE). This ramp shall be maintained and will remain in place until the need for it is eliminated by subsequent work operations.

A W4-1 “BUMP” warning sign shall be posted upstream of all bumps and a drum with a Type A warning light shall be placed adjacent to the condition. Refer to the table below for the advance posting distance of this Category II sign.

Other work activities at which the traveling public may encounter a bump which is sufficiently abrupt to cause the deflection of their vehicle at prevailing driving speeds (i.e. terminal ends of pavement reconstruction work) will also require a “BUMP” sign and a drum with a Type A warning light. Areas such as these should contain a ramp of sufficient length such that there is no considerable discomfort felt by the motorist.

W4-1

W9-1

Note:

DRUM with type a warning light

The advisory speed limit (for the W9-1 sign) shall be 10 mph less than the posted speed limit.

Page 25: CONTRACT AWARD NOTIFICATIONGROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 2 (Specific Project DOT:VPP) (continued) 18593a.doc/T06/map NOTE: See individual contract items

GROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 25 (Specific Project DOT:VPP)

(continued) 18593a.doc/T06/map

Table 230-2 from NYS MUTCD

Advance Posting Distance for Signs in Posting Category II ADVISORY SPEED FOR CONDITION (MILES PER HOUR) 85

Percentile Approach

Speed (MPH)

5 10 15 20 25 30 35 40 45 50 55 60 65 70 75

20 200 200 200 200 200 25 245 200 200 200 200 200 30 340 290 210 200 200 200 200 35 435 390 315 240 200 200 200 200 40 530 490 420 350 270 200 200 200 200 45 625 585 525 460 385 300 205 200 200 200 50 720 685 630 570 500 420 330 230 200 200 200 55 815 785 735 680 615 540 455 360 255 200 200 200 60 910 885 840 790 730 660 580 490 390 280 200 200 200 65 1005 980 945 900 845 780 705 620 525 420 305 200 200 200 70 1100 1080 1050 1010 960 900 830 750 660 560 450 330 200 200 200

LIGHTING REQUIREMENTS - PROJECT 4390.36

General - Before nighttime operations may begin; (1) an acceptable lighting plan must be submitted and (2) all required lighting equipment and/or materials must be ready for operation. Lighting Plan - Prior to the start of night work, the Vendor shall submit a lighting plan to the Engineer. The lighting plan shall include the following, unless otherwise directed by the Engineer:

Layout plan showing location of light towers, including both typical spacing and lateral placement. Description of light towers to be used. Description of electrical power source. Attachment and mounting details for lights to be attached to equipment. Specific technical details on all lighting fixtures to be provided, including power rating and photometric charts. Details on any hoods, louvers, shields, or other means to be used to control glare. Lighting calculations confirming that the illumination requirements will be met by the layout plan.

The layout plan shall be on U.S. standard D size sheets (559 mm x 864 mm) at an appropriate scale to adequately describe the work. It shall clearly show the location of all lights necessary for every aspect of work to be done at night. In addition to the plan sheets, the Vendor shall submit catalog cuts giving the specific brand names, model numbers and ratings of the lighting equipment. The submittal shall include power ratings and photometric data.

Light Levels - Tower-mounted luminaires, whether portable, trailer-mounted, or equipment-mounted, shall be of sufficient wattage and/or quantity to provide an average maintained horizontal illuminance equal to or greater than the following over the work area:

Level I - 50 lx (5 foot candles) Level II - 100 lx (10 " " ) Level III - 200 lx (20 " " )

Page 26: CONTRACT AWARD NOTIFICATIONGROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 2 (Specific Project DOT:VPP) (continued) 18593a.doc/T06/map NOTE: See individual contract items

GROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 26 (Specific Project DOT:VPP)

(continued) 18593a.doc/T06/map

LIGHTING REQUIREMENTS - PROJECT 4390.36 (Cont'd) The uniformity of illuminance, defined as the ratio of the average illuminance to the minimum illuminance over the work area, shall not exceed 5:1.

Illuminance Requirements - Lighting shall be adequate to meet the required level of illuminance and uniformity over the entire area of operation as follows:

Level I - All areas of general construction operations including excavation; cleaning and sweeping;

landscaping; planting and seeding. Level I shall also be provided at the area of lane and/or road closures continuously throughout the period of closure, including the setup and removal of the closures.

Level II - Asphalt paving, milling, and concrete placement and/or removal. Level III- Pavement or structural crack filling, joint repair, pavement patching and repairs, installation

of signal equipment or other electrical/mechanical equipment, and other tasks involving fine details or intricate parts and equipment.

For paving and milling operations, including bridge decks, Level II illuminance shall be provided 15 m ahead of and 30 m behind the paving or milling machine. In addition, Level I illuminance shall be provided a minimum of 120 m ahead and 240 m behind the paving or milling machine, or for the entire area of concrete placement or pavement work if less than this distance. This area shall be extended as necessary to incorporate all vehicle and equipment operations associated with the paving operation. The only exception to the requirement for Level I illumination throughout the area of construction operations is that finish rollers can work beyond the area of Level I illumination using floodlights mounted on the roller.

Construction operations shall be deemed to include all work operations by vendor's personnel, including layout and measurements ahead of the actual work.

Equipment - All lighting equipment will be furnished as required and retained by the Vendor after the work is completed. Material and/or equipment shall be in good operating condition and in compliance with applicable safety and design codes.

Lighting Fixtures - Lighting fixtures shall consist of portable ground-mounted or trailer-mounted light towers; light towers affixed to paving machines, finishing machines, and milling machines; and floodlights mounted on construction equipment.

Flood lights mounted on construction equipment shall consist of a minimum of two 500 W flood lights facing in each direction to provide a minimum of 10 lx of horizontal illuminance measured 20 m in front of and behind the equipment. Construction equipment that is operating solely in areas illuminated by tower lighting shall not require floodlights.

Portable Generators - The vendor shall provide portable generators to furnish adequate AC power to operate all required lighting equipment. Fuel tank capacity and availability of fuel on site shall be sufficient to permit uninterrupted operation throughout the planned shift. Adequate switches shall be provided to control the various lights. All wiring shall be weatherproof and installed according to local, State, Federal and OSHA requirements. All power sources shall be equipped with a Ground-Fault Circuit Interrupter to prevent electrical shock.

Light Meter - The Residency shall furnish, for the use of the Engineer, a photometer capable of measuring the level of illuminance.

Page 27: CONTRACT AWARD NOTIFICATIONGROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 2 (Specific Project DOT:VPP) (continued) 18593a.doc/T06/map NOTE: See individual contract items

GROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 27 (Specific Project DOT:VPP)

(continued) 18593a.doc/T06/map

LIGHTING REQUIREMENTS - PROJECT 4390.36 (Cont'd) Equipment Mounting - The Vendor shall provide suitable brackets and hardware to mount lighting fixtures and generators on machines and equipment. Mountings shall be designed so that light fixtures can be aimed and positioned as necessary to reduce glare and to provide the required illuminance. Mounting brackets and fixtures shall not interfere with the equipment operator or any overhead structures, and shall provide for secure connection of the fixtures with minimum vibration.

Portable and Trailer-Mounted Light Towers - Light towers shall be provided as the primary means of illumination, and shall provide Level I illuminance throughout the work area. They shall be supplemented to the extent necessary by lighting fixtures mounted on construction equipment to provide Level II or Level III illuminance where required. Towers shall be sturdy and free-standing without the aid of guy wires or braces. Towers shall be capable of being moved as necessary to keep pace with the construction operation. Portable towers and trailers shall be positioned to minimize the risk of being impacted by traffic on the roadway or by construction traffic or equipment.

Light Towers on Paving, Milling, and Finishing Machines - If needed to supplement portable and/or trailer-mounted light towers, towers shall be affixed to paving, milling, and finishing machines to provide the required level of illuminance for the specified distance in front of and behind the machine. Machine mounted light towers shall not exceed a height of 4 m above ground. Luminaires shall be aimed and adjusted to provide uniform illumination with a maximum uniformity ratio of 5:1. The hopper, auger, and screed areas of pavers shall be uniformly illuminated. The operator's controls on all machines shall be uniformly illuminated.

Equipment Lights - All construction equipment, including rollers, backhoes, loaders, and other equipment operating in work areas not illuminated to a minimum of Level I illuminance shall be equipped with floodlights as described above. Whether or not floodlights are provided, all construction equipment shall be equipped with conventional vehicle headlights to permit safe movement in non-illuminated areas. Headlights shall not be permitted as the sole means of illumination while working.

Glare Control - All lighting provided under this item shall be designed, installed, and operated to avoid glare that interferes with traffic on the roadway or that causes annoyance or discomfort for residences adjoining the roadway. The vendor shall locate, aim, and adjust the lighting fixtures to provide the required level of illuminance and uniformity in the work area without the creation of objectionable glare. The Engineer shall be the sole judge of when glare exceeds acceptable levels, either for traffic or for adjoining residences.

The vendor shall provide shields, visors or louvers on luminaires as necessary to reduce objectionable levels of glare. As a minimum, the following requirements shall be met to avoid objectionable glare on roadways open to traffic in either direction:

Tower-mounted luminaires shall be aimed either generally parallel or perpendicular to the roadway. All luminaires shall be aimed such that the center of the beam axis is no greater than 60° above the

vertical. No luminaires shall be permitted that provide a luminous intensity greater than 20,000 cd at an angle of

72° above the vertical.

Existing Roadway Lights - Existing street and highway lighting shall not eliminate the need for the vendor to provide lighting. Consideration may be given to the amount of illumination provided by existing lights in determining the wattage and/or quantity of lights to be provided. Such consideration shall be discussed in the Vendor's lighting plan.

Continuous Operation - The Vendor shall provide sufficient fuel, spare lamps, generators, and qualified personnel to ensure that all required lights will operate continuously during nighttime operation. In the event of any failure of the lighting system, the operation shall be discontinued until the required level of illumination is restored.

Page 28: CONTRACT AWARD NOTIFICATIONGROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 2 (Specific Project DOT:VPP) (continued) 18593a.doc/T06/map NOTE: See individual contract items

GROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 28 (Specific Project DOT:VPP)

(continued) 18593a.doc/T06/map

LIGHTING REQUIREMENTS - PROJECT 4390.36 (Cont'd)

Traffic Control Areas - Level I illuminance shall be provided during the setup of lane closures or road closures installed in conjunction with nighttime construction operation and shall be maintained until the closure is removed. Such lighting shall be required at the actual points of closure, including the lane closure tapers. Lighting shall not be required throughout the entire lane closure, except as required at work areas.

The price for portable lighting shall include all equipment, materials, and labor necessary to provide, install, operate, and maintain illumination of the nighttime work areas and associated traffic control operations, and shall be included in the price bid per metric ton of asphalt applied.

Page 29: CONTRACT AWARD NOTIFICATIONGROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 2 (Specific Project DOT:VPP) (continued) 18593a.doc/T06/map NOTE: See individual contract items

GROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 29 (Specific Project DOT:VPP)

(continued) 18593a.doc/T06/map

MAINLINE TRAFFIC CONTROL REDUCED SPEED ZONE 55 M.P.H. TO 45 M.P.H.

APRIL 2003 DESIGN TYPICAL DRAWING 26

STATE OF NEW YORK DEPARTMENT OF TRANSPORTATION

M&PT DETAIL REGION 4

200

m

LEGEND:

DIRECTION OF TRAVEL WORK AREA 450 x 450 mm ORANGE FLAG (MUTCD 294-2) NO MESH FLAGS

NOTES:

1. THE WORK ZONE SPEED LIMIT SHALL BE IN EFFECT DURING WORK HOURS WHEN WORKERS OCCUPY A TRAVEL LANE OR SHOULDER OR WHEN TRAVEL LANES ARE REDUCED IN WIDTH OR A.O.B.E. WHEN THE WORK ZONE SPEED LIMIT IS IN EFFECT THE EXISTING 55 MPH SPEED LIMIT SIGNS SHALL BE COVERED.

2. DURING NON-WORKING HOURS, THE REDUCED SPEED LIMIT SIGNS (45 MPH AND REDUCED SPEED AHEAD) SHALL BE COVERED AND THE EXISTING SPEED LIMIT SIGNS SHALL BE UNCOVERED.

3. THE CONTRACTOR SHALL USE SEPARATE SPEED LIMIT SIGN PANELS. CHANGING THE NUMBERS ON THE EXISTING SPEED LIMIT PANEL WILL NOT BE ALLOWED.

4. WHEN A REDUCED SPEED ZONE IS IN EFFECT, PLACE R2-1E (55 MPH) WITHIN 152 m OF THE END OF THE WORK ZONE UNLESS AN EXISTING R2-2E IS IN CLOSE PROXIMITY.

5. REPEAT SUBSEQUENT INTERMEDIATE 45 MPH SIGNS AT 137O m MAXIMUM INTERVALS.

6. THE REDUCED SPEED LIMIT SIGNS SHOWN ON THIS DETAIL ARE REFERENCED FROM THE 1/2 MILE LANE CLOSURE SIGN. SEE THE APPROPRIATE LANE CLOSURE DETAILS FOR THE LAYOUT OF ADDITIONAL SIGNS AND DELINEATING DEVICES.

7. WHEN A REDUCED SPEED ZONE IS IN EFFECT, PLACE R2-1E (45 MPH) ON ALL ON-RAMPS AND WITHIN 150 m DOWNSTREAM OF ALL INTERSECTIONS.

MATCH LINE 'Y-Y' RIGHT LANE

CLOSED 1/2 MILE

W8-8D

SHO

ULDE

R

MED

IAN

/ SHO

ULDE

R

W8-8D

RIGHT LANE

CLOSED 1/2 MILE

W1-11D

REFERENCE POINT FOR SIGN PLACEMENT (SEE NOTE 6)

ROAD WORK 1 MILE

W8-1D

ROAD WORK 1 MILE

W8-1D

150m

30

0 m

15

0 m

30

0 m

STATE LAW

FINES DOUBLED FOR SPEEDING IN WORK ZONE

STATE LAW

FINES DOUBLED FOR SPEEDING IN WORK ZONE

S P E ED

L I M I T

45 R2-1E

WORK ZONE

S P E ED

L I M I T

45 R2-1E

WORK ZONE

REDUCED S P E E D A H E A D

R2-12E

WORK ZONE

REDUCED S P E E D A H E A D

R2-12E

WORK ZONE

S P E ED

L I M I T

45 R2-1E

WORK ZONE

S P E ED

L I M I T

45 R2-1E

WORK ZONE

Page 30: CONTRACT AWARD NOTIFICATIONGROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 2 (Specific Project DOT:VPP) (continued) 18593a.doc/T06/map NOTE: See individual contract items

GROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 30 (Specific Project DOT:VPP)

(continued) 18593a.doc/T06/map

1,37

0 m

MAX

.

MAINLINE TRAFFIC CONTROL REDUCED SPEED ZONE 55 M.P.H. TO 45 M.P.H.

APRIL 2003 DESIGN TYPICAL DRAWING 27

NOTES:

1. THE WORK ZONE SPEED LIMIT SHALL BE IN EFFECT DURING WORK HOURS WHEN WORKERS OCCUPY A TRAVEL LANE OR SHOULDER OR WHEN TRAVEL LANES ARE REDUCED IN WIDTH OR A.O.B.E. WHEN THE WORK ZONE SPEED LIMIT IS IN EFFECT THE EXISTING 55 MPH SPEED LIMIT SIGNS SHALL BE COVERED.

2. DURING NON-WORKING HOURS, THE REDUCED SPEED LIMIT SIGNS (45 MPH AND REDUCED SPEED AHEAD) SHALL BE COVERED AND THE EXISTING SPEED LIMIT SIGNS SHALL BE UNCOVERED.

3. THE CONTRACTOR SHALL USE SEPARATE SPEED LIMIT SIGN PANELS. CHANGING THE NUMBERS ON THE EXISTING SPEED LIMIT PANEL WILL NOT BE ALLOWED.

4. WHEN A REDUCED SPEED ZONE IS IN EFFECT, PLACE R2-1E (55 MPH) WITHIN 152 m OF THE END OF THE WORK ZONE UNLESS AN EXISTING R2-2E IS IN CLOSE PROXIMITY.

5. REPEAT SUBSEQUENT INTERMEDIATE 45 MPH SIGNS AT 137O m MAXIMUM INTERVALS.

6. THE REDUCED SPEED LIMIT SIGNS SHOWN ON THIS DETAIL ARE REFERENCED FROM THE 1/2 MILE LANE CLOSURE SIGN. SEE THE APPROPRIATE LANE CLOSURE DETAILS FOR THE LAYOUT OF ADDITIONAL SIGNS AND DELINEATING DEVICES.

7. WHEN A REDUCED SPEED ZONE IS IN EFFECT, PLACE R2-1E (45 MPH) ON ALL ON-RAMPS AND WITHIN 150 m DOWNSTREAM OF ALL INTERSECTIONS.

DIRECTION OF TRAVEL WORK AREA

LEGEND:

MATCH LINE 'Y-Y'

RIGHT LANE

CLOSED 1/2 MILE

W8-BD

W8-BD

RIGHT LANE

CLOSED 1/2 MILE

W1-11D

REFERENCE POINT FOR SIGN PLACEMENT (SEE NOTE 6)

1,16

4 m

15

2 m

STATE OF NEW YORK DEPARTMENT OF TRANSPORTATION

M&PT DETAIL REGION 4

END OF WORK ZONE

S P E ED

L I M I T

55 R2-1E

(SEE NOTE 4)

WORK ZONE

S P E ED

L I M I T

55 R2-1E

(SEE NOTE 4)

WORK ZONE

S P E ED

L I M I T

45 R2-1E

WORK ZONE

S P E ED

L I M I T

45 R2-1E

(SEE NOTE 5)

WORK ZONE

S P E ED

L I M I T

45 R2-1E

(SEE NOTE 5)

WORK ZONE

S P E ED

L I M I T

45 R2-1E

WORK ZONE

Page 31: CONTRACT AWARD NOTIFICATIONGROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 2 (Specific Project DOT:VPP) (continued) 18593a.doc/T06/map NOTE: See individual contract items

GROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 31 (Specific Project DOT:VPP)

(continued) 18593a.doc/T06/map

MAINTENANCE AND PROTECTION OF TRAFFIC: ALL PROJECTS EXCEPT PROJECT 4390.36

The vendor shall be responsible for Maintenance and Protection of Traffic. Traffic shall be maintained in accordance with Sections 619-l through 619-3 of the Standard Specifications and the Manual of Uniform Traffic Control Devices (MUTCD). The Vendor shall submit a Maintenance and Protection of Traffic Plan for approval to the Resident Engineer at the Pre-Paving Conference. Figures 302-8A, 302-12A, and 302-13 of the MUTCD may be used as a basis for development of a Maintenance and Protection of Traffic Plan. All necessary flaggers for Maintenance and Protection of Traffic shall be provided by the vendor. A minimum of three flaggers shall be provided while the paving operation is underway. One shall be stationed at each end of the operation and one shall be stationed with the paver. The vendor shall station flaggers such that communication is maintained between the flaggers. Hand signals, radios, or some other means of communication may be used subject to the approval of the Resident Engineer. The vendor will be required to provide extra temporary work zone signing which will be kept moving during the daily operation so as to remain within sight of the paving operation or as directed by the Resident Engineer. At no time will the main sign sequence be more than 750 m from the paving operation. All costs for Maintenance and Protection of Traffic including flagging, pavement delineation, and construction signs are to be included in the price bid per metric ton. No separate payment shall be made.

Page 32: CONTRACT AWARD NOTIFICATIONGROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 2 (Specific Project DOT:VPP) (continued) 18593a.doc/T06/map NOTE: See individual contract items

GROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 32 (Specific Project DOT:VPP)

(continued) 18593a.doc/T06/map

MAINTENANCE AND PROTECTION OF TRAFFIC: (Cont'd) Permanent Construction Signs:

The Vendor shall provide Construction Signs as specified in Section 619-1 through 619-3 of the Standard Specifications and in the MUTCD. At a minimum the vendor shall install the following permanent Construction Signs:

Sign Minimum Size Location ROAD WORK G11-1D On main line at start of project NEXT________MILES in each direction. END G11-2C On main line 150 meters after end of project ROAD WORK in each direction. ROAD WORK W8-1D On main line 150 meters in advance of project 500 FT. in each direction and on major intersecting roads* 150 meters in advance of project. STATE LAW FINES DOUBLED FOR 600mm x 900mm 150 meters upstream of the first warning sign SPEEDING in each direction. IN WORK ZONE DO NOT PASS R4-1C On mainline spaced every 335 meters along

project in each direction (while temporary pavement delineation is in place).

NO CENTER STRIPE W8-40 On mainline spaced every 3.2 kilometers along

project in each direction and after every major intersecting road (while temporary pavement delineation is in place).

LOW SHOULDER W4-12D On mainline spaced every 3.2 kilometers along

project in each direction and after every major intersecting road (while temporary pavement delineation is in place).

Major intersecting roads are defined as State, County, Town, Village, or City roads. The Vendor may provide portable signs as shown in Figure 302-1A for lane closures during work hours.

*For Project 1T0351, major intersecting roads (and the number of ROAD WORK AHEAD signs necessary for each street) are defined as Van Ness Street (1) and Clifton Street (1).

*For Project 6V0325, major intersecting roads (and the number of ROAD WORK AHEAD signs necessary for each street) are defined as Sunset Drive (1), State Street (1), Bridge Street (1), Chestnut Street (2), Walnut Street (2), Pine Street (2), Cedar Street (2), Wall Street (2), Chemung Street (2), Pearl Street (2), Columbia Street (2), Steuben Street (2), and Cohocton Street (2).

Page 33: CONTRACT AWARD NOTIFICATIONGROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 2 (Specific Project DOT:VPP) (continued) 18593a.doc/T06/map NOTE: See individual contract items

GROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 33 (Specific Project DOT:VPP)

(continued) 18593a.doc/T06/map

MAINTENANCE AND PROTECTION OF TRAFFIC: (Cont'd) Temporary Pavement Delineation:

The Vendor shall provide temporary pavement delineation as specified herein. Pavement delineation shall consist of Reflectorized Pavement Marking Paint as specified in Section 640, Non-Removable Reflectorized Pavement Marking Tape as approved by the Resident Engineer, Removable Reflectorized Pavement Marking Tape listed on the Department's Approved List, or Removable Raised Reflectorized Pavement Marker Units listed on the Department's Approved List. The color shall be as specified in the MUTCD. The vendor shall place temporary pavement delineation at the end of each work day. A 600 mm length of paint, marking tape, or enough markers to simulate a 600 mm mark shall be placed at 12 meter intervals between adjacent travel lanes along the roadway. The vendor shall not be required to remove the pavement delineation at the end of the paving.

Page 34: CONTRACT AWARD NOTIFICATIONGROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 2 (Specific Project DOT:VPP) (continued) 18593a.doc/T06/map NOTE: See individual contract items

GROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 34 (Specific Project DOT:VPP)

(continued) 18593a.doc/T06/map

MAINTENANCE AND PROTECTION OF TRAFFIC: (Cont'd) LANE CLOSURE RESTRICTIONS: REGION 1 VPP PROJECTS: Project 1T03.51 Rte 4/32 Saratoga County

Lane closures will not be permitted between 7:00 and 9:00 A.M. and between 3:00 and 7:00 P.M. Monday through Friday and on Sundays and Holidays. In addition to the below referenced dates that temporary lane closures shall not be allowed, lane closures shall also not be permitted on August 29, 2003 and October 10, 2003.

Project 1T03.61 Rte 914T (Balltown Road) Schenectady Co.:

Lane closures will be only be permitted Monday through Saturday 9:00 A.M. to 3:00 P.M. Project 1T03.71 Rte 9 Warren Co.:

Lane closures will not be permitted between 3:00 and 5:00 P.M. Monday through Thursday, Friday between Noon and dusk, Saturday between 10:00 A.M. and 4:00 P.M. and Sunday between 11:00 A.M. and 5:00 P.M.

All other Region 1 Projects There shall be no temporary lane closures on any Region 1 project on the following dates:

May 24-26, 2003 July 3-6, 2003 August 30-September 1, 2003 October 11-13, 2003 November 26-30, 2003 December 19, 2003 to January 2, 2004 May 29-31, 2004 July 2-5, 2004 September 4-7, 2004 October 9-11, 2004 November 24-28, 2004 December 24, 2004 to January 2, 2005 LANE CLOSURE RESTRICTIONS: REGION 8 PROJECT 8071.03:

It will be necessary to temporarily close lanes in order to perform the work. The following restrictions regarding lane closure shall apply in Region 8:

A. No lane closure will be permitted without the prior approval of the Resident Engineer or their

representative. On highways that consist of four lanes, one lane must be kept open in each direction at all times.

B. Lane closure will not be permitted during non-working hours. LANE CLOSURE RESTRICTIONS: REGION 8 AND 9 VPP PROJECTS:

For all Region 8 & 9 VPP Projects, all travel lanes shall be open to traffic during the following times:

1. Weekdays preceding a holiday (including Fridays preceding a Monday holiday), 12:00 noon to 9:00 PM. 2. Weekdays following a holiday (including Mondays following a Saturday holiday), 6:30 AM to

12:00 noon.

The vendor shall schedule operations in a manner that will guarantee adherence to these time restrictions. In the portion of roadway available for travel, a minimum lane width of ten feet shall be maintained.

Page 35: CONTRACT AWARD NOTIFICATIONGROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 2 (Specific Project DOT:VPP) (continued) 18593a.doc/T06/map NOTE: See individual contract items

GROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 35 (Specific Project DOT:VPP)

(continued) 18593a.doc/T06/map

SPECIAL NOTES – REGION 1 – PROJECT 1T03.51 Contract Period Contract Work shall begin within 45 days of award of this contract on a date mutually agreed between the Contractor and the DOT Resident Engineer-In-Charge (Dominick Gabriel). It will continue on successive days (weather permitting) until completed. Total project completion to take not more than 15 consecutive working days. Maintenance And Protection Of Traffic

The Contractor shall be responsible for Maintenance and Protection of Traffic. Traffic shall be maintained in accordance with Sections 619-l through 619-3 of the Standard Specifications and the Manual of Uniform Traffic Control Devices (MUTCD). The Contractor shall submit a Maintenance and Protection of Traffic Plan for approval to the Resident Engineer at the Pre-Project Conference. Figures 302-8A may be used as a basis for development of a Maintenance and Protection of Traffic Plan. (The Department of Transportation will provide a “Typical Detail” for this.) All costs for Maintenance and Protection of Traffic including flagging, pavement delineation, and construction signs are to be included in the price bid per square meter for milling and paving, applying tack coat and final pavement striping. No separate payment shall be made. All necessary flaggers for Maintenance and Protection of Traffic shall be provided by the Contractor. A minimum of three flaggers shall be provided while the milling and paving operations are underway. One shall be stationed at beginning of the operation and one shall be stationed with the miller for milling and with the paving machine for paving. The third flagger shall be stationed at intersecting streets when the equipment necessitates stopping vehicles from entering or crossing Route 32. The Contractor shall station flaggers such that communication is maintained between the flaggers. Hand signals, radios, or some other means of communication may be used subject to the approval of the Resident Engineer. A minimum of one lane in each direction shall be maintained at the work site at all times. Two lanes of traffic in each direction shall remain open to traffic in areas not under construction. The Contractor shall schedule their operations such that emergency services (fire, police, ambulance) are maintained at all times. This may involve coordination with the Town of Waterford Police and Fire Departments, and local ambulance services. Access to commercial driveways shall be available at all times unless other suitable agreements are made with the owners. Access to residential driveways will be maintained whenever practical and shall be available at the end of each work day. Pedestrian access to commercial properties and private residences shall be maintained at all times unless suitable agreements are made with the owners. After milling the existing surface, a paving wedge shall be placed by the Contractor at each “Utility” structure to facilitate a smooth transition from the milled surface to the utility structure. No longitudinal and no vertical drop-offs shall be allowed during non-work hours. Temporary Pavement Delineation: The temporary pavement delineation called for elsewhere in this Invitation for Bids shall be applied to the milled surface and to the final pavement surface (unless the final pavement striping is placed at the conclusion of each paving day). Prior to placing the final pavement course over the milled surface, the temporary pavement delineation shall be removed from the milled surface by the vendor, unless the Reflectorized Pavement Marking Paint option was used. In that case, the temporary pavement delineation (paint) may be left in place and overlaid.

Construction Details:

The construction details shall comply with the requirements specified in Subsections 490 of the Standard Specifications (except that the millings shall belong to the State) and in this Invitation for Bids. The Project Supervisor shall have sole responsibility for determining compliance with the specifications. All orders given to the Contractor regarding construction details shall be considered final. The milling thickness and lane pavement widths shall be as specified elsewhere in this Invitation for Bids.

Page 36: CONTRACT AWARD NOTIFICATIONGROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 2 (Specific Project DOT:VPP) (continued) 18593a.doc/T06/map NOTE: See individual contract items

GROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 36 (Specific Project DOT:VPP)

(continued) 18593a.doc/T06/map

Construction Requirements The following subsections of § 402-3 Construction Details shall apply except as modified below:

§ 402-3.01 - Weather and Seasonal Limitations § 402-3.04 - Rollers (Sections B&C) § 402-3.05 - Conditioning of Existing Surface § 402-3.07, D. - 80 Series Compaction Method(Option A: Table 402-5) § 402-3.09 - Joints § 402-3.10 - Surface Tolerance § 402-3.11 - Thickness Tolerance § 402-3.12 - Paver and Equipment Cleaning Production Cold Milling Of Bituminous Concrete - Item 490.10M

Milling shall be performed on the entire surface (curb to curb) of the existing pavement between Reference Markers 32 1505 1000 and 32 1505 1011. The typical depth of milling shall be 50 mm. The resultant milled surface shall be parallel with the existing pavement surface. The millings shall belong to the State of New York. The millings shall be collected and transported by the Contractor to the State of New York Equipment Management Facility located at 21-9th Street in the Town of Waterford for stockpiling. There are two (2) Traffic Signals located within the project limits that are activated by loop detectors located in the existing pavement of Route 32. They are located at the intersection of Rt. 32 & Van Ness St. and Rt.32 & Clifton St. The exact location of the loops will be field determined by the Regional Traffic Unit prior to milling and the depth of milling at these locations will be determined at the preconstruction meeting with the Resident Engineer.

Disposal Of Millings:

The millings shall be the property of the State. Millings shall be loaded into trucks operated by the Contractor. They shall then be transported to and dumped on the State of New York Equipment Management property located at the northern end of the project. Department personnel will direct the dumping of the millings and be responsible for their placement and piling.

Schedule Of Operations

Traffic shall only be allowed to ride on milled surfaces for up to 5 days prior to the finish paving process. Coordination With Utilities

The Contractor shall coordinate their operations with the Town of Waterford and affected utilities such that there shall be no hazardous conditions created by utility structures that are exposed due to the milling of the existing pavement. The Contractor shall construct ramps around the leading edge of all utility structures that are higher than the surrounding pavement.

Recording Existing Pavement Markings:

The Contractor shall replace the pavement markings, as described in “Final Pavement Striping”. To ensure that the pavement markings are correctly installed, the Contractor shall document the pattern and location of the existing pavement markings. The Contractor shall give a copy of this documentation to the Resident Engineer, two (2) weeks prior to the time when the existing markings will be removed.

Final Pavement Striping:

The Contractor shall provide final pavement striping (under items 685.11M and 685.12M) within 48 hours of finishing the final top asphalt course. The Contractor shall place all final pavement striping except the crosswalks, stop bars, and turn arrows.

Page 37: CONTRACT AWARD NOTIFICATIONGROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 2 (Specific Project DOT:VPP) (continued) 18593a.doc/T06/map NOTE: See individual contract items

GROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 37 (Specific Project DOT:VPP)

(continued) 18593a.doc/T06/map

SPECIAL NOTES – REGION 6 – PROJECT 6V03.25 Coordination With Heater Scarification Project

The Vendor is made aware that immediately prior to this project a milling and heater scarification of the existing asphalt pavement project is to be completed at this same location. The work is scheduled to be completed sometime in August or September of 2003. The project in this Invitation for Bids is to be started within 14 calendar days of the completion of the milling and heater scarification project and progressed expeditiously until completed. The vendor shall coordinate their operations with the milling and heater scarification vendor. The Resident Engineer, Joseph Miletti, shall be the contact person for coordination. He may be reached at (607) 962-4639.

Coordination With Utilities

The Vendor shall schedule their operations such that emergency services (fire, police, ambulance) are maintained at all times. This may involve coordination with the City of Corning Police and Fire Departments, the Corning Hospital, and ambulance services. Access to commercial driveways shall be available at all times unless other suitable agreements are made with the owners. Access to residential driveways will be maintained whenever practical. Pedestrian access to commercial properties and private residences shall be maintained at all times unless suitable agreements are made with the owners.

Work Hours

In addition to other work hour restrictions contained in the General Information section of this IFB, work shall not be permitted on the following dates: July 26, August 9, September 13 and September 18 Night work is prohibited unless agreed to by the Vendor and Department of Transportation.

REGION 9 – PROJECTS 9042.54 AND 9T03.12 PERMANENT EPOXY REFLECTORIZED PAVEMENT MARKINGS:

Where indicated herein, the Vendor shall apply permanent epoxy reflectorized long line pavement markings in accordance with Section 685 - EPOXY REFLECTORIZED PAVEMENT MARKINGS of the Standard Specifications and preformed reflectorized stripes, letters and symbols markings in accordance with Section 688 - PREFORMED REFLECTORIZED PAVEMENT MARKINGS of the Standard Specifications. The final pavement marking pattern shall conform with the requirements of the NYSMUTCD and correspond exactly with the existing pavement marking pattern. It is the Vendor's responsibility to locate and record the existing pavement marking pattern for replication. Long line pavement markings shall be 100 mm wide and 0.51 mm thick. Crosswalk lines, hatch lines, letters and symbols applied under this contract shall be the same dimensions as the existing crosswalk lines, hatch lines, letters and symbols. During the pavement marking operation, traffic will be maintained by the vendor in accordance with the Maintenance and Protection of Traffic requirements included herein. The vendor shall submit a proposed Maintenance and Protection of Traffic Plan to the Resident Engineer for approval. The plan may be based on Figures 302-8A, 302-12, 302-13A, and/or 302-19. The epoxy reflectorized and preformed pavement markings must be in place no later than 14 calendar days after completion of the paving.

HOT MIX ASPHALT OVERLAY SPLICE (REBATE) (ALL PROJECTS):

The vendor shall install hot mix asphalt overlay splices (pavement terminations) as per the Detail of Hot Mix Asphalt Overlay Splice. Hot mix asphalt overlay splices shall be installed at the areas indicated in the Location Table for Hot Mix Asphalt Overlay Splices. The cost for sawcutting, milling rebates, cleaning pavement in the splice area and tack coat shall be included in the price bid per metric ton of bituminous concrete. No separate payments shall be made for hot mix asphalt overlay splices. Immediately after the hot mix asphalt overlay splices are milled a temporary asphalt ramp and W4-1C-BUMP signs shall be installed at least 60 meters in advance of the ramp. A cone or drum shall be installed at the bump and be equipped with a Type A flashing warning light if left in place at night. The signs shall be installed on both sides of the roadway and shall remain in place until the paving is completed. No separate payment will be made for the W4-1C-BUMP signs or ramps. Cost shall be included in the price bid per metric ton of bituminous concrete.

Page 38: CONTRACT AWARD NOTIFICATIONGROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 2 (Specific Project DOT:VPP) (continued) 18593a.doc/T06/map NOTE: See individual contract items

GROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 38 (Specific Project DOT:VPP)

(continued) 18593a.doc/T06/map

DETAIL OF HOT MIX ASPHALT OVERLAY SPLICE

EDGE OF PAVEMENT

45° OR AOBE

EXISTING PAVEMENT CENTERLINE

NEW OVERLAY

9M TRANSITION LENGTH SAWCUT

PLAN

5 m TRANSITION

TOP COURSE SAWCUT

SAME THICKNESS AS TOP COURSE

4m MILLED REBATE

TRUING & LEVELING COURSE

TACK COAT

SECTION

Page 39: CONTRACT AWARD NOTIFICATIONGROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 2 (Specific Project DOT:VPP) (continued) 18593a.doc/T06/map NOTE: See individual contract items

GROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 39 (Specific Project DOT:VPP)

(continued) 18593a.doc/T06/map

SUPERPAVE HOT MIX ASPHALT: The following are design criteria for SUPERPAVE Hot Mix Asphalt Items for projects contained in this Invitation for Bids:

SUPERPAVE Hot Mix Asphalt Design Criteria: Project Number

Item

80kN ESALs

PG Binder

1T03.13 402.097301M <3.0M PG 64-28 1T03.22 402.097301M <3.0M PG64-28

402.018901M 1T03.42 402.098301M <3.0M PG64-28

402.018901M 1T03.51 402.128201M <10.0M PG64-28

402.058901M 1T03.61 402.127201M <10.0M PG64-28

402.018901M 1T03.71 402.098301M <3.0M PG64-28

402.018901M 1T03.83 402.097301M <3.0M PG64-28

4390.36 402.126201M <30.0M PG64-28

402.017901M <30.0M PG64-28

6V03.25 04402.067201M <10.0M PG64-28

8071.03 402 126101M <3.0M PG70-22 402.058901M

And 402.126101M <10.0M PG70-22

9042.54 04402.067201M <10.0M PG64-28 9T03.12 04402.067201M <10.0M PG64-28 9T03.21 402.097301M <10.0M PG64-28

402.018901M <10.0M PG64-28 9T03.22 402.097301M <3.0M PG64-28

402.018901M <3.0M PG64-28 9T03.23 402.097301M <3.0M PG64-28

402.018901M <3.0M PG64-28

Page 40: CONTRACT AWARD NOTIFICATIONGROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 2 (Specific Project DOT:VPP) (continued) 18593a.doc/T06/map NOTE: See individual contract items

GROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 40 (Specific Project DOT:VPP)

(continued) 18593a.doc/T06/map

PROJECT DIMENSIONS: Information on pavement and shoulder widths for Department of Transportation Bituminous Concrete Delivered Contracts are listed for information purposes only. The dimensions listed are the best information available, but 100% accuracy is not guaranteed. Bidders should visit the project site to confirm the dimensions given and familiarize themselves with the project particulars before submitting a bid. The Department assumes no responsibility for erroneous information listed herein. The pavement width listed is the total width of all the travel lanes. The shoulder width is for one shoulder only.

Project Number

Item

Resurfacing Depth (mm)

Pavement Width (m)

Lane Width (m)

Shoulder Width (m)

Number Lanes

1T03.13 402.097301M 50 6.7 3.3 0.8 2 1T03.22 402.097301M 40 6.7 3.4 0.6-1.2 2

402.018901M varies 1T03.42 402.098301M 40 7.3 3.7 0.9 2

402.018901M 25 1T03.51 402.128201M 50 11.0 3.7 0.0 3

402.058901M necessary 490.10M 50 11.0 3.7 0.0 3

1T03.61 402.127201M 40 7.3-14.6 3.4-3.7 0.9-1.8 2-4 402.018901M T&L

1T03.71 402.098301M 40 6.7 3.4 1.5 2/4 402.018901M 25 6.7 3.4 1.5 2/4

1T03.83 402.097301M 40 6.7 3.4 varies 2

4390.36 402.126201M 50 11.0 3.7 1.8 lt and 3.0 rt 3 402.017901M 40 11.0 3.7 1.8 lt and 3.0 rt 3

6V03.25 04402.067201M 20 14.4 3.6 0.7 4

8071.03 402 126101M 40 6.7 3.3 0.6 2.0 402.058901M 25 6.7 3.3 0.6 2.0

And 402.126101M 40 9.1 3.6 2.4 2.0

9042.54 04402.067201M 19 13.4 3.4 0.0 4.0

9T03.12 04402.067201M 19 14.6 3.7 3.0 4.0

9T03.21 402.097301M 25 7.3 3.7 2.4 2.0 402.018901M 19

9T03.22 402.097301M 25 6.1 3.0 0.9 2.0 402.018901M 19

9T03.23 402.097301M 25 6.1 3.0 1.2 2.0 402.018901M 19

Page 41: CONTRACT AWARD NOTIFICATIONGROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 2 (Specific Project DOT:VPP) (continued) 18593a.doc/T06/map NOTE: See individual contract items

GROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 41 (Specific Project DOT:VPP)

(continued) 18593a.doc/T06/map

REBATE TABLE

Project Location Width 1T03.13 RM 1100 10 1T03.13 RM 1126 10 1T03.22 RM 1099, Route 9N 9.1 1T03.22 RM 1132, Route 9N 9.1 1T03.42 RM 2187+175' Route 2 at Bridge 10.1 1T03.42 RM 2131-145', Route 2 Grafton 9.1 1T03.61 RM 1000 - Route 5 13.4 1T03.61 RM 1008 - Consaul Rd 12.5 1T03.71 RM 2155 9.8 1T03.71 RM 2171 9.8 1T03.83 RM 40 1802 1309 10 1T03.83 RM 40 1802 1325 10 1T03.83 RM 149 1802 1229 10

Distance from Rebate to

Beginning of gore (m) 4390.36 Ramp DF(I390 SB) 9 Ramp DF - 39 4390.36 Ramp DC(I390 SB) 9.3 Ramp DC - 25 4390.36 Ramp BD(I390 SB) 9 Ramp BD - 53 4390.36 Ramp ED(I390 SB) 9.3 Ramp ED - 34 4390.36 Ramp EC(I390 SB) 9.3 Ramp EC - 53 4390.36 Ramp FD(I390 SB) 9.3 Ramp FD - 46 4390.36 Ramp FC(I390 SB) 9 Ramp FC - 69 4390.36 Ramp GF/GG(I390 SB) 13.2 Ramp GF - 166, Ramp GG - 100 4390.36 Ramp DE(I390 NB) 9.3 Ramp DE - 47 4390.36 Ramp DA(I390 NB) 9 Ramp DA - 53 4390.36 Ramp EA(I390 NB) 9 Ramp EA - 153 4390.36 Ramp EB(I390 NB) 9 Ramp EB - 93 4390.36 Ramp FA(I390 NB) 9 Ramp FA - 117 4390.36 Ramp GA(I390 NB) 9 Ramp GA - 139 4390.36 Ramp GB(I390 NB) 9.3 Ramp GB - 67 4390.36 RM 390 4301 1035 (NB & SB) 2 @ 16 each 4390.36 RM 390 4301 1002 (NB & SB) 2 @ 16 each 6V03.25 RM 17-6404-2007 (+73M) 18.7 6V03.25 RM 17-6404-2023 (-6M) 18.4 8071.03 164 8401 1000 Begin 7.9 8071.03 164 8401 1010(RR) 7.9 8071.03 164 8401 1010(RR) 7.9 8071.03 164 8401 1017 End 7.9

Page 42: CONTRACT AWARD NOTIFICATIONGROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 2 (Specific Project DOT:VPP) (continued) 18593a.doc/T06/map NOTE: See individual contract items

GROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 42 (Specific Project DOT:VPP)

(continued) 18593a.doc/T06/map

REBATE TABLE (Cont'd)

Project Location Width & 8071.03 RM 22 8403 1115 Begin 13.9 8071.03 RM 22 8403 1119 Stop 13.9 8071.03 RM 22 8403 1124 Resume 13.9 8071.03 RM 22 8403 1149 End 13.9 9042.54 RM 26 9101 1087 13.4 9042.54 RM 26 9101 1079 13.4 9T03.12 RM 434 9102 1000 20.7 9T03.12 RM 434 9102 1036 20.7 9T03.21 RM 12 9202 1190 12.2 9T03.21 RM 12 9202 1222 12.2 9T03.22 RM 80 9203 1042 8.5 9T03.22 BIN 1030700 8.5 9T03.22 BIN 1030700 8.5 9T03.22 BIN 1030710 8.5 9T03.22 BIN 1030710 8.5 9T03.22 RM 80 9203 1095 8.5 9T03.23 RM 320 9201 1001 11 9T03.23 RM 320 9201 1035 8.5

Page 43: CONTRACT AWARD NOTIFICATIONGROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 2 (Specific Project DOT:VPP) (continued) 18593a.doc/T06/map NOTE: See individual contract items

GROUP 31503 - BITUMINOUS CONCRETE HOT MIX ASPHALT AWARD PAGE 43 (Specific Project DOT:VPP)

(continued) 18593a.doc/T06/map

State of New York

Office of General Services PROCUREMENT SERVICES GROUP

Contract Performance Report Please take a moment to let us know how this contract award has measured up to your expectations. If reporting on more than one contractor or product, please make copies as needed. This office will use the information to improve our contract award, where appropriate. Comments should include those of the product’s end user. Contract No.: Contractor. Describe Product* Provided (Include Item No., if available): *Note: “Product” is defined as a deliverable under any Bid or Contract, which may include commodities (including

printing), services and/or technology. The term “Product” includes Licensed Software.

Excellent Good Acceptable Unacceptable • Product meets your needs • Product meets contract specifications • Pricing CONTRACTOR Excellent Good Acceptable Unacceptable • Timeliness of delivery • Completeness of order (fill rate) • Responsiveness to inquiries • Employee courtesy • Problem resolution Comments: (over) Agency: Prepared by: Address: Title: Date: Phone: E-mail: Please detach or photocopy this form & return by FAX to 518/474-2437 or mail to:

OGS PROCUREMENT SERVICES GROUP Customer Services, Room 3711

Corning 2nd Tower - Empire State Plaza Albany, New York 12242

* * * * *