+ All Categories
Home > Documents > CONTRACT AWARD NOTIFICATION · 18403.127302M Superpave Low Volume 12.5 mm F3 w/nuclear density...

CONTRACT AWARD NOTIFICATION · 18403.127302M Superpave Low Volume 12.5 mm F3 w/nuclear density...

Date post: 19-Jul-2020
Category:
Upload: others
View: 0 times
Download: 0 times
Share this document with a friend
47
(continued) 10923ta.doc.10md 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 (Specific Project - VPP-DOT) Award Number : 4335-RP Contract Period : March 1, 2000 to December 31, 2000 Bid Opening Date : December 21, 1999 Date of Issue : March 2, 2000 Specification Reference: SPEC-810 dated October 7, 1999 and as amended in the Invitation for Bids and Purchasing Memoranda dated December 13, 1999 Address Inquiries To: All State Agencies Name : Title : Phone : Fax : E-mail : Christine Hyer Purchasing Officer I 518-474-7273 518-474-1160 [email protected] Description 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 placed 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 lots, tennis courts, sidewalks, bike paths, and for patching same. PR # 10923-T
Transcript
Page 1: CONTRACT AWARD NOTIFICATION · 18403.127302M Superpave Low Volume 12.5 mm F3 w/nuclear density monitoring 18403.218902M Superpave Truing and Leveling 18403.196902M Superpave HMA Binder

(continued)10923ta.doc.10md

State of New York Executive DepartmentOffice Of General Services

Procurement Services GroupCorning Tower Building - 38th Floor

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

CONTRACT AWARD NOTIFICATION

Title : Group 31503 - BITUMINOUS CONCRETE (Specific Project - VPP-DOT)

Award Number : 4335-RP

Contract Period : March 1, 2000 to December 31, 2000

Bid Opening Date : December 21, 1999

Date of Issue : March 2, 2000

Specification Reference: SPEC-810 dated October 7, 1999 and asamended in the Invitation for Bids andPurchasing Memoranda dated December 13,1999

Address Inquiries To:

All State AgenciesName :Title :Phone :Fax :E-mail :

Christine HyerPurchasing Officer [email protected]

Description

Bituminous concrete is a mixture of stone of various sizes and liquid bituminous material. Themixture is heated and proportioned in a bituminous concrete plant and placed and compacted ona road in a heated state. Once the material cools it becomes a hard durable material. Bituminousconcrete is used for roads, parking lots, tennis courts, sidewalks, bike paths, and for patchingsame.

PR # 10923-T

Page 2: CONTRACT AWARD NOTIFICATION · 18403.127302M Superpave Low Volume 12.5 mm F3 w/nuclear density monitoring 18403.218902M Superpave Truing and Leveling 18403.196902M Superpave HMA Binder

GROUP 31503 - BITUMINOUS CONCRETE AWARD PAGE 2 (Specific Projects for VPP-DOT

(continued)10923ta.doc/10md

CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED.IDENT.#

PC56057 A. L. BLADES & SONS, INC. 607/324-3636 1607987627610 COUNTY RTE. 65 Robert Blades, Jr.PO BOX 590 FAX NO. 607/324-0998HORNELL, NY 14843-0590 E-mail: [email protected]

PC56058 AMERICAN PAVING & 716/741-2649 161242855 SB EXCAVATING, INC. Guy R. Berberick

5880 THOMPSON RD. FAX NO. 716/741-2218CLARENCE CENTER, NY 14032

PC56059 AMHERST PAVING INC. 716/834-4961 161143301 SB 330 MEYER RD. David R. Roetzer

AMHERST, NY 14226 FAX NO. 716/838-6016

PC56060 AVELLO BROTHERS 914/454-3650 141537061 SB CONTRACTORS, INC. William Avello

60 FULTON STREET FAX NO. 315/652-4590POUGHKEEPSIE, NY 12603

PC56061 BARRETT PAVING 315/652-4585 133003901MATERIALS, INC. Willard Palmer4530 WETZEL ROAD Frank SimmonsLIVERPOOL, NY 13090 FAX NO. 315/652-4590

E-mail: [email protected]

PC56062 BARRETT PAVING 315/788-2037 133003901MATERIALS, INC. Philip A. Royce26572 NYS RT. 37 William HarzinskiWATERTOWN, NY 13601 FAX 315/786-0748

Web Site: www.barretpaving.com

PC56063 BARRETT PAVING 315/737-2000 133003901MATERIALS, INC. Robert FriedlinePO BOX 400 Scot A. OwensWASHINGTON MILLS, NY 13479 FAX NO. 315/737-1249

PC56064 BILOTTA CONSTRUCTION CORP. 914/835-3263 132500060 SB 162 CROTONA AVENUE Antoinette Bilotta

HARRISON, NY 10528 FAX NO. 914/835-1021

PC56065 CALLANAN INDUSTRIES, INC. 518/374-2222 x240 1415392611245 KINGS ROAD Jonas E. Havens P.E.PO BOX 15097 FAX NO. 518/381-6779ALBANY, NY 12212-5097 E-mail: [email protected]

PC56214 CHEMUNG CONTRACTING CORP. 607/737-6200 1608068632105 S. BROADWAY David J. DalrymplePINE CITY, NY 14871 FAX NO. 607/737-1056

Page 3: CONTRACT AWARD NOTIFICATION · 18403.127302M Superpave Low Volume 12.5 mm F3 w/nuclear density monitoring 18403.218902M Superpave Truing and Leveling 18403.196902M Superpave HMA Binder

GROUP 31503 - BITUMINOUS CONCRETE AWARD PAGE 3 (Specific Projects for VPP-DOT

(continued)10923ta.doc/10md

CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED.IDENT.#

PC56066 COBLESKILL STONE PRODUCTS, INC. 518/234-0221 X229 141646795BARNERVILLE ROAD Shane J. StrongPO BOX 220 FAX NO. 518/234-0226COBLESKILL, NY 12043

PC56068 HANSON AGGREGATES 315/469-5501 160928494NEW YORK, INC. Anthony J. Dierretta4800 JAMESVILLE ROAD FAX NO. 315/469-5587PO BOX 513JAMESVILLE, NY 13078

PC56069 JANIK PAVING & 716/649-9212 161026312 SB CONSTRUCTION INC. William Janik

97 EVANS STREET FAX NO. 716/649-6756PO BOX 706 E-mail: [email protected], NY 14075-0706

PC56071 KEELER CONSTRUCTION CO., INC. 716/589-4481 160844121 SB 13519 W. LEE ROAD Mark D. Keeler

ALBION, NY 14411 FAX NO. 716/589-1160

PC56072 KUBRICKY CONSTRUCTION CORP. 518/792-5864 141491816PO BOX 3202 William DonnellyGLENS FALLS, NY 12801-7202 FAX NO. 518/792-2458

PC56073 L. C. WHITFORD MATERIALS 716/593-3601 161276341CO., INC. L. Chandler Whitford164 N. MAIN STREET FAX NO. 716/593-1876WELLSVILLE, NY 14895

PC56074 MT. HOPE ROCK PRODUCTS, INC. 973/336-7741 X305 222366485625 MT. HOPE ROAD John Perrucci, Jr.WHARTON, NJ 07885 FAX NO. 973/366-8501

PC56075 NEWBORN CONSTRUCTION, INC. 800/698-6048 112914636 SB 55 CLINTON STREET 631/878-6666 X30

PO BOX 624 James LeffertsCENTER MORICHES, NY 11934 FAX NO. 631/878-6997

E-mail: [email protected]

PC56076 PALEEN CONSTRUCTION CORP. 914/962-4582 132578660 SB MILL POND OFFICES - SUITE 102 Theresa Van Zandt

293 ROUTE 100 FAX NO. 914/277-8306SOMERS, NY 10589DISC.: 1/4% - 15 DAYS

PC56077 PECKHAM ROAD CORPORAITON 518/747-3353 133493213438 VAUGHN ROAD Michael TobenHUDSON FALLS, NY 12839 FAX NO. 518/747-4006

Page 4: CONTRACT AWARD NOTIFICATION · 18403.127302M Superpave Low Volume 12.5 mm F3 w/nuclear density monitoring 18403.218902M Superpave Truing and Leveling 18403.196902M Superpave HMA Binder

GROUP 31503 - BITUMINOUS CONCRETE AWARD PAGE 4 (Specific Projects for VPP-DOT

(continued)10923ta.doc/10md

CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED.IDENT.#

PC56078 PETER LUIZZI & BROS. CONST., INC. 518/482-8954 141513612 SB 86 WATERVLIET AVENUE Kim Luizzi WBE ALBANY, NY 12206 FAX NO. 518/482-4847

PC56079 RITANGELA CONSTRUCTION CORP. 914/623-8922 150621210 SB 176 RTE. 304 Bernard M. Badami

PO BOX 9153 FAX NO. 914/627-3710BARDONIA, NY 10954

PC56080 SANTARO INDUSTRIES, INC. 315/463-3000 1612752686755 MANLIUS CENTER ROAD Michael SantaroEAST SYRACUSE, NY 13057 FAX NO. 315/463-4412

PC56215 SCL VENTURES 518/294-9964 X4202 141775390 SB PO BOX 191 Martin A. Galasso

MECHANICVILLE, NY 12118 FAX NO. 518/294-9951

PC56081 SUIT-KOTE CORPORATION 607/753-1100 X332 1611771891911 LORINGS CROSSING ROAD 607/622-5636 X332CORTLAND, NY 13045 Mark Edsall

FAX NO. 607/758-9760E-mail: [email protected]

PC56082 THALLE INDUSTRIES, INC. 914/896-5156 133277028 SB 2901 RTE. 9 Wayne Akstin

FISHKILL, NY 12524 FAX NO. 914/896-5174DISC.: 1/2% - 15 DAYS E-mail: [email protected] 1/2% - 30 DAYS

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

AGENCIES SHOULD NOTIFY THE PROCUREMENT SERVICES GROUP PROMPTLY IF THE CONTRACTORFAILS TO MEET THE DELIVERY TERMS OF THIS CONTRACT. PRODUCT WHICH DOES NOT COMPLYWITH THE SPECIFICATIONS OR IS OTHERWISE UNSATISFACTORY TO THE AGENCY SHOULD ALSO BEREPORTED TO THE PROCUREMENT SERVICES GROUP.

NOTE TO AGENCY:The letters SB listed under the Contract Number indicate the contractor is a small business. Additionally, the

letters MBE and WBE indicate the contractor is a Minority-owned Business Enterprise and/or Woman-ownedBusiness Enterprise, respectively.

NOTE TO ALL CONTRACT USERS:The terms and conditions of the 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 apurchase order.

Page 5: CONTRACT AWARD NOTIFICATION · 18403.127302M Superpave Low Volume 12.5 mm F3 w/nuclear density monitoring 18403.218902M Superpave Truing and Leveling 18403.196902M Superpave HMA Binder

GROUP 31503 - BITUMINOUS CONCRETE AWARD PAGE 5 (Specific Projects for VPP-DOT

(continued)10923ta.doc/10md

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 per metric ton also includes treating theexisting bituminous concrete surface (and any surfaces included in this contract that will be overlayed by thiscontract) with bituminous tack coat. "RAP" mixtures must be equal to virgin asphalt mixtures. If "RAP"mixture offered is not approved or not available when material is required, the vendor will furnish a virgin asphaltmixture at the "RAP" price bid.

The vendor is to furnish all necessary labor and equipment to complete the indicated projects except that theState will supervise and control the operation. Permanent pavement striping will be the responsibility of the Stateupon completion of the paving after the vendor has vacated the project site. The equipment supplied to place theasphalt concrete shall meet the requirements of Section 401 of the New York State Department of TransportationStandard Specifications. The equipment supplied to place the tack coat shall meet the requirements of Section407 of the New York State Department of Transportation Standard Specifications.

Bituminous pavers shall meet the requirements of Section 401-3.05, Bituminous Pavers, of the New YorkDepartment of Transportation Standard Specifications. Compaction equipment shall meet the requirements ofSection 401-3.12 of the Specification. All necessary operators shall be supplied along with the bituminous paver,rollers and distributor.

The approved bituminous spreader shall be capable of simultaneously paving the travel lanes and theshoulders. All personnel supplied for the paving shall be qualified and experienced in bituminous concrete paving.

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

403.130001M Type 3 Binder403.150001M Type 5 Shim403.160001M Type 6 Top403.170001M Type 6F Top18403.170102M Type 6F1 Downstate High Volume18403.170202M Type 6F2 Upstate High Volume403.180001M Type 7 Top403.190001M Type 7F Top18403.190102M Type 7F1 Downstate High Volume18403.190202M Type 7F2 Upstate High Volume403.210001M Truing and Leveling18403.096102M Superpave Downstate High Volume 9.5 mm F1 w/nuclear density

monitoring correlated to test section cores18403.096202M Superpave Upstate High Volume 9.5 mm F2 w/nuclear density

monitoring correlated to test section cores18403.096302M Superpave Low Volume 9.5 mm F3 w/nuclear density monitoring

correlated to test section cores18403.097102M Superpave Downstate High Volume 12.5 mm F1 w/nuclear density

monitoring18403.097202M Superpave Upstate High Volume 12.5 mm F2 w/nuclear density

monitoring18403.097302M Superpave Low Volume 12.5 mm F3 w/nuclear density monitoring18403.126102M Superpave Downstate High Volume 12.5 mm F1 w/nuclear density

monitoring correlated to test section cores18403.126202M Superpave Upstate High Volume 12.5 mm F2 w/nuclear density

monitoring correlated to test section cores

Page 6: CONTRACT AWARD NOTIFICATION · 18403.127302M Superpave Low Volume 12.5 mm F3 w/nuclear density monitoring 18403.218902M Superpave Truing and Leveling 18403.196902M Superpave HMA Binder

GROUP 31503 - BITUMINOUS CONCRETE AWARD PAGE 6 (Specific Projects for VPP-DOT

(continued)10923ta.doc/10md

MATERIAL DESCRIPTIONS: (Cont'd)The following are the material descriptions of items that may be included in this contract:

18403.126302M Superpave Low Volume 12.5 mm F3 w/nuclear density monitoringcorrelated to test section cores

18403.127102M Superpave Downstate High Volume 12.5 mm F1 w/nuclear densitymonitoring

18403.127202M Superpave Upstate High Volume 12.5 mm F2 w/nuclear densitymonitoring

18403.127302M Superpave Low Volume 12.5 mm F3 w/nuclear density monitoring18403.218902M Superpave Truing and Leveling18403.196902M Superpave HMA Binder Course, 19.0 mm18403.256902M Superpave HMA Binder Course, 25.0 mm

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 Sections403-4, 403-5, and EI98-041.

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 35 6 35 7 35 8 40 9 3510 6511 75

PRICE ADJUSTMENTS:

1. Price adjustments allowed will be based on the November 1, 1999 average of the F.O.B. terminal price permetric 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 ofTransportation based on prices of preapproved primary sources of performance graded binder in accordancewith the New York State Department of Transportation Standard Specification.

The November 1, 1999 average is $148.00.

NOTE: The same grade of asphalt cement used in establishing the base average F.O.B. terminal price shall beused 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 sourcesdiscontinue posting a price for asphalt cement, the base average F.O.B. terminal price shall not be recalculated.

Page 7: CONTRACT AWARD NOTIFICATION · 18403.127302M Superpave Low Volume 12.5 mm F3 w/nuclear density monitoring 18403.218902M Superpave Truing and Leveling 18403.196902M Superpave HMA Binder

GROUP 31503 - BITUMINOUS CONCRETE AWARD PAGE 7 (Specific Projects for VPP-DOT

(continued)10923ta.doc/10md

PRICE ADJUSTMENTS: (Cont'd)

2. Price adjustments will be in accordance with the formula below and will be effective for deliveries made onand after the first of the month.

3. The unit prices per metric ton of bituminous concrete material purchased from any award based on thisspecification will be subject to adjustment based on the following formula:

Price Adj. = New Monthly Average - Base Average F.O.B. X Total % Asphalt Plus(per metric F.O.B. Terminal Price Terminal Price ($148.00) Fuel Allowance ton)

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 ofTransportation 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 November 1, 1999.

TOTAL % ASPHALT PLUS FUEL:The percentage of total allowable asphalt and fuel for each item is as follows:

Total % AsphaltItem % Asphalt +Fuel Allowance plus Fuel Allowance

302.01M 3.75 - 3.75%403.110001M 5.00 1 6.00%403.110001M (Recycled) 3.10 1 4.10%403.120001M 3.50 1 4.50%403.130001M 5.50 1 6.50%403.130001M (Recycled) 3.60 1 4.60%403.150001M 8.25 1 9.25%403.160001M 6.40 1 7.40%403.160001M (Recycled) 4.50 1 5.50%403.170001M 6.40 1 7.40%18403.17XX02M 6.40 1 7.40%403.180001M 7.00 1 8.00%403.190001M 7.00 1 8.00%18403.19XX02M 7.00 1 8.00%18403.09XX02M 6.40 1 7.40%18403.12XX02M 5.20 1 6.20%18403.218902M 5.20 1 6.20%18403.25XX02M 4.00 1 5.00%18403.37XX02M 4.00 1 5.00%

EXAMPLE: Item 403.160001M

Base Average Price = $150.00New Average Price = $160.00Total % Asphalt plus Fuel = 7.4%

$160.00 - $150.00 x 0.074 = +$0.74 per metric ton

Page 8: CONTRACT AWARD NOTIFICATION · 18403.127302M Superpave Low Volume 12.5 mm F3 w/nuclear density monitoring 18403.218902M Superpave Truing and Leveling 18403.196902M Superpave HMA Binder

GROUP 31503 - BITUMINOUS CONCRETE AWARD PAGE 8 (Specific Projects for VPP-DOT

(continued)10923ta.doc/10md

PRICE ADJUSTMENTS: (Cont'd)

+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.

NOTE:Base materials are represented by XX in the third and fourth place after the decimal.

All materials with identical numbers preceding the decimal and identical first and second number afterthe decimal receive the price adjustment shown for the base material.

Positive Price Adjustment number shall be added to original per metric ton Bid Price.

Negative Price Adjustment number shall be subtracted from original per metric ton Bid Price.

4. Price adjustments allowed by this contract shall be calculated and applied to the original prices. There willnot 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.

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

7. Price adjustment shall be published by the State and issued to all contract holders, whose responsibility willbe to attach the appropriate state notification (based on when the work was performed) to the paymentinvoice submitted to agency.

8. Work performed after the expiration of the contract, where no extension has been granted, resultant frompurchase orders placed prior to expiration of the contract will receive the price adjustments in effect the lastmonth of the contract.

Price adjustment for any contracts that are extended will be based on the new average for the month in whichthe work is done applying the same base established for that contract.

DELIVERY:Delivery shall be made as specified and in accordance with instructions furnished with each order, unless

otherwise directed in writing. A weight slip is required with each delivery. Invoice must be sent promptly by thecontractor to the Regional Office of the region to which the material is shipped, or to the Agency placing the order.The material shall be delivered at a minimum rate of 80 metric tons (Mg) per hour unless otherwise indicated orordered by the Engineer.

This minimum delivery rate shall be computed for each hour that material is to be placed by the State orPolitical Subdivision as determined by the Engineer. It shall not be an average delivery rate for the day or any partof the day.

Material is to be furnished, delivered and dumped in spreading machines furnished and operated by the Stateor Political Subdivision, at a minimum rate of 80 metric tons (Mg) per hour, unless otherwise indicated or orderedby the Engineer.

Page 9: CONTRACT AWARD NOTIFICATION · 18403.127302M Superpave Low Volume 12.5 mm F3 w/nuclear density monitoring 18403.218902M Superpave Truing and Leveling 18403.196902M Superpave HMA Binder

GROUP 31503 - BITUMINOUS CONCRETE AWARD PAGE 9 (Specific Projects for VPP-DOT

(continued)10923ta.doc/10md

EQUIPMENT REQUIREMENTS:Equipment to be furnished by the contractor will be specified. All equipment shall meet the requirements in

Section 400 of the Specification. All bituminous spreaders shall be equipped with approved automatic transverseslope and longitudinal grade screed controls as specified in sub-Section 401-3.05. Pavers shall be equipped withhydraulically operated extensions and approved joint matching shoes and/or 9.2 meter (30 foot) long movingreferences, such as floating beams or skis as appropriate.

***Special Note***The contractor is responsible for providing fuel for the operation of all contractor-supplied equipment.

DEFAULT:Paragraph 45 of the General Specifications is modified as follows: Failure to furnish materials within ten

days or as agreed upon with authorized representative after receiving order, or violation of shipping instructions,shall be cause for and entitle the State (1) to damages which in its judgment have resulted, and/or (2) to purchase inthe open market at the expense of the contractor. At the discretion of the State, one or both of these courses ofaction may be followed.

ITEM SUBSTITUTIONS:If, due to operating considerations, an Item ordered under contracts which use this specification is

temporarily unavailable, the vendor, with the permission of the purchasing agency, may substitute higher qualityItems at no additional cost to the purchasing agency. The following substitutions are allowed:

Allowable For:Substitution: 403.160001M 403.170001M 403.180001M 403.190001M

403.170001M X18403.170202M X X18403.170102M X X

403.190001M X18403.190202M X X18403.190102M X X

18403.218202M X X

18403.126302M X X18403.126202M X X18403.126102M X X

18403.096302M X X18403.096202M X X18403.096102M X X

No other substitutions are allowed without the written permission of the Resident Engineer or representativeof the purchasing agency except as provided for elsewhere under the Recycle (RAP) option and the Crushed Glassoption.

Page 10: CONTRACT AWARD NOTIFICATION · 18403.127302M Superpave Low Volume 12.5 mm F3 w/nuclear density monitoring 18403.218902M Superpave Truing and Leveling 18403.196902M Superpave HMA Binder

GROUP 31503 - BITUMINOUS CONCRETE AWARD PAGE 10 (Specific Projects for VPP-DOT

(continued)10923ta.doc/10md

INSURANCE:The Vendor shall procure and maintain at their own expense Worker's Compensation Insurance and Liability

and Property Damage Insurance in accordance with Section 107-06 Insurance of the Standard Specifications. Acorrectly completed Certificate of Insurance showing the procurement of all necessary insurance shall be submittedby the vendor to the Resident Engineer prior to the start of paving. Failure to submit the Insurance Certificate willresult in termination of the contract. Forms shall be provided to the vendor by the Resident Engineer at the pre-paving conference.

RESTORATION OF DISTURBED AREAS:During the course of the work the Vendor shall take reasonable care not to disturb areas outside the existing

pavement. Any areas disturbed by the Vendor shall be returned to their original condition at no expense to the State.Any and all debris generated as part of the work shall be removed by the vendor upon completion of the project.

SUPERVISION:The Department of Transportation shall provide supervision for the paving operation. The Resident Engineer

shall designate a Paving Supervisor and that person shall be in responsible charge of the operation. The followingportions of Section 105 - CONTROL OF WORK of the Standard Specifications shall apply to these projects: 105-01STOPPING WORK, 105-08 COOPERATION BY THE CONTRACTOR, 105-15 CONTRACTOR'SRESPONSIBILITY FOR WORK.

PRE-PAVING CONFERENCE:The Vendor shall schedule a Pre-Paving Conference with the affected Resident Engineer within one month after

the award of the Contract and at least two weeks prior to the start of the paving. At this conference the Vendor shallpresent their proposed paving schedule, equipment, proposed tack coat application procedure and pavingprocedure, and Maintenance and Protection of Traffic Plan to the State for approval. At least one week prior to thestart of paving, the vendor shall coordinate the details of the paving with the Resident Engineer.

WORK HOURS:Work shall not be permitted on Sundays and Holidays. If the Vendor desires to work overtime on other days,

they must obtain dispensation from the NYS Labor Department.

TACK COAT:The vendor shall provide and apply bituminous tack coat to all existing bituminous surfaces to be

overlayed in this contract (and to all bituminous surfaces included in this contract that will be overalyed bythis contract). The tack coat shall meet the materials requirements in Section 407-2 of the StandardSpecifications. The application of tack coat shall comply with Section 407-3 of the Standard Specifications. Noseparate payment will be made for the tack coat. The cost of tack coat is included in the price per metric tonfor the bituminous concrete. Tack Coat shall be applied by the vendor to the original surface as well as theT & L surface (and any other surface placed under this award).

CONSTRUCTION DETAILS:The construction details shall comply with the requirements specified in Subsections 401-3.01 through 401-3.15

and 407-3.01 through 407-3.02 of the Standard Specifications. The Paving Supervisor shall have sole responsibilityfor determining compliance with the specifications. All orders given to the Vendor regarding construction detailsshall be considered final. The tack coat application rate shall be 0.14 to 0.32 liters per square meter asapproved by the Paving Supervisor. The pavement thicknesses and lane and shoulder widths shall be as specifiedelsewhere in the Invitation for Bids.

ATTENTION - Special Note:The vendor will not be responsible for the initial conditioning of the existing pavement and shoulder surfaces as

described in Section 401-3.07 of the NYSDOT Standard Specifications. Patching, joint repair, crack filling and theinitial surface cleaning will be done by NYSDOT forces prior to the VPP project. However, once the VPP overlayplacement begins, the vendor is responsible for keeping the pavement and shoulders clean until the overlayoperations are completed, as per Section 633-3.01 of the NYSDOT Standard Specifications.

Page 11: CONTRACT AWARD NOTIFICATION · 18403.127302M Superpave Low Volume 12.5 mm F3 w/nuclear density monitoring 18403.218902M Superpave Truing and Leveling 18403.196902M Superpave HMA Binder

GROUP 31503 - BITUMINOUS CONCRETE AWARD PAGE 11 (Specific Projects for VPP-DOT

(continued)10923ta.doc/10md

MAINTENANCE AND PROTECTION OF TRAFFIC: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 TrafficControl Devices (MUTCD). The Vendor shall submit a Maintenance and Protection of Traffic Plan for approvalto the Resident Engineer at the Pre-Paving Conference. Figures 302-8A, 302-12A, and 302-13 of the MUTCD maybe 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. Aminimum of three flaggers shall be provided while the paving operation is underway. One shall be stationed ateach end of the operation and one shall be stationed with the paver. The vendor shall station flaggers such thatcommunication is maintained between the flaggers. Hand signals, radios, or some other means of communicationmay be used subject to the approval of the Resident Engineer.

All costs for Maintenance and Protection of Traffic included flagging, pavement delineation, and constructionsigns are to be included in the price bid per metric ton. No separate payment shall be made.

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 ConstructionSigns:

Sign Minimum Size Location

ROAD CONSTRUCTION G11-1D On main line at start of projectNEXT________MILES in each direction.

END W8-2C On main line 150 meters after end of projectROAD WORK in each direction.

ROAD WORK W8-1D On main line 150 meters in advance of project500 FT. in each direction and on major intersectingroads

150 meters in advance of project.

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

Special Note for Region 8 VPP Projects:For Region 8 projects only, the vendor will not be responsible for providing or placing the permanent

Construction Signs as specified in Section 619-1 through 619-3 of the Standard Specifications and in the MUTCD.These signs will be left in place by the vendor performing the surface preparation work under a separate contract.However, the vendor under this contract shall maintain, cover and uncover these signs and shall maintain all othersigns as required by the MUTCD and the approved Maintenance and Protection of Traffic plan for the duration ofthe 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 ReflectorizedPavement Marking Tape as approved by the Resident Engineer, Removable Reflectorized Pavement Marking Tapelisted on the Department's Approved List, or Removable Raised Reflectorized Pavement Marker Units listed on theDepartment'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 ofpaint, marking tape, or enough markers to simulate a 600 mm mark shall be placed at 12 meter intervals betweenadjacent travel lanes along the roadway. The vendor shall not be required to remove the pavement delineation atthe end of the paving.

Page 12: CONTRACT AWARD NOTIFICATION · 18403.127302M Superpave Low Volume 12.5 mm F3 w/nuclear density monitoring 18403.218902M Superpave Truing and Leveling 18403.196902M Superpave HMA Binder

GROUP 31503 - BITUMINOUS CONCRETE AWARD PAGE 12 (Specific Projects for VPP-DOT

(continued)10923ta.doc/10md

Special Note: Special Maintenance and Protection of Traffic Signing (Region 7 only):For Region 7 VPP projects herein, contractors are advised that they 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 ofthe paving operation or as directed by the Resident Engineer. At no time will the main sign sequence be more than750 m from the paving operation.

Note: Special Maintenance and Protection of Traffic Requirements - Pilot Vehicle (Regions 2 and 7 only)For Region 2 and Region 7 VPP projects herein, the vendor shall provide sufficient two-way radio equipped

pilot vehicles to guide traffic around the paving work zone at a maximum of 30 kilometers per hour.

The pilot vehicle shall be equipped with construction signs meeting the requirements of Section 254.5 of theMUTCD:

Sign Minimum Size Location

PILOT VEHICLE G11-10C On the back of the pilot vehicle

The pilot vehicles shall have the name of the vendor prominently displayed.

All costs for Maintenance and Protection of Traffic including flagging, pavement delineation, constructionsigns and pilot vehicles shall be included in the price bid per metric ton. No separate payment shall be made.

Lane Closure Restrictions: Region 1 VPP Projects:There shall be no temporary lane closures on any Region 1 project on the following dates:

May 27-29, 2000July 1-4, 2000September 2-4, 2000October 7-9, 2000

May 26-28, 2001June 30-July 4, 2001September 1-3, 2001October 6-8, 2001

In addition, the following identifies time/day restrictions when temporary lane closures are not permitted onthe following Region 1 projects:

PROJECTNUMBER DESCRIPTION DAYS OF WEEK TIME RESTRICTIONS

1-5-3 Rte 911P Mon - Fri 7:00 AM - 9:00 AM and(Vischer Ferry Road) 3:00 PM - 6:00 PM

1-6-4 Rte 5 at Rte 103 Mon - Fri 6:00 AM - 8:00 AM and3:00 PM - 6:00 PM

1-6-5 Rte 50 at Socha Plaza Mon - Fri No Weekday lane closures.Sat - Sun By approval of the

Resident Engineer only.

Page 13: CONTRACT AWARD NOTIFICATION · 18403.127302M Superpave Low Volume 12.5 mm F3 w/nuclear density monitoring 18403.218902M Superpave Truing and Leveling 18403.196902M Superpave HMA Binder

GROUP 31503 - BITUMINOUS CONCRETE AWARD PAGE 13 (Specific Projects for VPP-DOT

(continued)10923ta.doc/10md

Lane Closure Restrictions: Region 8 VPP Projects: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.

C. On the following projects, there will be no lane closure from 7:00 AM to 9:00 AM and 4:00 PM to 6:00 PM,Monday through Friday inclusive.

Project County Route

8-2-8 Dutchess 3768-3-5 Putnam 68-3-8 Putnam Taconic Pkwy8-3-9 Dutchess Taconic Pkwy8-6-1 Rockland 458-7-1 Ulster 2098-7-3 Ulster 2098-8-1 Westchester 1008-8-2 Westchester 68-8-3 Westchester 35/1248-9-1 Westchester 9A

D. For all Region 8 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 contractor shall schedule operations in a manner that will guarantee adherence to these time restrictions.

E. In the portion of roadway available for travel, a minimum lane width of ten feet shall be maintained.

ASPHALT OVERLAY SPLICE (Region 8 Projects only):For projects in this Award in Region 8 only, the vendor shall install Asphalt Overlay Splices (commonly

referred to as rebates) as per the Detail of Asphalt Overlay Splice (Pavement Termination Detail). Locations of theSplices shall be as indicated in Note 1 below. The cost for installing the Splices is included in the price for theappropriate asphalt concrete items as indicated in Note 4 below. Notes 1 through 5 below apply to Region 8 projectsherein.

NOTES:1. Asphalt overlay splices shall be used at: ends of asphalt overlay sections, major intersections (as defined

under Maintenance and Protection of Traffic), and where ordered by the engineer in charge.

2. The transition length shall not be less than the value obtained by multiplying the effective overlay thickness(difference between the existing and the overlaid elevations) by four times the design speed in kilometersper hour or as ordered by the engineer in charge. The minimum transition length is ten meters.

EXAMPLE:If the design speed is 100 km/hr, effective overlay thickness = 50 mm, then the minimum transition length = 50mm x 4 x 100 = 20,000 mm = 20 m.

Page 14: CONTRACT AWARD NOTIFICATION · 18403.127302M Superpave Low Volume 12.5 mm F3 w/nuclear density monitoring 18403.218902M Superpave Truing and Leveling 18403.196902M Superpave HMA Binder

GROUP 31503 - BITUMINOUS CONCRETE AWARD PAGE 14 (Specific Projects for VPP-DOT

(continued)10923ta.doc/10md

ASPHALT OVERLAY SPLICE (Region 8 Projects only): (Cont'd)

3. The maximum depth of rebate is 65 mm and the minimum depth of rebate is 25 mm.

4. All surfaces of the asphalt overlay splice transition area shall be cleaned and tack-coated prior to asphaltplacement. The cost of saw cutting, milling rebates, tack coat and cleaning pavement in the asphalt overlaysplice transition area is included in the prices for the asphalt concrete items.

5. The saw cuts shall be made so that the point points upgrade.

ATTENTION - Special Note: WORK ZONE INTRUSION INITIATIVE:As part of the Department of Transportation’s Work Zone Intrusion Initiative, the following countermeasures

shall be applied to Vendor-Placed-Paving Projects in this Award:

Channelizing Device Spacing Reduction:A maximum channelizing device spacing of 12 m shall be provided at stationary work sites where workers are

exposed to traffic. This spacing shall be maintained a reasonable distance upstream of workers, and shall be usedthroughout the work zone.

Where tapers are located less than 150 m from the work site (300 m for high speeds) the 12 m spacing shall beused in the taper as well.

Drums or vertical panels are preferred for long-duration work zones, and at any locations where the risk ofintrusion is high. Traffic cones are normally adequate for work zones set up and removed on a daily basis.

In long lane or shoulder closures, at least two channelizing devices shall be placed transversely at maximum225 m intervals to discourage traffic from driving through the closed lane.

Frequent checks shall be made to reset channelizing devices dislodged by traffic.

Flagger Station Enhanced Setups:Additional cones and an F5-1 flag tree shall be used upstream of flagger stations to provide added warning to

drivers. These devices shall be used for flagger stations except those that are constantly moving or are in use at onelocation for no more than a few minutes. If the W8-22 Flagger sign is used, the additional cones and flag tree shallalso be used.

The detail “One-Lane Two-Way Traffic Control Flagger Stations Supplemented with Flag Tree and Cones”provides additional detail on the Flagger Station Enhanced Setup.

Temporary Rumble Strips:The Contractor shall apply temporary rumble strips at the beginning of the work zone in each direction of

travel according to the specification below. The Contractor may use either Raised Asphalt Rumble Strips or RaisedRemovable Tape Rumble Strips.

SPECIAL NOTE FOR REGION 8 VPP PROJECTS:For Region 8 projects only in this Award, the vendor will not be responsible for placing the temporary rumble

slips as specified in the Invitation for Bids. These rumble strips will be placed by the vendor performing the surfacepreparation work under a separate contract.

DESCRIPTION:This work shall consist of the installation, maintenance and subsequent removal of temporary rumble strips in

paving work zones at the locations indicated in the Invitation for Bids or as directed by the Engineer.

Page 15: CONTRACT AWARD NOTIFICATION · 18403.127302M Superpave Low Volume 12.5 mm F3 w/nuclear density monitoring 18403.218902M Superpave Truing and Leveling 18403.196902M Superpave HMA Binder

GROUP 31503 - BITUMINOUS CONCRETE AWARD PAGE 15 (Specific Projects for VPP-DOT

(continued)10923ta.doc/10md

MATERIALS:Rumble strips shall be either constructed in place from a raised strip of asphalt concrete or constructed in

place with removable pavement marking tape.

Raised removable tape rumble strips shall be formed from black non-reflectorized removable pavementmarking tape.

Raised asphalt rumble strips shall be formed from asphalt concrete meeting the requirements of Type 5 ShimCourse or Type 7 Top Course. Tack coat meeting the requirements of Materials Designation 702-90 AsphaltEmulsion Tack Coat shall be used to adhere the rumble strip to the existing pavement.

CONSTRUCTION DETAILS.

Raised Asphalt Rumble Strips:The roadway surface on which the rumble strips are to be attached shall be dry, free of surface contaminants

such as dust or oil, and shall be 8°C or greater unless otherwise authorized by the Engineer. The pavement surfaceshall be cleaned with compressed air just prior to tack coating and subsequent installation of rumble strips.

Temporary rumble strips shall be placed in a succession of three 6 Strip Patterns according to the attached“Suggested Layout Details - Temporary Rumble Strips.” Each strip shall be placed on three meter centers andtraversing the full width of each travel lane. On curbed roadways , rumble strips shall end a minimum of 0.9 metersfrom the curb so as to not interfere with drainage. Rumble strips shall be between 150 mm and 225 mm in width andhave a final compacted thickness of 10 mm ±3 mm.

Temporary rumble strips shall be formed using a specially constructed rumble strip paver (drag box) pulledtransversely across the pavement, or by hand placement between forms fixed to the pavement. If forms are used,they shall be removed prior to compaction of the asphalt mixture. Compaction shall be accomplished using a platetamper or a static roller.

Any raised rumble strips that fail to adhere to the pavement, or become damaged or flattened such that, in theopinion of the Engineer, they are no longer performing their intended function, shall be replaced or repaired by theContractor to the satisfaction of the Engineer. Any associated damage to the pavement shall also be repaired by theContractor to the satisfaction of the Engineer. These replacements or repairs shall be made at no additional expenseto the Purchasing Agency.

When directed by the Engineer, (e.g., prior to the start of the winter plowing season), or prior to the placementof successive pavement courses, the Contractor shall completely remove the rumble strips from the pavement.Rumble strips shall be removed upon completion of work and concurrently with the removal of other temporarytraffic control signs and devices. Any pavement that is damaged in the process of removing the rumble strips shallbe repaired by the Contractor to the satisfaction of the Engineer at no additional expense to the Purchasing Agency.

Raised Removable Tape Rumble Strips:The rumble strips shall be formed by applying one or more layers of removable preformed pavement marking

tape. The tape shall be applied to a clean, dry pavement surface in accordance with the manufacturer’srecommendations. The pavement surface shall be cleaned with compressed air just prior to application of the tape.

Temporary rumble strips shall be placed in a succession of three 6 Strip Patterns according to the attached“Suggested Layout Details - Temporary Rumble Strips.” Each strip shall be placed on three meter centers andtraversing the full width of each travel lane. On curbed roadways , rumble strips shall end a minimum of 0.9 metersfrom the curb so as to not interfere with drainage. Sufficient layers of tape shall be applied such that each finishedrumble strip has a thickness of 10 mm ± 3mm and is between 150 mm and 225 mm in width.

Page 16: CONTRACT AWARD NOTIFICATION · 18403.127302M Superpave Low Volume 12.5 mm F3 w/nuclear density monitoring 18403.218902M Superpave Truing and Leveling 18403.196902M Superpave HMA Binder

GROUP 31503 - BITUMINOUS CONCRETE AWARD PAGE 16 (Specific Projects for VPP-DOT

(continued)10923ta.doc/10md

CONSTRUCTION DETAILS. (Cont'd)

Raised Removable Tape Rumble Strips: (Cont'd)Any raised rumble strips that fail to adhere to the pavement, or become damaged or flattened such that, in the

opinion of the Engineer, they are no longer performing their intended function, shall be replaced or repaired by theContractor to the satisfaction of the Engineer. Any associated damage to the pavement shall also be repaired by theContractor to the satisfaction of the Engineer. These replacements or repairs shall be made at no additional expenseto the Purchasing Agency.

When directed by the Engineer, (e.g. prior to the start of the winter plowing season), or prior to the placementof successive pavement courses, the Contractor shall completely remove the rumble strips from the pavement.Rumble strips shall be removed upon completion of work and concurrently with the removal of other temporarytraffic control signs and devices. Any pavement that is damaged in the process of removing the rumble strips shallbe repaired by the Contractor to the satisfaction of the Engineer at no additional expense to the Purchasing Agency.

BASIS OF PAYMENT:All costs for the installation, maintenance and removal of temporary rumble strips shall be included in the

price bid per metric ton. No separate payment shall be made.

ATTENTION - Special Note: SUPERPAVE HOT MIX ASPHALTThe Contractor should be aware that this is a performance related specification in which the Contractor is

responsible for compacting the pavement within a specified density range. In order to successfully compact thepavement to the specified density range, the Contractor must be prepared to select, operate, and control the pavingand compaction requirement, to monitor the results, and to make necessary adjustments (without direction from theEngineer) to achieve the desired results. Written instructions for determining pavement density and core locationsare available from the Regional Materials Engineer or the Director, Materials Bureau.

The Performance Graded asphalt binder used in the production of SUPERPAVE Hot Mix Asphalt mixturesshall be as specified herein, and shall meet the requirements of AASHTO Provisional Standard MP1 - StandardSpecification for Performance Graded Asphalt Binder. A PG 58-34 or a PG 64-28 binder may be substituted for aspecified PG 58-28 binder at the Contractor's discretion. A PG 70-22 binder may be substituted for a specified PG64-22 binder at the Contractor's discretion.

The mixtures designs should be developed in accordance with the criteria specified in the SUPERPAVE HotMix Asphalt Items that is appropriate for the "Estimated Traffic" level of "80 kN ESALs" specified herein. Underno circumstances shall the Performance Graded Binder content be less than 5.6% for a 9.5 mm design, less than5.0% for a 12.5 mm design, less than 4.3% for a 19.0 mm, or less than 4.0% for a 25.0 mm design.

When crushed gravel is to be used in the production of SUPERPAVE Hot Mix Asphalt mixtures, theminimum percent crushed particles shall be as follows: for particle sizes greater than 12.5 mm, 75% one crushedface, for particle sizes between 12.5 mm and 2.36 mm, 85% two crushed faces.

Special Note: "For Region 3, Project 3-2-4, the Superpave design procedure is to be modified as follows:Ninitial =7 gyrations, Ndesign =75 gyrations and Nfinal=115 gyrations."

Special Note:For Region 6 Superpave projects only, use a polymer modified binder grade PG 64-28 with a minimum 3%

SBS or SBR polymer additive.

Page 17: CONTRACT AWARD NOTIFICATION · 18403.127302M Superpave Low Volume 12.5 mm F3 w/nuclear density monitoring 18403.218902M Superpave Truing and Leveling 18403.196902M Superpave HMA Binder

GROUP 31503 - BITUMINOUS CONCRETE AWARD PAGE 17 (Specific Projects for VPP-DOT

(continued)10923ta.doc/10md

MINORITY AND WOMEN BUSINESS ENTERPRISE (M/WBE)GOALS FOR THE 1999 STATE ARMOR COAT PROGRAM

(STATEWIDE)

PROJECT VALUE MBE GOAL (%) WBE GOAL (%) ($) (STATEWIDE) (STATEWIDE)________________________________________________________________________________________________

$0-$25,000 0% 0%

GREATER THAN $25,000 2.5% - 5.0% 2.5% - 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 thetotal 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 andall 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 portion of the New York State Department of Economic Development (NYSDED) Registry of certified M/WBETrucking firms is included for the contractor’s use. A complete listing of the current Minority and Women’sBusiness Enterprises, can be obtained by contacting the:

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

One Commerce PlazaAlbany, NY 12245

(518) 473-0582

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

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

Page 18: CONTRACT AWARD NOTIFICATION · 18403.127302M Superpave Low Volume 12.5 mm F3 w/nuclear density monitoring 18403.218902M Superpave Truing and Leveling 18403.196902M Superpave HMA Binder

GROUP 31503 - BITUMINOUS CONCRETE AWARD PAGE 18 (Specific Projects for VPP-DOT

(continued)10923ta.doc/10md

MINORITY AND WOMEN BUSINESS ENTERPRISE (M/WBE) GOALS FOR THE 1999 STATE ARMOR COATPROGRAM (STATEWIDE) (Cont’d)

POLICY AND PROVISIONS (Cont'd)

B. UTILIZATION - The Contractor may count as MWBE participation: subcontracting part of the contract tocertified firms or purchasing supplies and equipment used to perform the terms and conditions of the contract fromcertified firms.

C. MINORITY & WOMEN-OWNED BUSINESS OFFICER - The Contractor shall designate a MWBE contactperson and assign that person the responsibility and authority to monitor the MWBE program for this contract. The NYSDOT Office of Equal Opportunity Development and Compliance’s staff is available to help in identifying certifiedMWBEs.

D. REQUIRED REPORTS - The Contractor is required to submit a Utilization Plan to the NYS DOT Office of EqualOpportunity Development and Compliance within 14 days of notification of being the apparent low bidder. TheUtilization Plan shall identify the level of commitment as a percentage of the bid price the apparent low bidder plans tosubcontract to certified M/WBEs. The contractor is not required to submit the names and/or Federal ID numbers of thecertified 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, nationalorigin, gender, age, disability, or marital status, in any respect, against any potential subcontractor, supplier, othercompany, 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 theContractor’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 isnot met, the Contractor is required to submit a letter explaining their inability to meet the MBE and/or the WBE goal, andgood faith efforts.

G. MONITORING CONTRACTOR COMPLIANCE - When the Contractor has been found to have failed to meetthe contract goals as expressed in their utilization plan, or exert a good-faith effort, or otherwise failed to comply with theabove, sanctions may be imposed and remedies invoked as provided under the authority of Article 15-A of the ExecutiveLaw, 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 TransportationOffice of Equal Opportunity Development and Compliance

Building 4, Room G-0161220 Washington Avenue

State Office CampusAlbany, NY 12232

Telephone: (518) 457-1129

The telephone numbers and addresses for New York State Department of Economic Development are as follows:

NYS Depart. of Economic Development NYS Depart. of Economic DevelopmentDiv. of Minority & Women’s Business Development Div. of Minority & Women’s Business DevelopmentOne Commerce Plaza 633 3rd AvenueAlbany, NY 12245 New York, NY 10017Telephone: (518) 473-0582 Telephone: (212) 803-2414

Page 19: CONTRACT AWARD NOTIFICATION · 18403.127302M Superpave Low Volume 12.5 mm F3 w/nuclear density monitoring 18403.218902M Superpave Truing and Leveling 18403.196902M Superpave HMA Binder

GROUP 31503 - BITUMINOUS CONCRETE AWARD PAGE 19 (Specific Projects for VPP-DOT

(continued)10923ta.doc/10md

Map

Page 20: CONTRACT AWARD NOTIFICATION · 18403.127302M Superpave Low Volume 12.5 mm F3 w/nuclear density monitoring 18403.218902M Superpave Truing and Leveling 18403.196902M Superpave HMA Binder

GROUP 31503 - BITUMINOUS CONCRETE AWARD PAGE 20 (Specific Projects for VPP-DOT

(continued)10923ta.doc/10md

mwbe

Page 21: CONTRACT AWARD NOTIFICATION · 18403.127302M Superpave Low Volume 12.5 mm F3 w/nuclear density monitoring 18403.218902M Superpave Truing and Leveling 18403.196902M Superpave HMA Binder

GROUP 31503 - BITUMINOUS CONCRETE AWARD PAGE 21 (Specific Projects for VPP-DOT

(continued)10923ta.doc/10md

SPECIAL PAVING PROJECTS FOR DOT (VPP):

PROJECT DETAILS:

702-90 PriceEstim. Tack per

Proj. County/ Metric Coat OGS MetricNo. Location Item Tons (liters) Item Ton Contractor

Region 1

1-2-2 Essex Co. 18403.127302M 700 1,800 1 $41.50 PeckhamRte 9N SUPERPAVEWestport to 18403.218902M 300 $42.50WestportVillage LineRM 9N 1203/1298 - 1303Town of Westport0.8 km

1-2-4 Essex Co. 18403.127302M 2,200 5,900 2 $42.30 PeckhamRte 9N SUPERPAVEKeene to 18403.218902M 800 $42.00Upper JayRM 9N 1203/1565 - 1581Town of Jay2.6 km

1-3-2 Greene Co. 403.170001M 1,700 4,500 3 $32.50 PeckhamRte 144Baldwin Terrace toAlbany Co LineRM 144 1301/1018 - 1034Town of New Baltimore2.4 km

1-3-3 Greene Co. 403.170001M 1,000 2,500 4 $34.75 CobleskillRte 23Delaware Co Line toSchoharie CreekRM 23 1306/1000 - 1008Town of Prattsville1.2 km

Page 22: CONTRACT AWARD NOTIFICATION · 18403.127302M Superpave Low Volume 12.5 mm F3 w/nuclear density monitoring 18403.218902M Superpave Truing and Leveling 18403.196902M Superpave HMA Binder

GROUP 31503 - BITUMINOUS CONCRETE AWARD PAGE 22 (Specific Projects for VPP-DOT

(continued)10923ta.doc/10md

SPECIAL PAVING PROJECTS FOR DOT (VPP): (Cont’d)

PROJECT DETAILS: (Cont'd)702-90 Price

Estim. Tack perProj. County/ Metric Coat OGS MetricNo. Location Item Tons (liters) Item Ton Contractor

Region 1 (Cont'd)

1-4-1 Rensselaer Co. 18403.126302M 7,500 16,900 5 $34.88 CallananRte 7 SUPERPAVEPittstown to 18403.218902M 4,700 $33.91 Spicer RdRM 7 1402/2121 - 2158Towns of Pittstownand Hoosick6.0 km

1-4-2 Rensselaer Co. 18403.096302M 1,600 3,600 6 $33.50 PeckhamRte 67 SUPERPAVERte 40 toValley FallsRM 67 1401/1046 - 1058Town of Schaghticoke2.0 km

1-5-1 Saratoga Co. 403.170001M 5,200 13,000 7 $29.00 PeckhamRte 32RM 32 1505/3227 - 3272Town ofNorthumberland7.2 km

1-5-2 Saratoga Co. 18403.126202M 8,600 20,700 8 $30.92 KubrickyRte 9 SUPERPAVERM 9 1509/3012 - 3061Town of Wilton7.9 km

1-5-3 Saratoga Co. 18403.096302M 2,000 5,000 9 $35.97 CallananRte 911P SUPERPAVE(VischerFerry Road)RM 911P 1501/1004 - 1019Town of Halfmoon2.4 km

Page 23: CONTRACT AWARD NOTIFICATION · 18403.127302M Superpave Low Volume 12.5 mm F3 w/nuclear density monitoring 18403.218902M Superpave Truing and Leveling 18403.196902M Superpave HMA Binder

GROUP 31503 - BITUMINOUS CONCRETE AWARD PAGE 23 (Specific Projects for VPP-DOT

(continued)10923ta.doc/10md

SPECIAL PAVING PROJECTS FOR DOT (VPP): (Cont’d)

PROJECT DETAILS: (Cont'd)702-90 Price

Estim. Tack perProj. County/ Metric Coat OGS MetricNo. Location Item Tons (liters) Item Ton Contractor

Region 1 (Cont'd)

1-6-4 Schenectady Co 18403.127202M 1,100 8,000 10 $37.26 CobleskillRte 5 SUPERPAVEAt Intersection 18403.218902M 700 $38.07Rte 103RM 5 1613/1025 - 1028Town of Glenville0.5 km

1-6-5 Schenectady Co 18403.127202M 900 7,000 11 $39.78 Peter LuizziRte 50 SUPERPAVEArea of 18403.218902M 600 $39.78Socha PlazaRM 50 1601/1027 - 10300.5 km

1-7-2 Warren Co. 18403.096302M 3,500 4,000 12 $35.15 PeckhamRte 9N SUPERPAVELagoon Manor toNorthwest Bay BrookRM 9N 1702/1260 - 12901.8 km

Region 2

2-2-4 Hamilton Co 18403.126202M 13,900 24,600 13 $34.49 PeckhamRte 28 SUPERPAVEat Warren Co LineRM28 2209 /1429 - 1493Town of Indian Lake10.2 km

Page 24: CONTRACT AWARD NOTIFICATION · 18403.127302M Superpave Low Volume 12.5 mm F3 w/nuclear density monitoring 18403.218902M Superpave Truing and Leveling 18403.196902M Superpave HMA Binder

GROUP 31503 - BITUMINOUS CONCRETE AWARD PAGE 24 (Specific Projects for VPP-DOT

(continued)10923ta.doc/10md

SPECIAL PAVING PROJECTS FOR DOT (VPP): (Cont’d)

PROJECT DETAILS: (Cont'd)702-90 Price

Estim. Tack perProj. County/ Metric Coat OGS MetricNo. Location Item Tons (liters) Item Ton Contractor

Region 2 (Cont'd)

2-2-5 Hamilton Co 18403.126202M 8,300 14,700 14 $38.98 Barrett -Rte 8 SUPERPAVE WashingtonHerkimer Co. Lineto 0.8 km of MountainHome Rd.RM 8 2209 /1000 - 1049Town of Morehouse7.8 km

2-3-2 Herkimer Co 18403.126202M 2,300 6,000 15 $36.37 HansonRte 5 SUPERPAVEMain Street to Rte 167RM 5 2311 /2017 - 2024City of Little Falls1.1 km

2-3-3 Herkimer Co 18403.127302M 8,500 30,000 16 $31.97 HansonRtes 29 & 29A SUPERPAVESpruce Creek 18403.218902M 3,000 $31.97Bridge toStraffordRM 29-2301/1089-1097RM29A-2301/1000-1053Towns of Salisbury Ctrand Strafford9.8 km

2-5-4 Hamilton Co 18403.127302M 13,300 36,500 17 $37.67 HansonRte 10 SUPERPAVEFulton Co.Line northfor 13.4 kmRM 10 2205 /1000 - 1084Town of Arietta13.4 km

Page 25: CONTRACT AWARD NOTIFICATION · 18403.127302M Superpave Low Volume 12.5 mm F3 w/nuclear density monitoring 18403.218902M Superpave Truing and Leveling 18403.196902M Superpave HMA Binder

GROUP 31503 - BITUMINOUS CONCRETE AWARD PAGE 25 (Specific Projects for VPP-DOT

(continued)10923ta.doc/10md

SPECIAL PAVING PROJECTS FOR DOT (VPP): (Cont’d)

PROJECT DETAILS: (Cont'd)702-90 Price

Estim. Tack perProj. County/ Metric Coat OGS MetricNo. Location Item Tons (liters) Item Ton Contractor

Region 2 (Cont'd)

2-6-1 Oneida Co 18403.126202M 17,500 25,900 18 $36.24 Barrett-Rte 12 SUPERPAVE WashingtonEgypt Rd. toLewis Co.LineRM 12 2604 /3218 - 3306Town of Boonville14.1 km

2-6-2 Oneida Co 18403.126202M 6,800 11,980 19 $29.95 Barrett-Rte 12 SUPERPAVE WashingtonTown of Paris toKirkland/New HartfordTown LineRM 12 2604 /1121 - 1153Towns of Paris andKirkland5.1 km

2-7-3 Oneida Co 18403.096202M 3,400 6,400 20 $33.87 SantaroRte 49 SUPERPAVEConrail Bridge 18403.218902M 700 $33.87to Griffiss ParkBridge with 4 RampsRM 49 2602 /6001 - 6009City of Rome1.3 km

Region 3

3-1-4 Cayuga Co 18403.126302M 8,400 17,900 21 $32.30 SartaroRte 20 SUPERPAVEAuburn City Line toOnondaga Co. LineRM 20 3107 /3000 - 3040Town of Sennett6.4 km

Page 26: CONTRACT AWARD NOTIFICATION · 18403.127302M Superpave Low Volume 12.5 mm F3 w/nuclear density monitoring 18403.218902M Superpave Truing and Leveling 18403.196902M Superpave HMA Binder

GROUP 31503 - BITUMINOUS CONCRETE AWARD PAGE 26 (Specific Projects for VPP-DOT

(continued)10923ta.doc/10md

SPECIAL PAVING PROJECTS FOR DOT (VPP): (Cont’d)

PROJECT DETAILS: (Cont'd)702-90 Price

Estim. Tack perProj. County/ Metric Coat OGS MetricNo. Location Item Tons (liters) Item Ton Contractor

Region 3 (Cont'd)

3-1-5 Cayuga Co 403.170001M 7,600 16,200 22 $30.94 Suit-KoteRte 34Tompkins Co line toRte 90RM 34 3105/1000 - 1039Town of Genoa6.3 km

3-2-3 Tompkins Co 18403.126302M 5,000 19,400 23 $32.94 Suit-KoteRte 34/96 SUPERPAVEPiper Rd. to Rte 13 18403.218902M 2,500 $33.24RM 34 3601 /1054 - 1085Towns of Ithaca andNewfield5.0 km

3-2-4 Tompkins Co 18403.126202M 5,200 13,600 24 $36.94 Suit-KoteRte 13 SUPERPAVERte 366 to 18403.218902M 2,600 $37.94Ringwood Rd.RM 13 3603 /3070 - 3093Town of Dryden3.7 km

3-3-1 Onondaga Co 403.170001M 1,000 25 $35.77 Barrett-Commissary Rd. LiverpoolRte 80 to ReservationBoundary(no RM)Onondaga NationReservation1.9 km

Page 27: CONTRACT AWARD NOTIFICATION · 18403.127302M Superpave Low Volume 12.5 mm F3 w/nuclear density monitoring 18403.218902M Superpave Truing and Leveling 18403.196902M Superpave HMA Binder

GROUP 31503 - BITUMINOUS CONCRETE AWARD PAGE 27 (Specific Projects for VPP-DOT

(continued)10923ta.doc/10md

SPECIAL PAVING PROJECTS FOR DOT (VPP): (Cont’d)

PROJECT DETAILS: (Cont'd)702-90 Price

Estim. Tack perProj. County/ Metric Coat OGS MetricNo. Location Item Tons (liters) Item Ton Contractor

Region 3 (Cont'd)

3-4-2 Onondaga Co 18403.126202M 6,000 13,600 26 $32.06 Barrett-Rte 31 SUPERPAVE LiverpoolBaldwinsville VillageLine to Theodolite Dr.RM 31 3309 /1144 - 1171Towns of Lysanderand Clay4.4 km

3-4-3 Onondaga Co 18403.096302M 5,900 13,400 27 $31.32 Barrett-Rte 370 SUPERPAVE LiverpoolPlainville Rd. toEmerick Rd.RM 370 3303 /1014 - 1056Town of Lysander6.8 km

3-5-3 Oswego Co 18403.126302M 12,400 31,000 28 $33.21 Barrett-Rte 104 SUPERPAVE LiverpoolRte 3 to Rte 104ARM 104 3406 /1031 - 1091Towns of Hannibaland Oswego9.7 km

Region 4

4-1-2 Genesee Co 18403.127202M 3,200 6,400 29 $33.43 AmherstRtes 33 and 33A SUPERPAVERte 19 to 18403.196902M 1,800 $31.39Monroe Co LineRM 33 4102/3117-3131RM 33A 4101/1000-1002Town of Bergen2.6 km

Page 28: CONTRACT AWARD NOTIFICATION · 18403.127302M Superpave Low Volume 12.5 mm F3 w/nuclear density monitoring 18403.218902M Superpave Truing and Leveling 18403.196902M Superpave HMA Binder

GROUP 31503 - BITUMINOUS CONCRETE AWARD PAGE 28 (Specific Projects for VPP-DOT

(continued)10923ta.doc/10md

SPECIAL PAVING PROJECTS FOR DOT (VPP): (Cont’d)

PROJECT DETAILS: (Cont'd)702-90 Price

Estim. Tack perProj. County/ Metric Coat OGS MetricNo. Location Item Tons (liters) Item Ton Contractor

Region 4 (Cont'd)

4-1-1 Orleans Co 18403.126302M 6,700 13,500 30 $33.38 KeelerRte 31A SUPERPAVERte 98 to 18403.218902M 4,500 $32.78Mathes RdRM 31A 4501 /1101 - 1139Towns of Albion andBarre6.1 km

4-1-4 Genesee Co 403.190001M 4,900 10,000 31 $33.49 KeelerRte 262Vil./Oakfield to 403.180001M 3,300 $33.15RM 1042 (T&L)RM 262 4101 /1004 - 1042Towns of Oakfield andElba6.1 km

4-2-1 Livingston Co 18403.126202M 8,000 19,000 32 $32.55 KeelerRte 20A SUPERPAVEVil. of Geneseo 18403.218902M 4,500 $31.66to Rte 256RM 20A 4203 /1098 - 1147Town of Geneseo7.8 km

4-2-2 Livingston Co 403.170001M 9,300 22,000 33 $33.68 A L BladesRte 436Vil. of Nunda 403.210001M 4,800 $33.68to Ossian Town LineRM 436 4202 /1066 - 1120Town of Nunda8.6 km

Page 29: CONTRACT AWARD NOTIFICATION · 18403.127302M Superpave Low Volume 12.5 mm F3 w/nuclear density monitoring 18403.218902M Superpave Truing and Leveling 18403.196902M Superpave HMA Binder

GROUP 31503 - BITUMINOUS CONCRETE AWARD PAGE 29 (Specific Projects for VPP-DOT

(continued)10923ta.doc/10md

SPECIAL PAVING PROJECTS FOR DOT (VPP): (Cont’d)

PROJECT DETAILS: (Cont'd)702-90 Price

Estim. Tack perProj. County/ Metric Coat OGS MetricNo. Location Item Tons (liters) Item Ton Contractor

Region 4 (Cont'd)

4-2-3 Livingston Co 18403.127302M 2,600 6,500 34 $34.48 AmherstRte 39 SUPERPAVEWyoming Co 18403.218902M 1,600 $33.91Line to Rte 20ARM 39 4302 /1000 - 1018Town of Liecester2.9 km

4-4-2 Monroe West Co 18403.126302M 15,500 35,300 35 $33.29 KeelerRte 383 SUPERPAVERte 253 to Rte 252ARM 39 4301 /1068 - 1142Towns of Gates andWheatland11.8 km

4-8-3 Ontario Co 403.190001M 500 1,200 36 $45.00 KeelerRte 14ARM 14A 4405 / 403.180001M (T&L) 300 $45.001019 - 1024Hamlet of HallTown of Geneva0.8 km

4-8-2 Wayne Co 403.190001M 9,500 27,000 37 $35.37 KeelerRte 88Austin Rd 403.180001M 4,700 $34.36to Main St (T&L)RM 88 3702 /1103 - 1163Town of Sodus9.6 km

Page 30: CONTRACT AWARD NOTIFICATION · 18403.127302M Superpave Low Volume 12.5 mm F3 w/nuclear density monitoring 18403.218902M Superpave Truing and Leveling 18403.196902M Superpave HMA Binder

GROUP 31503 - BITUMINOUS CONCRETE AWARD PAGE 30 (Specific Projects for VPP-DOT

(continued)10923ta.doc/10md

SPECIAL PAVING PROJECTS FOR DOT (VPP): (Cont’d)

PROJECT DETAILS: (Cont'd)702-90 Price

Estim. Tack perProj. County/ Metric Coat OGS MetricNo. Location Item Tons (liters) Item Ton Contractor

Region 4 (Cont'd)

4-8-4 Wayne Co 18403.127302M 4,000 11,500 38 $34.19 KeelerRte 350 SUPERPAVEScott Rd to 18403.218902M 2,000 $33.51Rte 441RM 350 3701/1000 - 1031Towns of Macedon andWalworth5.0 km

Region 5

5-1-3 Cattaraugus Co 403.190001M 6,100 10,300 39 $39.22 AmherstRte 353Judds Corner toDaytonRM 353 51012192 - 2233Town of Dayton6.6 km

5-1-4 Cattaraugus Co 18403.096302M 14,100 24,000 40 $38.00 JanikRte 219 SUPERPAVECR 75 to Peters RdRM 219 51013167 - 3240Towns of Ashfordand Ellicottville11.8 km

5-2-4 Chautauqua Co 403.190001M 2,500 6,000 41 $40.83 AmherstRte 950D,Shortman RdRte 5 to Rte 20RM 950D 5201 /1000 - 1012Town of Ripley2.0 km

Page 31: CONTRACT AWARD NOTIFICATION · 18403.127302M Superpave Low Volume 12.5 mm F3 w/nuclear density monitoring 18403.218902M Superpave Truing and Leveling 18403.196902M Superpave HMA Binder

GROUP 31503 - BITUMINOUS CONCRETE AWARD PAGE 31 (Specific Projects for VPP-DOT

(continued)10923ta.doc/10md

SPECIAL PAVING PROJECTS FOR DOT (VPP): (Cont’d)

PROJECT DETAILS: (Cont'd)702-90 Price

Estim. Tack perProj. County/ Metric Coat OGS MetricNo. Location Item Tons (liters) Item Ton Contractor

Region 5 (Cont'd)

5-2-5 Chautauqua Co 18403.096302M 11,400 28,200 42 $44.20 JanikRte 60 SUPERPAVESinclairville north VLto Cassadaga south VLRM 60 5201 /3102 - 3167, Towns ofTowns of Gerry,Stockton, Charlotte10.4 km

5-3-4 North Erie Co 18403.126202M 3,700 9,000 43 $36.48 AmherstRte 953C, Seneca SUPERPAVEStreet RampsRte 400 to Rte 16RM 953C 5301 /1000 - 1004Town of West Seneca3.8 km

5-4-1 South Erie Co 18403.096202M 25,000 62,000 44 $36.88 AmherstRte 5 SUPERPAVELake St toPleasant Ave.RM 5 5302 /1063 - 1158Towns of Hamburgand Evans15.4 km

5-4-8 South Erie Co 403.190001M 2,500 6,200 45 $36.56 AmericanRte 277Ward Rd toGartmann Rd.RM 277 5301 /1010 - 1030Town of Orchard Park3.2 km

Page 32: CONTRACT AWARD NOTIFICATION · 18403.127302M Superpave Low Volume 12.5 mm F3 w/nuclear density monitoring 18403.218902M Superpave Truing and Leveling 18403.196902M Superpave HMA Binder

GROUP 31503 - BITUMINOUS CONCRETE AWARD PAGE 32 (Specific Projects for VPP-DOT

(continued)10923ta.doc/10md

SPECIAL PAVING PROJECTS FOR DOT (VPP): (Cont’d)

PROJECT DETAILS: (Cont'd)702-90 Price

Estim. Tack perProj. County/ Metric Coat OGS MetricNo. Location Item Tons (liters) Item Ton Contractor

Region 5 (Cont'd)

5-5-4 Niagara Co 18403.126202M 7,600 14,700 46 $37.22 KeelerRte 104 SUPERPAVERte 425 to 18403.218902M 1,000 $34.49Rte 93/270RM 104 5401 /2139 - 2178Town of Cambria6.2 km

Region 6

6-1-1 Allegany Co 403.190001M 4,800 0 47 $37.47 A L BladesRte 19Hume to Co Line 403.150001M 2,400 $37.47Rm 19 6101 /1422 - 1455Town of Hume3.3 km

6-1-2 Allegany Co 18403.096302M 4,400 0 48 NO AWARDRte 19 SUPERPAVEBelmont to 18403.218902MRte 17RM 19 6101 /1200 - 1222Town of Amity3.5 km

6-1-3 Allegany Co 403.170001M 3,400 0 49 $35.83 L C WhitfordRte 305Black Creek to 403.210001M 1,700 $35.83CubaRM 305 6102 /1160 - 1181Town of Cuba3.4 km

Page 33: CONTRACT AWARD NOTIFICATION · 18403.127302M Superpave Low Volume 12.5 mm F3 w/nuclear density monitoring 18403.218902M Superpave Truing and Leveling 18403.196902M Superpave HMA Binder

GROUP 31503 - BITUMINOUS CONCRETE AWARD PAGE 33 (Specific Projects for VPP-DOT

(continued)10923ta.doc/10md

SPECIAL PAVING PROJECTS FOR DOT (VPP): (Cont’d)

PROJECT DETAILS: (Cont'd)702-90 Price

Estim. Tack perProj. County/ Metric Coat OGS MetricNo. Location Item Tons (liters) Item Ton Contractor

Region 6 (Cont'd)

6-1-4 Allegany Co 403.170001M 4,500 0 50 $34.79 A L BladesRte 244Bel - Phillips Creek 403.210001M 2,300 $34.79RM 244 6101 /1040 - 1073Towns of Amityand Ward5.3 km

6-1-5 Allegany Co 403.190001M 3,200 0 51 $34.87 A L BladesRte 21And. to Alf. Sta. 403.150001M 1,600 $34.87RM 21 6101/1055-10761055 - 1076Town of Alfred3.4 km

6-2-1 Steuben Co 18403.126202M 12,000 37,800 52 $33.63 SCLRte 15 SUPERPAVEPA State Line to 18403.218902M 4,800 $36.33Preshio InterchangeRM 15 6401 / (25 mm Top)1000 - 1060 Course + T&L)Town of Lindley (50 mm total)9.6 km

6-2-2 Chemung Co 18403.096202M 3,000 12,100 53 NO AWARDRte 352 SUPERPAVEChurch St. intersectionto the City of ElmiraRM 353 6202 /1075 - 1092Town of Elmira (40 mm total)2.6 km

Page 34: CONTRACT AWARD NOTIFICATION · 18403.127302M Superpave Low Volume 12.5 mm F3 w/nuclear density monitoring 18403.218902M Superpave Truing and Leveling 18403.196902M Superpave HMA Binder

GROUP 31503 - BITUMINOUS CONCRETE AWARD PAGE 34 (Specific Projects for VPP-DOT

(continued)10923ta.doc/10md

SPECIAL PAVING PROJECTS FOR DOT (VPP): (Cont’d)

PROJECT DETAILS: (Cont'd)702-90 Price

Estim. Tack perProj. County/ Metric Coat OGS MetricNo. Location Item Tons (liters) Item Ton Contractor

Region 6 (Cont'd)

6-2-3 Steuben Co 18403.096302M 4,000 9,300 54 $32.00 ChemungRte 415 SUPERPAVERoute 17 18403.218902M 1,600 $32.00interchange toHamlet of CoopersRM 415 6401 / (25 mm Top)1021 - 1005 Course + T&L)Town of Erwin (50 mm total)2.7 km

6-2-4 Steuben Co 18403.096302M 7,100 16,000 55 $32.00 ChemungRte 415 SUPERPAVEHamlet of Coopers 18403.218902M 2,800 $32.00to CR 333RM 415 6401 / (25 mm Top)1010 - 1080 Course + T&L)Towns of Erwin (50 mm total)and Campbell4.8 km

6-3-1 Schuyler Co 18403.096302M 3,000 0 56 $36.00 ChemungRte 414 SUPERPAVECR 16 to Rte 14 18403.218902M 800 $36.00RM 414 6303 /1068 - 1082Town of Dix2.2 km

6-3-2 Schuyler Co 18403.096302M 7,000 24,000 57 $37.90 ChemungRte 14 SUPERPAVERM 14 6302 / 18403.218902M 1,800 $37.901082 - 1102Town of Reading3.5 km

Page 35: CONTRACT AWARD NOTIFICATION · 18403.127302M Superpave Low Volume 12.5 mm F3 w/nuclear density monitoring 18403.218902M Superpave Truing and Leveling 18403.196902M Superpave HMA Binder

GROUP 31503 - BITUMINOUS CONCRETE AWARD PAGE 35 (Specific Projects for VPP-DOT

(continued)10923ta.doc/10md

SPECIAL PAVING PROJECTS FOR DOT (VPP): (Cont’d)

PROJECT DETAILS: (Cont'd)702-90 Price

Estim. Tack perProj. County/ Metric Coat OGS MetricNo. Location Item Tons (liters) Item Ton Contractor

Region 6 (Cont'd)

6-4-1 Steuben Co 18403.096302M 9,900 24,400 58 $38.27 SCLRte 415 SUPERPAVEAvoca to 18403.218902M 3,300 $38.92CohoctonRM 15-6401 /1401 - 1457Towns of Avocaand Cohocton8.9 km

6-5-1 Tioga Co 18403.126302M 6,300 15,000 59 NO AWARDRte 96 SUPERPAVEVillage of Candor 18403.218902M 1,400to Cass Hill Rd.RM 96 6501 /1106 - 1145Town of Candor6.2 km

6-5-2 Tioga Co 18403.126302M 13,600 32,000 60 NO AWARDRte 38 SUPERPAVERte 96 to the 18403.218902M 2,700Village of NewarkValleyRM 38 6501 /1018 -1092Towns of Owego& Newark Valley11.8 km

6-5-3 Tioga Co 18403.126302M 4,000 8,600 61 NO AWARDRte 79 SUPERPAVERte 38 to 18403.218902M 1,500Barden Rd.RM 79 6504 /1052 - 1072Town of Richford3.2km

Page 36: CONTRACT AWARD NOTIFICATION · 18403.127302M Superpave Low Volume 12.5 mm F3 w/nuclear density monitoring 18403.218902M Superpave Truing and Leveling 18403.196902M Superpave HMA Binder

GROUP 31503 - BITUMINOUS CONCRETE AWARD PAGE 36 (Specific Projects for VPP-DOT

(continued)10923ta.doc/10md

SPECIAL PAVING PROJECTS FOR DOT (VPP): (Cont’d)

PROJECT DETAILS: (Cont'd)702-90 Price

Estim. Tack perProj. County/ Metric Coat OGS MetricNo. Location Item Tons (liters) Item Ton Contractor

Region 7

7-1-3 Clinton Co 18403.126202M 5,000 21,500 62 $40.50 PeckhamRte 11 SUPERPAVEChamplain to (40 mm in 2 Lifts)Rouses PointRM 11 7108 /1326 - 1348Town of Champlain3.5 km

7-1-5 Clinton and 403.170001M 20,000 0 63 $33.42 Barrett-Franklin Co (40 mm in 2 Lifts) WatertownRte 190Brainardsville toEllenburgRM 190 72011000 - 1018RM 190 71021000 - 1083Towns Bellmont &Ellenburg16.2 km

7-2-2 Franklin Co 18403.126302M 17,600 54,700 64 $33.33 Barrett-Rte 11 SUPERPAVE WatertownTrudell Rd. to 18403.218902M 3,400 $32.92Chateaugay (40 mm total)Rm 11 72071204 - 1295 /Towns of Burke andChateaugay14.6 km

7-2-3 Franklin Co 403.170001M 4,100 7,500 65 $32.51 Barrett-Rte 30 WatertownLake Titus to 403.190001M 900 $33.43Malone (T&L)RM 30 7209 / (40 mm total)1588 - 1611Town of Malone3.7 km

Page 37: CONTRACT AWARD NOTIFICATION · 18403.127302M Superpave Low Volume 12.5 mm F3 w/nuclear density monitoring 18403.218902M Superpave Truing and Leveling 18403.196902M Superpave HMA Binder

GROUP 31503 - BITUMINOUS CONCRETE AWARD PAGE 37 (Specific Projects for VPP-DOT

(continued)10923ta.doc/10md

SPECIAL PAVING PROJECTS FOR DOT (VPP): (Cont’d)

PROJECT DETAILS: (Cont'd)702-90 Price

Estim. Tack perProj. County/ Metric Coat OGS MetricNo. Location Item Tons (liters) Item Ton Contractor

Region 7 (Cont'd)

7-2-6 Franklin Co 403.170001M 6,800 12,000 66 $31.48 Barrett-Rte 37 WatertownSt. Regis 403.190001M 1,400 $33.32Reservation (T&L)to Fort Covington (40 mm total)RM 37 7203 /1077 - 1113Town of Fort Covington5.8 km

7-2-8 Franklin Co 403.170001M 8,300 15,500 67 $31.64 Barrett-Rte 11B WatertownBangor to 403.190001M 1,800 $34.89Malone (T&L)RM 11B 7202 / (40 mm total)1125 - 1173Towns of Bangorand Malone7.7 km

7-3-1 Jefferson Co 403.170001M 13,500 0 68 $26.92 Barrett-Rte 411 (40 mm in 2 Lifts) WatertownInt. Rte. 180 toInt. Rte. 37RM 411 7301 /1000 - 1077Towns of Orleansand Theresa12.4 km

7-3-2 Jefferson Co 18403.127302M 9,800 36,300 69 $26.98 Barrett-Rte 26 SUPERPAVE WatertownInt. Rte. 3 to (40 mm in 1 Lift)Int. Rte. 11RM 26 7307 /1072 - 1125Town of LeRay8.5 km

Page 38: CONTRACT AWARD NOTIFICATION · 18403.127302M Superpave Low Volume 12.5 mm F3 w/nuclear density monitoring 18403.218902M Superpave Truing and Leveling 18403.196902M Superpave HMA Binder

GROUP 31503 - BITUMINOUS CONCRETE AWARD PAGE 38 (Specific Projects for VPP-DOT

(continued)10923ta.doc/10md

SPECIAL PAVING PROJECTS FOR DOT (VPP): (Cont’d)

PROJECT DETAILS: (Cont'd)702-90 Price

Estim. Tack perProj. County/ Metric Coat OGS MetricNo. Location Item Tons (liters) Item Ton Contractor

Region 7 (Cont'd)

7-4-3 St. Lawrence Co 403.190001M 17,200 0 70 $30.64 Barrett-Rte 3 (40 mm in 2 Lifts) WatertownInt. Rte. 812 to theAdirondack ParkBoundaryRM 3 7504 /1004 - 1079Town of Pitcarin12.0 km

7-4-4 Lewis Co 18403.127202M 2,700 8,300 71 $38.66 Barrett-Rte 26 SUPERPAVE WatertownJct. Rte. 12 & 812 (40 mm in 2 Lifts)to Lowville VillageNorth LineRM 26 7406 /1257 - 1265Village of Lowville1.3 km

7-4-5 Lewis Co 403.190001M 9,200 28,400 72 $34.05 Barrett-Rte 26 (40 mm in 2 Lifts) WashingtonHouseville toMartinsburgRM 26 7406 /1166 - 1217Towns of Turin andMartinsburg8.5 km

7-5-1 St. Lawrence Co 18403.126302M 24,000 74,000 73 $29.48 Barrett-Rte 11 SUPERPAVE WatertownDeKalb to 18403.218902M 3,000 $30.27Richville (40 mm total)RM 11 7506 /1122 - 1228Town of DeKlab17.1 km

Page 39: CONTRACT AWARD NOTIFICATION · 18403.127302M Superpave Low Volume 12.5 mm F3 w/nuclear density monitoring 18403.218902M Superpave Truing and Leveling 18403.196902M Superpave HMA Binder

GROUP 31503 - BITUMINOUS CONCRETE AWARD PAGE 39 (Specific Projects for VPP-DOT

(continued)10923ta.doc/10md

SPECIAL PAVING PROJECTS FOR DOT (VPP): (Cont’d)

PROJECT DETAILS: (Cont'd)702-90 Price

Estim. Tack perProj. County/ Metric Coat OGS MetricNo. Location Item Tons (liters) Item Ton Contractor

Region 7 (Cont'd)

7-5-2 St. Lawrence Co 18403.127302M 13,800 66,400 74 $33.29 Barrett-Rte 3 SUPERPAVE WatertownPiercefield to 18403.218902M 9,200 $32.19the Franklin (40 mm total)Co. LineRM 3 7504 /1448 - 1551Town of Piercefield16.6 km

7-5-3 St. Lawrence Co 403.190001M 20,000 74,000 75 $29.36 Barrett-Rte 68 (40 mm in 2 Lifts) WatertownInt. Rte. 11 toColtonRM 11 75012185 to 2307Town of Colton19.6 km

Region 8

8-1-1 Columbia Co 18403.126102M 3,400 5,000 76 AWARD PENDINGRte 82 SUPERPAVEDutchess Co. Lineto AncramdaleRM 82 8102 /1000 - 1026Town of Ancram4.2 km

8-1-2 Columbia Co 18403.126102M 4,900 7,300 77 AWARD PENDINGRte 82 SUPERPAVEAncramdale to AncramRM 82 8102 /1026 - 1064Town of Ancram6.1 km

Page 40: CONTRACT AWARD NOTIFICATION · 18403.127302M Superpave Low Volume 12.5 mm F3 w/nuclear density monitoring 18403.218902M Superpave Truing and Leveling 18403.196902M Superpave HMA Binder

GROUP 31503 - BITUMINOUS CONCRETE AWARD PAGE 40 (Specific Projects for VPP-DOT

(continued)10923ta.doc/10md

SPECIAL PAVING PROJECTS FOR DOT (VPP): (Cont’d)

PROJECT DETAILS: (Cont'd)702-90 Price

Estim. Tack perProj. County/ Metric Coat OGS MetricNo. Location Item Tons (liters) Item Ton Contractor

Region 8 (Cont'd)

8-1-4 Columbia Co 18403.126102M 9,200 13,100 78 AWARD PENDINGRte 9H SUPERPAVE4 Lanes to Rte 9IntersectionRM 9H 8101/1160 - 1189Town of Kinderhook4.7 km

8-2-2 Dutchess Co 18403.126102M 7,500 16,800 79 AWARD PENDINGRte 199 SUPERPAVEFactory Lane to CR 60RM 82 8201 / 1395 toRM 199 8202 / 1263Town of Pine Plains8.7 km

8-2-3 Dutchess Co. 18403.126102M 10,500 25,800 80 AWARD PENDINGRte 22 SUPERPAVELee Rd. to Plymouth Dr.RM 22 8205 /1067 - 1129Towns of Pawling& Dover10.0 km

8-2-5 Dutchess Co 18403.126102M 4,100 10,100 81 AWARD PENDINGRte 82 SUPERPAVETSP to Rte 55RM 82 8201 /1078 - 1113Towns of East Fishkill& LaGrange5.6 km

Page 41: CONTRACT AWARD NOTIFICATION · 18403.127302M Superpave Low Volume 12.5 mm F3 w/nuclear density monitoring 18403.218902M Superpave Truing and Leveling 18403.196902M Superpave HMA Binder

GROUP 31503 - BITUMINOUS CONCRETE AWARD PAGE 41 (Specific Projects for VPP-DOT

(continued)10923ta.doc/10md

SPECIAL PAVING PROJECTS FOR DOT (VPP): (Cont’d)

PROJECT DETAILS: (Cont'd)702-90 Price

Estim. Tack perProj. County/ Metric Coat OGS MetricNo. Location Item Tons (liters) Item Ton Contractor

Region 8 (Cont'd)

8-2-8 Dutchess Co 18403.126102M 2,700 6,100 82 $40.75 AvelloRte 376 SUPERPAVERte 113 to CarriageHill RdRM 376 8201 /1104 - 1122Town of Poughkeepsie2.9 km

8-3-5 Putnam Co 18403.126102M 11,800 28,900 83 $43.78 BilottaRte 6 SUPERPAVESodom Rd. to 18403.218902M 11,800 $43.78CN State LineRM 6 8404 /1135 - 1169Town of Southeast5.5 km

8-3-8 Putnam Co 18403.126102M 3,500 4,400 84 $44.66 ThalleRte 987G TSP SUPERPAVEStillwater to Rte 301RM 987G 8402 /1090 - 1105 (SB)1093 - 1104 (NB)Town of Putnam Valley2.4 km

8-3-9 Dutchess Co 18403.126102M 1,800 2,700 85 $42.25 PaleenRte 987G TSP SUPERPAVEMiller Hill to Rte I-84RM 897G 8203 /1014 - 1023Town of East Fishkill1.4 km

8-4-4 Orange Co 18403.126102M 2,400 5,000 86 $43.28 RitangelaRte 52 SUPERPAVEN. Dury Ln. toLakeside Rd.RM 52 8303 /1112 - 1128Town of Newburgh3.2 km

Page 42: CONTRACT AWARD NOTIFICATION · 18403.127302M Superpave Low Volume 12.5 mm F3 w/nuclear density monitoring 18403.218902M Superpave Truing and Leveling 18403.196902M Superpave HMA Binder

GROUP 31503 - BITUMINOUS CONCRETE AWARD PAGE 42 (Specific Projects for VPP-DOT

(continued)10923ta.doc/10md

SPECIAL PAVING PROJECTS FOR DOT (VPP): (Cont’d)

PROJECT DETAILS: (Cont'd)702-90 Price

Estim. Tack perProj. County/ Metric Coat OGS MetricNo. Location Item Tons (liters) Item Ton Contractor

Region 8 (Cont'd)

8-5-2 Orange Co 18403.126102M 4,600 6,800 87 AWARD PENDINGRte 97 SUPERPAVERte 42 overlap toSullivan Co LineRM 97 8301 /2023 - 2054Town of Deerpark5.2 km

8-6-1 Rockland Co 18403.126102M 5,300 7,800 88 $36.50 Mt. HopeRte 45 SUPERPAVENJ State Line to Rte 59RM 45 8501 /1000 - 1029Town of Ramapo4.8 km

8-6-3 Rockland Co 18403.126102M 3,100 5,300 89 AWARD PENDINGRte 9W SUPERPAVEWest Shore Rd. to500 ft north of Ayers RdRM 9W 8501 /1209 - 1229Town of Stoney Point3.5 km

8-7-1 Ulster Co 18403.126102M 10,400 13,000 90 AWARD PENDINGRte 209 SUPERPAVE0.4 km south of Rte 55 toRochester Town LineRM 209 8603/1064 - 1119Town of Ulster8.9 km

Page 43: CONTRACT AWARD NOTIFICATION · 18403.127302M Superpave Low Volume 12.5 mm F3 w/nuclear density monitoring 18403.218902M Superpave Truing and Leveling 18403.196902M Superpave HMA Binder

GROUP 31503 - BITUMINOUS CONCRETE AWARD PAGE 43 (Specific Projects for VPP-DOT

(continued)10923ta.doc/10md

SPECIAL PAVING PROJECTS FOR DOT (VPP): (Cont’d)

PROJECT DETAILS: (Cont'd)702-90 Price

Estim. Tack perProj. County/ Metric Coat OGS MetricNo. Location Item Tons (liters) Item Ton Contractor

Region 8 (Cont'd)

8-7-3 Ulster Co 18403.126102M 5,500 22,000 91 $35.52 CallananRte 209 SUPERPAVE0.8 km north of 18403.218902M 5,500 $33.30Old Rte 209to railroad crossingRM 209 8603 /1284 - 1311Towns of Hurley& Ulster4.4 km

8-7-3a Ulster Co 18403.126102M 1,000 1,100 92 NO AWARDRte 981K. SUPERPAVE(Washington Ave) 18403.256902M 1,000T'way Circleto bridgeRM 898 8601 /1002+300' - 1005City of Kingston0.5 km

8-8-1 Westchester Co 18403.126102M 5,600 13,000 93 AWARD PENDINGRte 100 SUPERPAVERte 133 to the CrotonReservoir BridgeRM 100 8701 /4129 - 4161Towns of New Castle& Yorktown5.6 km

8-8-2 Westchester Co 18403.126102M 3,900 10,500 94 AWARD PENDINGRte 6 SUPERPAVEYorktown Town Line toPutnam Co LineRM 6 8703 /3066 - 3082Town of Somers2.6 km

Page 44: CONTRACT AWARD NOTIFICATION · 18403.127302M Superpave Low Volume 12.5 mm F3 w/nuclear density monitoring 18403.218902M Superpave Truing and Leveling 18403.196902M Superpave HMA Binder

GROUP 31503 - BITUMINOUS CONCRETE AWARD PAGE 44 (Specific Projects for VPP-DOT

(continued)10923ta.doc/10md

SPECIAL PAVING PROJECTS FOR DOT (VPP): (Cont’d)

PROJECT DETAILS: (Cont'd)702-90 Price

Estim. Tack perProj. County/ Metric Coat OGS MetricNo. Location Item Tons (liters) Item Ton Contractor

Region 8 (Cont'd)

8-8-3 Westchester Co 18403.126102M 4,000 9,300 95 AWARD PENDINGRte 35 & SUPERPAVERte 124Rte 121 to Spring St. SouthRte 35 to Spring St. SouthRM 35 8701/2188 - 2207RM 124 8701/1047 - 1050Town of Lewisboro3.5 km

8-8-4 Westchester Co 18403.126102M 4,200 9,800 96 AWARD PENDINGRte 139 SUPERPAVERte 100 to Rte 202RM 139 8701 /1000 - 1028Town of Somer4.5 km

8-9-1 Westchester Co 18403.126102M 4,700 7,300 97 AWARD PENDINGRte 9A SUPERPAVEYonkers to 18403.218902M 600ArdsleyVillage LineRM 9A 8703 /2000 - 2033Villages of Ardsley& HastingsTown of Greenburgh5.4 km

8-2-4 Dutchess Co 18403.126102M 2,700 5,900 98 AWARD PENDINGRte 44 SUPERPAVERte 343 to Rte 44ARM 44 8202 /2133 - 2149Town of WashingtonVilllage of Millbrook2.6km

Page 45: CONTRACT AWARD NOTIFICATION · 18403.127302M Superpave Low Volume 12.5 mm F3 w/nuclear density monitoring 18403.218902M Superpave Truing and Leveling 18403.196902M Superpave HMA Binder

GROUP 31503 - BITUMINOUS CONCRETE AWARD PAGE 45 (Specific Projects for VPP-DOT

(continued)10923ta.doc/10md

SPECIAL PAVING PROJECTS FOR DOT (VPP): (Cont’d)

PROJECT DETAILS: (Cont'd)702-90 Price

Estim. Tack perProj. County/ Metric Coat OGS MetricNo. Location Item Tons (liters) Item Ton Contractor

Region 9

9-4-2 Delaware Co 403.170001M 3,200 7,600 99 $29.94 CobleskillRte 8Masonville toSidneyRM 8 9301 /1130 - 1147Town of Masonville2.7 km

9-5-5 Otsego Co 18403.127302M 15,500 37,300 100 $29.46 CobleskillRte 28 SUPERPAVEColliersvilleConnector toMilfordRM 28 9403 /3046 - 3126Town of Milford andVillage of Milford12.8 km

9-5-6 Otsego Co 403.170001M 18,300 44,500 101 $30.19 CobleskillRte 23South New Berlin 403.180001M 4,600 $30.19to Morris (T&L)RM 23 9403 /1000 - 1076Town of Morris andVillage of Morris12.2 km

Region 10

10-3-1 Suffolk Co. East 18403.126102M 5,000 10,000 102 $64.87 NewbornRte 25A (SUPERPAVE)William Floyd Pkwy.to Sound Ave.RM 25A 07031399 - 1426Town of Riverhead4.3 km

Page 46: CONTRACT AWARD NOTIFICATION · 18403.127302M Superpave Low Volume 12.5 mm F3 w/nuclear density monitoring 18403.218902M Superpave Truing and Leveling 18403.196902M Superpave HMA Binder

GROUP 31503 - BITUMINOUS CONCRETE AWARD PAGE 46 (Specific Projects for VPP-DOT

(continued)10923ta.doc/10md

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. 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 No., description ofproduct, 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 foraudit and payment. All facilities are urged to process every completed voucher expeditiously giving particularattention to those involving cash discounts.

NOTE TO CONTRACTOR:This Contract Award Notification is not an order. Do not take any action under this contract except on the

basis of a purchase order from the agency.

Page 47: CONTRACT AWARD NOTIFICATION · 18403.127302M Superpave Low Volume 12.5 mm F3 w/nuclear density monitoring 18403.218902M Superpave Truing and Leveling 18403.196902M Superpave HMA Binder

GROUP 31503 - BITUMINOUS CONCRETE AWARD PAGE 47 (Specific Projects for VPP-DOT

(continued)10923ta.doc/10md

State of New YorkOffice of General Services

PROCUREMENT SERVICES GROUPContract Performance Report

Please take a moment to let us know how this contract award has measured up to your expectations. If reporting onmore than one contractor or product, please make copies as needed. This office will use the information to improve ourcontract 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 (includingprinting), 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 GROUPCustomer Services, Room 3711

Corning 2nd Tower - Empire State PlazaAlbany, New York 12242

* * * * *


Recommended