+ All Categories
Home > Documents > CONTRACT AWARD NOTIFICATIONStandard Specifications and as per the enclosed material specification...

CONTRACT AWARD NOTIFICATIONStandard Specifications and as per the enclosed material specification...

Date post: 23-Mar-2021
Category:
Upload: others
View: 4 times
Download: 0 times
Share this document with a friend
21
(continued) 20616a.doc/T06jh 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 31501 – LIQUID BITUMINOUS MATERIALS GSB-88 Emulsified Asphalt Seal Coat Application (Specific Projects – DOT Region 9) (Federal Funds) Classification Code: 30 Award Number : 20616 Contract Period : August 15, 2006 to September 30, 2006 Bid Opening Date : July 13, 2006 Date of Issue : August 11, 2006 Specification Reference : SPEC-899 dated April 27, 2006 and as amended in the Invitation for Bids (Supersedes SPEC-896 dated September 9, 2005) and Purchasing Memorandum dated July 11, 2006 Contractor Information : Appears on Page 2 of this Award Address Inquiries To: State Agencies & Vendors Name : Title : Phone : Fax : E-mail : Joseph Hodder Purchasing Officer I, Team 6 518-474-3668 518-474-8676 [email protected] The Procurement Services Group values your input. Complete and return "Contract Performance Report" at end of document. Description GSB-88 Emulsified Asphalt Seal Coat Application is a liquid bituminous material (asphalt cement, water, a rejuvenator, and an emulsifying agent) applied to hot mix asphalt highway shoulders in order to extend their life by rejuvenating weathered hot mix asphalt and slowing future deterioration. PR #20616-T
Transcript
Page 1: CONTRACT AWARD NOTIFICATIONStandard Specifications and as per the enclosed material specification for Application of GSB-88 Emulsified Asphalt Seal Coat. Cleaning and preparing the

(continued) 20616a.doc/T06jh

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 31501 – LIQUID BITUMINOUS MATERIALS GSB-88 Emulsified Asphalt Seal Coat Application (Specific Projects – DOT Region 9) (Federal Funds) Classification Code: 30

Award Number : 20616

Contract Period : August 15, 2006 to September 30, 2006

Bid Opening Date : July 13, 2006

Date of Issue : August 11, 2006

Specification Reference : SPEC-899 dated April 27, 2006 and as amended in the Invitation for Bids (Supersedes SPEC-896 dated September 9, 2005) and Purchasing Memorandum dated July 11, 2006

Contractor Information : Appears on Page 2 of this Award

Address Inquiries To:

State Agencies & Vendors Name : Title : Phone : Fax : E-mail :

Joseph Hodder Purchasing Officer I, Team 6 518-474-3668 518-474-8676 [email protected]

The Procurement Services Group values your input.

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

Description

GSB-88 Emulsified Asphalt Seal Coat Application is a liquid bituminous material (asphalt cement, water, a rejuvenator, and an emulsifying agent) applied to hot mix asphalt highway shoulders in order to extend their life by rejuvenating weathered hot mix asphalt and slowing future deterioration.

PR #20616-T

Page 2: CONTRACT AWARD NOTIFICATIONStandard Specifications and as per the enclosed material specification for Application of GSB-88 Emulsified Asphalt Seal Coat. Cleaning and preparing the

GROUP 31501 – LIQUID BITUMINOUS MATERIALS AWARD PAGE 2 GSB-88 Emulsified Asphalt Seal Coat Application (Specific Projects – DOT Region 6) (Federal Funds)

(continued) 20616a.doc/T06jh

NOTE: See individual contract items to determine actual awardees.

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

PC62612 NEW YORK BITUMINOUS 800/892-6047 061069341SB PRODUCTS CORP. 845/782-7231

PO Box 577 Daniel E. Patenaude Chester, NY 10918 Fax: 845/783-1787 E-mail: [email protected] Web Site: www.nybit.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. 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 AUTHORIZED USERS:

When placing purchase orders under the contract(s), the authorized user should be familiar with and follow the terms and conditions governing its use which usually appears at the end of this document. The authorized user is accountable and responsible for compliance with the requirements of public procurement processes. The authorized user must periodically sample the results of its procurements to determine its compliance. In sampling its procurements, an authorized user should test for reasonableness of results to ensure that such results can withstand public scrutiny. The authorized user, when purchasing from OGS contracts, should hold the contractor accountable for contract compliance and meeting the contract terms, conditions, specifications, and other requirements. Also, in recognition of market fluctuations over time, authorized users are encouraged to seek improved pricing whenever possible. Authorized users have the responsibility to document purchases, particularly when using OGS multiple award contracts for the same or similar product(s)/service(s), which should include:

• a statement of need and associated requirements, • a summary of the contract alternatives considered for the purchase, • the reason(s) supporting the resulting purchase (e.g., show the basis for the selection among multiple

contracts at the time of purchase was the most practical and economical alternative and was in the best interests of the State).

Page 3: CONTRACT AWARD NOTIFICATIONStandard Specifications and as per the enclosed material specification for Application of GSB-88 Emulsified Asphalt Seal Coat. Cleaning and preparing the

GROUP 31501 – LIQUID BITUMINOUS MATERIALS AWARD PAGE 3 GSB-88 Emulsified Asphalt Seal Coat Application (Specific Projects – DOT Region 6) (Federal Funds)

(continued) 20616a.doc/T06jh

PRICE: Price for Application of GSB-88 Emulsified Asphalt Seal Coat is net per square meter furnished, hauled, delivered, and applied with contractor’s equipment totally by the contractor at locations indicated herein. The contractor is to furnish all necessary labor and equipment to complete the work under this contract including maintenance and protection of traffic and sanding. The requirements for maintenance and protection of traffic and sanding are listed elsewhere in this Award. Permanent pavement striping will be the responsibility of the State upon completion of the Application of GSB-88 Emulsified Asphalt Seal Coat after the contractor has vacated the project site. The permanent maintenance and protection of traffic signs (indicated elsewhere) shall remain in place until two weeks after the project is completed.

Application of GSB-88 Emulsified Asphalt Seal Coat shall be performed in accordance with NYSDOT's Standard Specifications and as per the enclosed material specification for Application of GSB-88 Emulsified Asphalt Seal Coat. Cleaning and preparing the existing pavement will be the responsibility of the contractor. Erecting warning signs and directing traffic will be the responsibility of the contractor using the maintenance and protection of traffic section of this Award. The equipment supplied to apply the GSB-88 Emulsified Asphalt Seal Coat shall meet the appropriate requirements of the New York State Department of Transportation Standard Specifications. Self-propelled rotary power brooms, liquid bituminous material distributors, and self-propelled aggregate spreaders shall meet the requirements of Section 410 of the New York State Department of Transportation Standard Specifications. All necessary operators shall be supplied along with the liquid bituminous material distributor and the aggregate spreader. All personnel supplied for the Application of GSB-88 Emulsified Asphalt Seal Coat shall be qualified and experienced in the application. Unworkable Price Structure - Should the price structure utilized by the parties become unworkable, detrimental or injurious to the State and/or Contractor or result in prices which are not truly reflective of current market conditions, and the price is deemed unreasonable or excessive by the Commissioner and no adjustment in price is mutually agreeable, the Commissioner reserves the sole right upon 10 days written notice mailed to the contractor to terminate this Contract. If the contractor is unable or unwilling to meet contractual requirements in whole or in part based on an unworkable price structure, it shall immediately notify the State of that fact in order that the State may take appropriate action. Such notification shall be in writing and shall be directed to the Office of General Services, Procurement Services Group. Such notification shall not relieve the contractor of its responsibilities under the contract. The State reserves the right to implement changes in price based on unforeseen factors such as dramatic changes in availability, delivery, costs, etc., for product, supplies, etc., that substantively affect the contractor’s business processes or that may impact contract pricing. Such changes may be based on information from the U.S. Bureau of Labor Statistics, industry data, or other sources.

Estimated OGS Price Per Project Quantity Item Square No. County / Location Item No. (Sq. Meters) No. Meter Contractor 935801 Otsego & 18618.80 400,800 1 $1.394 New York

Schoharie Counties Bituminous Rte I-88 Products Mile Pt 58 to 88 Shoulders Only Ref Mkr 88I 9406/ 3013 to 3255 & Ref Mkr 88I 9507/ 1000 to 1045 Towns of Oneonta, Milford, Maryland, Worcester, & Richmondville 46.2 km

Page 4: CONTRACT AWARD NOTIFICATIONStandard Specifications and as per the enclosed material specification for Application of GSB-88 Emulsified Asphalt Seal Coat. Cleaning and preparing the

GROUP 31501 – LIQUID BITUMINOUS MATERIALS AWARD PAGE 4 GSB-88 Emulsified Asphalt Seal Coat Application (Specific Projects – DOT Region 6) (Federal Funds)

(continued) 20616a.doc/T06jh

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. To obtain an electronic payment authorization form visit the OSC website at www.osc.state.ny.us or contact them by e-mail at [email protected] or by phone at 518-474-4032.

NOTE TO CONTRACTOR:

This Contract Award Notification is not an order. Do not take any action under this contract except on the basis of purchase order(s) from the agency or agencies. If a purchase order is not received from the agency listed within two weeks after receipt of this award, the contractor should contact the agency directly requesting the submission of a purchase order. The Agency contact person is Edward Denehy, who can be reached at 518/457-6914.

PSG's DISPUTE RESOLUTION POLICY:

It is the policy of the Office of General Services’ Procurement Services Group (PSG) to provide vendors with an opportunity to administratively resolve disputes, complaints or inquiries related to PSG bid solicitations or contract awards. PSG encourages vendors to seek resolution of disputes through consultation with PSG staff. All such matters will be accorded impartial and timely consideration. Interested parties may also file formal written disputes. A copy of PSG’s Dispute Resolution 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).

PAYMENT

Payment for Application of GSB-88 Emulsified Asphalt Seal Coat in place shall be made at the contract prices per net square meter for the actual quantity of square meters of GSB-88 Emulsified Asphalt Seal Coat in place including maintenance and protection of traffic and sanding. The determination by the State as to quantities involved in any contract shall be accepted as final and binding upon the contractor. A delivery slip stating quantities of liquid bituminous material shall accompany each shipment. An invoice listing the quantities of GSB-88 Emulsified Asphalt Seal Coat in place shall be sent promptly by the contractor to the State’s resident engineer.

CONTRACT PERIOD AND RENEWALS:

It is the intention of the State to enter into a contract for the term as stated herein. If mutually agreed between the Procurement Services Group and the contractor, the contract may be renewed under the same terms and conditions for additional period(s) not to exceed a total contract term of five (5) years.

Page 5: CONTRACT AWARD NOTIFICATIONStandard Specifications and as per the enclosed material specification for Application of GSB-88 Emulsified Asphalt Seal Coat. Cleaning and preparing the

GROUP 31501 – LIQUID BITUMINOUS MATERIALS AWARD PAGE 5 GSB-88 Emulsified Asphalt Seal Coat Application (Specific Projects – DOT Region 6) (Federal Funds)

(continued) 20616a.doc/T06jh

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.

ESTIMATED QUANTITIES:

The quantities or dollar values listed are estimated only. See "Estimated/Specific Quantity Contracts" in Appendix B, OGS General Specifications.

DISPOSITION OF SETTLEMENTS:

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.

REPORT OF CONTRACT PURCHASES:

Contractor shall furnish report of purchases made from contract on or before October 15, 2006. The reports shall be in the following format:

Brief Description Total Value ($) Sold Under This Contract

The report is to be submitted to the Office of General Services, Procurement Services Group, Tower Bldg., Empire State Plaza, Albany, NY 12242, to the attention of the individual shown on the front page of the Contract Award Notification and shall reference the Group Number, the Invitation for Bids Number, Contract Number, sales period, and contractor's name. Additional related sales information, such as monthly reports, and/or detailed user purchases may be required and must be supplied upon request. Failure to submit the required report may be cause for disqualification of contractor for future contracts.

CONTRACTOR’S INSURANCE REQUIREMENTS AND/OR EQUIPMENT INSURANCE REQUIREMENTS:

Contractor shall provide to the Authorized User - Certificates of Insurance evidencing that it has at the period covering project duration the following insurance coverages, with limits not less than those described below, or as required by law, whichever is greater (limits may be provided through a combination of primary and umbrella/excess policies), naming the People of the State of New York, its officers, agents, and employees as additional insured's thereunder. Such Certificates shall be in the form and substance as indicated herein. In the block provided in the Certificate for insertion of “Description of Operation”, the Contractor shall reference Award #20616.

Acceptance and/or approval by Authorized User does not and shall not be construed to relieve Contractor of any obligations, responsibilities or liabilities under the Contract.

Contractor shall, upon receipt of a Purchase Order, provide a Certificate of Insurance evidencing insurance coverage at that time, in the amounts and type set forth below, and shall provide a certificate of such insurance naming the Authorized User as an additional insured. Such insurance shall in no event be construed for any purpose so as to make Contractor or the issuer of such policies liable for the negligence (joint, concurrent, independent or individual) acts, errors or omissions of the Authorized Users or its employees.

All insurance required by the Contract shall be: • Obtained at the sole cost and expense of the Contractor; • Maintained with insurance carriers licensed to do business in New York State; • Endorsed to provide written notice be given to the Authorized User, at least thirty (30) days prior to the

cancellation, non-renewal, or material alteration of such policies, which notice, evidenced by return receipt of United States Certified Mail; shall be sent to the Authorized User's name and address;

• Endorsed naming The People of the State of New York, its officers, agents, and employees as additional insureds thereunder.

Page 6: CONTRACT AWARD NOTIFICATIONStandard Specifications and as per the enclosed material specification for Application of GSB-88 Emulsified Asphalt Seal Coat. Cleaning and preparing the

GROUP 31501 – LIQUID BITUMINOUS MATERIALS AWARD PAGE 6 GSB-88 Emulsified Asphalt Seal Coat Application (Specific Projects – DOT Region 6) (Federal Funds)

(continued) 20616a.doc/T06jh

CONTRACTOR’S INSURANCE REQUIREMENTS AND/OR EQUIPMENT INSURANCE REQUIREMENTS: (Cont’d.)

The Contractor shall be solely responsible for the payment of all deductibles and self insured retentions to which such policies are subject. Deductibles and self-insured retentions must be approved by Authorized User. Such approval shall not be unreasonably withheld.

The Contractor shall require that any subcontractors hired, carry insurance with the same limits and provisions provided herein.

Each insurance carrier must be rated at least “A-” Class “VII” in the most recently published Best’s Insurance Report. If, during the term of the policy, a carrier’s rating falls below “A-” Class “VII”, the insurance must be replaced no later than the renewal date of the policy with an insurer acceptable to the Department and rated at least “A-” Class ”VII” in the most recently published Best’s Insurance Report.

The Contractor shall cause all insurance to be in full force and effect as of the commencement date of this Project and to remain in full force and effect throughout the term of the Project and as further required by this Contract. The Contractor shall not take any action, or omit to take any action that would suspend or invalidate any of the required coverages during the period of time such coverages are required to be in effect.

Not less than thirty (30) days prior to the expiration date or renewal date, the Contractor shall supply the Authorized User updated replacement Certificates of Insurance, and amendatory endorsements.

The Contractor, throughout the term of this Contract, or as otherwise required by this Contract, shall obtain and maintain in full force and effect, the following insurance with limits not less than those described below and as required by the terms of this Contract, or as required by law, whichever is greater (limits may be provided through a combination of primary and umbrella/excess policies):

a) Commercial General Liability Insurance with a limit of not less than $5,000,000 each occurrence. Such liability shall be written on the ISO occurrence form CG 00 01, or a substitute form providing equivalent coverages and shall cover liability arising from premises operations, independent contractors, products-completed operations, broad form property damage, personal & advertising injury, cross liability coverage, liability assumed in a contract (including the tort liability of another assumed in a contract) and explosion, collapse & underground coverage.

1. If such insurance contains an aggregate limit, it shall apply separately on a per job basis.

b) Workers Compensation, Employers Liability, and Disability Benefits as required by New York State. If employees will be working on, near or over navigable waters, US Longshore and Harbor Workers Compensation Act must be included. The Alternate Employer Endorsement WC 00 03 01A must be included on the policy naming the People of the State of New York as the alternate employer for only those contractors offering equipment with operators.

c) Comprehensive Business Automobile Liability Insurance with a limit of not less than $2,000,000 each accident. Such insurance shall cover liability arising out of any automobile including owned, leased, hired and non owned automobiles.

d) Commercial Inland Marine Insurance providing for direct loss or damage to any owned, borrowed, leased or rented equipment.

Waiver of Subrogation: Contractor shall cause to be included in each of its policies insuring against loss, damage or destruction by fire or other insured casualty a waiver of the insurer’s right of subrogation against OGS, or, if such waiver is unobtainable (i) an express agreement that such policy shall not be invalidated if Contractor waives or has waived before the casualty, the right of recovery against OGS or (ii) any other form of permission for the release of OGS.

Page 7: CONTRACT AWARD NOTIFICATIONStandard Specifications and as per the enclosed material specification for Application of GSB-88 Emulsified Asphalt Seal Coat. Cleaning and preparing the

GROUP 31501 – LIQUID BITUMINOUS MATERIALS AWARD PAGE 7 GSB-88 Emulsified Asphalt Seal Coat Application (Specific Projects – DOT Region 6) (Federal Funds)

(continued) 20616a.doc/T06jh

PREVAILING WAGE RATES – FEDERALLY FUNDED PUBLIC WORKS CONTRACTS: Work is subject to the prevailing wage rate provisions of New York State Labor Law and U.S. Labor Law. Any federal or State determination of a violation of any public works law or regulation, or labor law or regulation, may be grounds for a determination of vendor non-responsibility.

Any provisions of NYS Labor Law that are in conflict with mandatory Federal-Aid construction contract compliance requirements are superseded. Any provisions of NYS Labor Law that are not in conflict with mandatory Federal-Aid construction contract compliance requirements or the Davis-Bacon Act but are more restrictive shall apply.

For Prevailing Wage Schedule, use the following link: http://wpp.labor.state.ny.us/wpp/viewOriginalWageSchedule.do?projectId=301934

For Prevailing Wage Updates, use the following link: http://wpp.labor.state.ny.us/wpp/publicViewPWChanges.do?method=showIt

Links to schedule updates appear in the table at the bottom of the web page.

The Federal Wage Rate Chart for Otsego County is located on the web at http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=NY20030040. The Federal Wage Rate Chart for Schoharie County is located on the web at http://frwebgate.access.gpo.gov/cgi-bin/getdoc.cgi?dbname=Davis-Bacon&docid=NY20030002. RESTORATION OF DISTURBED AREAS

During the course of the work the contractor shall take reasonable care not to disturb areas outside the existing pavement. Any areas disturbed by the contractor shall be returned to their original condition at no expense to the owner. Any and all debris generated as part of the work shall be removed by the contractor upon completion of the project.

SUPERVISION

The contractor is solely responsible for the control and application of materials and other related operations. The State shall designate a GSB-88 Emulsified Asphalt Seal Coat supervisor who will monitor the contractor’s operations. The contractor shall inform the GSB-88 Emulsified Asphalt Seal Coat supervisor of substantial deviations from these specifications. All orders pertaining to maintenance and protection of traffic from the GSB-88 Emulsified Asphalt Seal Coat supervisor to the contractor shall be binding on the contractor. The following portions of Section 105 - CONTROL OF WORK of the Standard Specifications shall apply to these projects: 105-01 STOPPING WORK, 105-08 COOPERATION BY THE CONTRACTOR, 105-15 CONTRACTOR'S RESPONSIBILITY FOR WORK.

PRE- APPLICATION OF GSB-88 EMULSIFIED ASPHALT SEAL COAT CONFERENCE

The Contractor shall schedule a Pre-Application of GSB-88 Emulsified Asphalt Seal Coat Conference with the State at least two weeks prior to the start of work under this contract. Project Level supervisors for both the owner agency and the vendor should be present at this conference. At this conference the contractor shall present their proposed Application of GSB-88 Emulsified Asphalt Seal Coat schedule, mix design, numbers and type of equipment, and Application of GSB-88 Emulsified Asphalt Seal Coat procedure and Maintenance and Protection of Traffic Plan to the State for approval. The mix design must clearly show the quantity in kilograms per square meter of sand (if used), the quantity in liters per square meter of GSB-88, and the design curing time. All the component materials used in the mix design shall be representative of the materials proposed by the contractor to be used on the project. Adjustments may be required during construction based on field conditions and with the approval of the State. The Contractor shall also furnish the State copies of the calibrations of the liquid bituminous material distributor and the aggregate spreader at this time. The contractor shall indicate the aggregate source at this conference. At least one week prior to the start of work under this contract, the contractor shall coordinate the details of the Application of GSB-88 Emulsified Asphalt Seal Coat with the owner's representative.

Page 8: CONTRACT AWARD NOTIFICATIONStandard Specifications and as per the enclosed material specification for Application of GSB-88 Emulsified Asphalt Seal Coat. Cleaning and preparing the

GROUP 31501 – LIQUID BITUMINOUS MATERIALS AWARD PAGE 8 GSB-88 Emulsified Asphalt Seal Coat Application (Specific Projects – DOT Region 6) (Federal Funds)

(continued) 20616a.doc/T06jh

WORK HOURS Work will not be permitted on Sundays and Holidays. If the contractor desires to work overtime on other days, dispensation from the NYS Labor Department must be obtained using Department of Labor Form PW-30 (5/93).

CONSTRUCTION DETAILS

The construction details shall comply with the requirements specified in the enclosed DETAILED SPECIFICATION. The contractor shall inform the Application of GSB-88 Emulsified Asphalt Seal Coat Supervisor of significant deviations from the specifications.

DAMAGED OR DEFICIENT AREAS

Prior to acceptance and payment for the Application of GSB-88 Emulsified Asphalt Seal Coat by the State, any application that ravels, delaminates, fails to properly cure, or is in any way defective shall be redone to the satisfaction of the State's representative at the contractor's expense.

DAMAGE CLAIMS

Sub-Section 107-09, Damage, of the Standard Specifications shall apply to this contract except as modified herein. The contractor’s responsibility for damage includes, but is not limited to, all claims of damages to vehicles and/or injuries to bicyclists or pedestrians traveling on the highway right of way of roads where GSB-88 Emulsified Asphalt Seal Coat has been applied under this contract caused by loose stone and/or excess bituminous material until final acceptance by the State. Final acceptance of the GSB-88 Emulsified Asphalt Seal Coat project shall not occur until 72 hours after completion. The contractor shall supply the owner’s representative with a name and address where damage and/or injury claims should be sent.

COMPLETION OF PROJECTS

As per the detailed specifications, all Application of GSB-88 Emulsified Asphalt Seal Coat work on the project in this Award shall be completed and invoiced to the State by September 30, 2006.

SPECIAL NOTE - NO SIMULTANEOUS WORK ON BOTH SHOULDERS

At no time will the contractor be permitted to work on both the right and left shoulders simultaneously in one direction of travel.

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 owner's representative at the Pre Application of GSB-88 Emulsified Asphalt Seal Coat Conference. For Project 935801, the drawings included in this award may be used as a basis for development of a Maintenance and Protection of Traffic Plan. Significant deviations from the Maintenance and Protection of Traffic Plan without prior approval of the resident engineer shall be cause to stop the work until the deviations are corrected to the satisfaction of the State’s resident engineer. All necessary flaggers for maintenance and protection of traffic shall be provided by the contractor. A minimum of two flaggers shall be provided while the Application of GSB-88 Emulsified Asphalt Seal Coat operation is underway. One shall be stationed at the beginning of the operation and one shall be stationed in the middle of the operation. 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 owner. Unless otherwise specified, the highway shall be kept open to traffic at all times.

Page 9: CONTRACT AWARD NOTIFICATIONStandard Specifications and as per the enclosed material specification for Application of GSB-88 Emulsified Asphalt Seal Coat. Cleaning and preparing the

GROUP 31501 – LIQUID BITUMINOUS MATERIALS AWARD PAGE 9 GSB-88 Emulsified Asphalt Seal Coat Application (Specific Projects – DOT Region 6) (Federal Funds)

(continued) 20616a.doc/T06jh

Page 10: CONTRACT AWARD NOTIFICATIONStandard Specifications and as per the enclosed material specification for Application of GSB-88 Emulsified Asphalt Seal Coat. Cleaning and preparing the

GROUP 31501 – LIQUID BITUMINOUS MATERIALS AWARD PAGE 10 GSB-88 Emulsified Asphalt Seal Coat Application (Specific Projects – DOT Region 6) (Federal Funds)

(continued) 20616a.doc/T06jh

Page 11: CONTRACT AWARD NOTIFICATIONStandard Specifications and as per the enclosed material specification for Application of GSB-88 Emulsified Asphalt Seal Coat. Cleaning and preparing the

GROUP 31501 – LIQUID BITUMINOUS MATERIALS AWARD PAGE 11 GSB-88 Emulsified Asphalt Seal Coat Application (Specific Projects – DOT Region 6) (Federal Funds)

(continued) 20616a.doc/T06jh

Page 12: CONTRACT AWARD NOTIFICATIONStandard Specifications and as per the enclosed material specification for Application of GSB-88 Emulsified Asphalt Seal Coat. Cleaning and preparing the

GROUP 31501 – LIQUID BITUMINOUS MATERIALS AWARD PAGE 12 GSB-88 Emulsified Asphalt Seal Coat Application (Specific Projects – DOT Region 6) (Federal Funds)

(continued) 20616a.doc/T06jh

Page 13: CONTRACT AWARD NOTIFICATIONStandard Specifications and as per the enclosed material specification for Application of GSB-88 Emulsified Asphalt Seal Coat. Cleaning and preparing the

GROUP 31501 – LIQUID BITUMINOUS MATERIALS AWARD PAGE 13 GSB-88 Emulsified Asphalt Seal Coat Application (Specific Projects – DOT Region 6) (Federal Funds)

(continued) 20616a.doc/T06jh

Page 14: CONTRACT AWARD NOTIFICATIONStandard Specifications and as per the enclosed material specification for Application of GSB-88 Emulsified Asphalt Seal Coat. Cleaning and preparing the

GROUP 31501 – LIQUID BITUMINOUS MATERIALS AWARD PAGE 14 GSB-88 Emulsified Asphalt Seal Coat Application (Specific Projects – DOT Region 6) (Federal Funds)

(continued) 20616a.doc/T06jh

Page 15: CONTRACT AWARD NOTIFICATIONStandard Specifications and as per the enclosed material specification for Application of GSB-88 Emulsified Asphalt Seal Coat. Cleaning and preparing the

GROUP 31501 – LIQUID BITUMINOUS MATERIALS AWARD PAGE 15 GSB-88 Emulsified Asphalt Seal Coat Application (Specific Projects – DOT Region 6) (Federal Funds)

(continued) 20616a.doc/T06jh

MAINTENANCE AND PROTECTION OF TRAFFIC (Cont'd) The contractor 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 contractor shall install the permanent construction signs as indicated on the Maintenance and Protection of Traffic drawings included in this Award.

The contractor 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 owner's representative, 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 contractor shall place temporary pavement delineation at the end of each work day. A single 600 millimeter length of paint or marking tape 100 millimeters wide, or enough markers to simulate a 600 millimeter mark shall be placed at 12 meter intervals between adjacent travel lanes along the roadway. The contractor shall not be required to remove the pavement delineation at the end of the Application of GSB-88 Emulsified Asphalt Seal Coat. All costs for maintenance and protection of traffic including flagging, pavement delineation, and construction signs are included in the price per square meter for the Application of GSB-88 Emulsified Asphalt Seal Coat. No separate payment shall be made.

Special Note: WORK ZONE INTRUSION INITIATIVE

As part of the Department of Transportation’s Work Zone Intrusion Initiative, the following countermeasures shall apply to 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 used throughout 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 be used in the taper as well. Drums or vertical panels are preferred for long-duration work zones, and at any locations where the risk of intrusion 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 maximum 225 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 one location for no more than a few minutes. If the W8-22 Flagger sign is used, the additional cones and flag tree shall also be used. The attached 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 Raised Removable Tape Rumble Strips.

Page 16: CONTRACT AWARD NOTIFICATIONStandard Specifications and as per the enclosed material specification for Application of GSB-88 Emulsified Asphalt Seal Coat. Cleaning and preparing the

GROUP 31501 – LIQUID BITUMINOUS MATERIALS AWARD PAGE 16 GSB-88 Emulsified Asphalt Seal Coat Application (Specific Projects – DOT Region 6) (Federal Funds)

(continued) 20616a.doc/T06jh

1

2

3

ONE LANE ROAD

AHEAD

ROAD WORK AHEAD

1

2

3

W8-22

W8-6

W8-2

NOTES:

1. PLACEMENT OF THE FLAG TREE

SHOULD BE ON THE SHOULDER

BEHIND THE CHANNELIZING

DEVICES, AT A MINIMUM DISTANCE

OF 75 m IN ADVANCE OF THE

FLAGGER, NOT TO EXCEED 1/2 THE

DISTANCE BETWEEN THE

"FLAGGER AHEAD" SIGN AND THE

FLAGGER.

2. L = STANDARD TAPER LENGTH

NYSMUTCD TABLE 262-2.

SIMILAR LAYOUT FOR OPPOSING TRAFFIC

CHANNELIZING DEVICES

FLAGGER

FLAG TREE, F5-1 (SEE NOTE 1)

SH

OU

LDE

R

BU

FFE

R

SP

AC

E

30 m

MA

X.

D/2

(60

m M

IN,

200

m M

AX

.)

L/3

D =

AD

VA

NC

E P

OS

TIN

G D

ISTA

NC

E C

ATE

GO

RY

1

NY

SM

UTC

D T

AB

LE 2

30-1

NY

SM

UTC

D T

AB

LE 3

01-1

SH

OU

LDE

R C

LOS

UR

E

WORK AREA

SH

OU

LDE

R

150

m

150

m

One-lane, Two-way Traffic Control Flagger Station Enhancement with Flag Tree and Cones

Page 17: CONTRACT AWARD NOTIFICATIONStandard Specifications and as per the enclosed material specification for Application of GSB-88 Emulsified Asphalt Seal Coat. Cleaning and preparing the

GROUP 31501 – LIQUID BITUMINOUS MATERIALS AWARD PAGE 17 GSB-88 Emulsified Asphalt Seal Coat Application (Specific Projects – DOT Region 6) (Federal Funds)

(continued) 20616a.doc/T06jh

WORK ZONE INTRUSION INITIATIVE: (Cont’d)

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 surface shall 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 and traversing the full width of each travel lane. On curbed roadways , rumble strips shall end a minimum of 0.9 meters from the curb so as to not interfere with drainage. Rumble strips shall be between 150 mm and 225 mm in width and have a final compacted thickness of 10 mm ±3 mm. Temporary rumble strips shall be formed using a specially constructed rumble strip paver (drag box) pulled transversely 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 plate tamper or a static roller. 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 the Contractor to the satisfaction of the Engineer. Any associated damage to the pavement shall also be repaired by the Contractor to the satisfaction of the Engineer. These replacements or repairs shall be made at no additional expense to the Purchasing Agency. When directed by the Engineer, (e.g., prior to the start of the winter plowing season), or prior to the placement of 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 temporary traffic control signs and devices. Any pavement that is damaged in the process of removing the rumble strips shall be 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 four layers of removable preformed pavement marking tape. The tape shall be applied to a clean, dry pavement surface in accordance with the manufacturer’s recommendations. 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 and traversing the full width of each travel lane. On curbed roadways , rumble strips shall end a minimum of 0.9 meters from the curb so as to not interfere with drainage. Sufficient layers of tape shall be applied such that each finished rumble strip has a thickness of 10 mm ± 3mm and is between 150 mm and 225 mm in width. 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 the Contractor to the satisfaction of the Engineer. Any associated damage to the pavement shall also be repaired by the Contractor to the satisfaction of the Engineer. These replacements or repairs shall be made at no additional expense to the Purchasing Agency. When directed by the Engineer, (e.g. prior to the start of the winter plowing season), or prior to the placement of 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 temporary traffic control signs and devices. Any pavement that is damaged in the process of removing the rumble strips shall be 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 are included in the price per square meter. No separate payment shall be made.

Page 18: CONTRACT AWARD NOTIFICATIONStandard Specifications and as per the enclosed material specification for Application of GSB-88 Emulsified Asphalt Seal Coat. Cleaning and preparing the

GROUP 31501 – LIQUID BITUMINOUS MATERIALS AWARD PAGE 18 GSB-88 Emulsified Asphalt Seal Coat Application (Specific Projects – DOT Region 6) (Federal Funds)

(continued) 20616a.doc/T06jh

400 m

40

0 m

2 – Lane Highways Multi – Lane Expressways

START OF WORK

6 Strip Pattern

6 Strip Pattern

6 Strip Pattern

150 m

15

0 m

150 m

120 m

15 m

15 m

120 m

15 m

15 m

150 m

START OF WORK

6 Strip Pattern

800 m

6 Strip Pattern

6 Strip Pattern

12/95

150 m to

300m

150 m to

300m

150 m to

300m

ROADWORK

1500 FT

PAVEMENTENDS 500 FT

ROADWORK 1 MILE

RIGHTLANE

CLOSED ¼ MILE

RIGHTLANE

CLOSED ½ MILE

DETOUR1000 FT

Suggested Layout Details -- Temporary Rumble Strips

Page 19: CONTRACT AWARD NOTIFICATIONStandard Specifications and as per the enclosed material specification for Application of GSB-88 Emulsified Asphalt Seal Coat. Cleaning and preparing the

GROUP 31501 – LIQUID BITUMINOUS MATERIALS AWARD PAGE 19 GSB-88 Emulsified Asphalt Seal Coat Application (Specific Projects – DOT Region 6) (Federal Funds)

(continued) 20616a.doc/T06jh

DETAILED SPECIFICATIONS ITEM 18618.80 GSB-88 EMULSIFIED ASPHALT SEAL COAT DESCRIPTION The work covered by this specification includes the design, testing, construction, and quality control required for the proper application of an emulsified asphalt seal coat. Application and handling shall be in accordance with the manufacturer’s recommendations. MATERIALS The emulsified asphalt seal coat shall be GSB-88 as manufactured by Asphalt Systems, Inc., Salt Lake City, Utah. The Contractor shall supply certification that each shipment of emulsified asphalt seal coat materials meets the following requirements: GSB-88 Concentrate Saybolt Viscosity @ 25°C (77°F) ASTM D-244 ..............................20-100 Sec. Residue by Distillation2 or Evaporation2...........................................57% Min. Sieve test ASTM D-244 ....................................................................0.2% Max. 5-day Settlement Test ASTM D-244.................................................5.0% Max. Particle charge ASTM D-2441...........................................................Positive GSB-88 ready-to-Apply:

Saybolt Viscosity @ 25°C (77°F) ASTM D-244 ..............................10 to 50 sec. Residue by Distillation2 or Evaporation2...........................................28% Min. 1:1 Dilute

Tests on Residue

Viscosity @ 135°C (275°F), Brookfield3 ASTM D-4402.................1750 cP Max. Solubility in Trichloroethelene % .....................................................97.5 Min. Penetration @ 25°C (77°F) ...............................................................50 Max. Asphaltenes .......................................................................................15 Min. Saturates ............................................................................................15 Max. Polar Compounds ..............................................................................25 Min. Aromatics ..........................................................................................15 Min.

Notes:

1. pH may be used in lieu of the particle charge test which is sometimes inconclusive in slow setting, bituminous emulsions.

2. ASTM D-244 is modified by reducing the temperature to 149°C (300°F) for distillation and evaporation test methods to protect the integrity of the rejuvenating agents that are present in rejuvenating emulsions.

3. Contact your Brookfield representative for the proper spindle for your specific model viscometer to test the emulsion liquid of 1750 cP maximum viscosity.

Dilution: The emulsified asphalt concentrate shall be diluted with water prior to application to the asphalt pavement. The water shall always be added to concentrated emulsion and not the reverse. The dilution rate shall be 1 part GSB-88 concentrate to 1 part water. Exceeding recommended dilution rates is not recommended without consulting a responsible manufacturer’s representative.

Page 20: CONTRACT AWARD NOTIFICATIONStandard Specifications and as per the enclosed material specification for Application of GSB-88 Emulsified Asphalt Seal Coat. Cleaning and preparing the

GROUP 31501 – LIQUID BITUMINOUS MATERIALS AWARD PAGE 20 GSB-88 Emulsified Asphalt Seal Coat Application (Specific Projects – DOT Region 6) (Federal Funds)

(continued) 20616a.doc/T06jh

DETAILED SPECIFICATIONS (Cont’d.) CONSTRUCTION DETAILS Equipment: All equipment necessary for the satisfactory performance of this work shall be on hand and approved before the work is permitted to begin. The material shall be applied with standard bituminous distributors equipped with working mechanical gauges capable of determining the amount of emulsion used at any given time. Spreader bar tips shall be kept clean and adjusted for regulated flow. All equipment, tools and machines used in the performance of this work shall be maintained in good working condition throughout the life of the Contract. Surface preparation: The surface to receive the seal coat shall be clean and free of all loose dirt, dust and other debris. Any necessary repairs and patching of pavement shall be completed before application of the sealer. Rate of Spread: Spread rate shall be determined by the texture, porosity and age of asphalt pavement to be sealed. Application rate will vary from 0.45 to 0.7 liters per square meter (0.1 to 0.15 gal. per square yard). Exceeding recommended application rates is not recommended without consulting a responsible manufacturer’s representative. Application: Application rates shall be as stated above or as directed by the Engineer. The seal coat shall not be applied to wet or damp pavement surface or when rain is anticipated within four to eight hours after application is completed. Pavement surface temperatures shall be 13° C (55° F) or higher and air temperature shall be at least 10° C (50° F). Application shall take place only between April 1 and October 31. At least three hours of daylight shall remain after completion of the application. Traffic shall not be allowed on the surface until the sealer and binding agent has penetrated and fully cured. Sanding: The sand used shall be a hard highly fractured material dark black in color, free of clay and organic matter, and shall be of a consistent chemistry and specific gravity to provide high breakdown resistance. Sanding shall be accomplished immediately following application of the seal coat by means of a mechanical spreader mounted on the bituminous distributor or sanding vehicle suitable to disperse sand in an even manner without driving on wet emulsion. Sand shall be spread at a rate of 0.2 to 0.54 kg per square meter (0.5 to 1.0 pounds per square yard). METHOD OF MEASUREMENT The work performed under this specification shall be measured in square meters. BASIS OF PAYMENT Payment per square meter shall include all materials, labor, site preparation and all incidentals necessary for the completion of the sealing operation. SPECIAL APPLICATION OF GSB-88 EMULSIFIED ASPHALT SEAL COAT PROJECT FOR DOT: PROJECT DIMENSIONS:

Information on pavement and shoulder widths for Department of Transportation Liquid Bituminous Materials Contracts are listed for information purposes only. The dimensions listed are the best information available, but 100% accuracy is not guaranteed. 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 No. Route Item No. Pavement Width (m)

Right Shoulder

Width (m)

Left Shoulder

Width (m)

935801 I-88 18618.80 N/A 3.1 1.2

Page 21: CONTRACT AWARD NOTIFICATIONStandard Specifications and as per the enclosed material specification for Application of GSB-88 Emulsified Asphalt Seal Coat. Cleaning and preparing the

GROUP 31501 – LIQUID BITUMINOUS MATERIALS AWARD PAGE 21 GSB-88 Emulsified Asphalt Seal Coat Application (Specific Projects – DOT Region 6) (Federal Funds)

(continued) 20616a.doc/T06jh

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, 37th Floor

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

* * * * *


Recommended