New York State Office Of General Services Procurement Services Group Corning Tower Building Empire State Plaza Albany, 12242 http://www.ogs.state.ny.us

PURCHASING MEMORANDUM

NUMBER: Award Nos. 00479, 00480, DATE: January 15, 2002 00686, 01243, 01494 PLEASE ADDRESS INQUIRIES TO: SUBJECT: Group Nos. 31502, 31503, STATE AGENCIES & CONTRACTORS 31505, 31506 Lori L. Bahan Purchasing Officer I BITUMINOUS MATERIALS 518/486-1564 [email protected] BID OPENING: December 5, 2000 (00480) December 18, 2000 (00686) December 21, 2000 (00479) April 25, 2001 (01243) August 17, 2001 (01494)

CONTRACT PERIOD: March 1 - December 31, 2001 (00479, 00480, 00686) June 1 - December 31, 2001 (01243) August 31 - December 31, 2001 (01494)

EXTENSION OF CONTRACT

TO THE REFERENCED CONTRACTORS AND THE DEPARTMENT OF TRANSPORTATION:

The contractors mentioned below have agreed to an extension of the contract until December 31, 2002 or until the projects are completed, whichever is first for the following OGS Item Nos.:

Contractor OGS Item No. IFB No. P Contract # Const. 4 00479 PC57528 Broome Bituminous 74 00479 PC57521 Cobleskill Stone 1 00480 PC57485 Patch-N-Seal 14 00686 PC57673 The Cady Co 8, 9 01243 PC58000 Academe 15 00686 PC57671 Barrett Paving Washington Mills 3 01494 PC58319 Hanson Agg. Jamestown 4 01494 PC58328 Hanson Agg. Jamestown 5 01494 PC58328 Hanson Agg. Jamestown 6 01494 PC58328 Hanson Agg. Jamestown 10 01494 PC58328 Barrett Paving Washington Mills 15 01494 PC58319 N J Brunell 23 01494 PC58335 Barrett Paving Washington Mills 24 01494 PC58319 Cobleskill Stone 26 01494 PC58326 Keeler Const. 30 01494 PC58331 Keeler Const. 32 01494 PC58331 L C Whitford 34 01494 PC58333

Mayor Erastus Corning 2nd Tower The Governor Nelson A. Rockefeller Empire State Plaza Albany, NY 12242

01494TP5.doc/10llb GROUPS 31502, 31503, 31505, 31506 - BITUMINOUS MATERIALS PAGE 2

Contractor OGS Item No. IFB No. P Contract # Amherst Paving 35 01494 PC58315 Amherst Paving 36 01494 PC58315 Amherst Paving 37 01494 PC58315 Janik 40 01494 PC58330 American 42 01494 PC58316 Janik 41 01494 PC58330 A L Blades 46 01494 PC58313 Bilotta 62 01494 PC58321 Cobleskill Stone 63 01494 PC58326 Cobleskill Stone 64 01494 PC58326 Cobleskill Stone 66 01494 PC58326 Cobleskill Stone 67 01494 PC58326 Cobleskill Stone 68 01494 PC58326

The price adjustment will be based on original base when bid and the new average in effect during the month the project takes place.

All other terms and conditions of this award remain unchanged.

Please adjust your records accordingly to reflect the contract extension.

01494TP5.doc/10llb NEW YORK STATE OFFICE OF GENERAL SERVICES PROCUREMENT SERVICES GROUP http://www.ogs.state.ny.us PURCHASING MEMORANDUM

NUMBER: IFB 00479 DATE: August 14, 2001

PLEASE ADDRESS INQUIRIES TO: SUBJECT: Group 31503 - STATE AGENCIES & CONTRACTORS BITUMINOUS CONCRETE Christine Hyer (Specific Project DOT:VPP) Purchasing Officer I 518/474-7273 [email protected]

BID OPENING: December 21, 2000

CONTRACT PERIOD: March 1, 2001 December 31, 2001

TO ALL CONTRACTORS, AND THE DEPARTMENT OF TRANSPORTATION:

On the above referenced Award, please note a change in corporate name from:

Ritangela Construction Corp.

to

Ritangela Construction Company, A Division of Callanan Industries, Inc.

Please change Federal Identification Number to 141539261.

The address, phone number and contact person remain the same.

All other terms and conditions of the Award remain the same.

Mayor Erastus Corning 2nd Tower The Governor Nelson A. Rockefeller Empire State Plaza Albany, NY 12242

00479TP5.doc/10mls NEW YORK STATE OFFICE OF GENERAL SERVICES PROCUREMENT SERVICES GROUP http://www.ogs.state.ny.us

PURCHASING MEMORANDUM

NUMBER: IFB No. 00479 DATE: March 27, 2001

SUBJECT: Group 31503 - PLEASE ADDRESS INQUIRIES TO: BITUMINOUS CONCRETE Christine Hyer Specific Project-DOT:VPP Purchasing Officer I 518/474-7273 [email protected] BID OPENING: December 12, 2000

CONTRACT PERIOD: March 1, 2001 to December 31, 2001

TO ALL CONTRACTORS AND NEW YORK STATE DEPARTMENT OF TRANSPORTATION:

Please make the following changes to the above Notice of Contract Award

Change all reference in Region 7 Superpave binder from 58-34 to 64-28. This change was shown in purchasing memorandum dated November 30, 2000.

All other terms and conditions of the contract remain the same.

Mayor Erastus Corning 2nd Tower The Governor Nelson A. Rockefeller Empire State Plaza Albany, NY 12242

00479tp4.doc/10pp

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 - DOT: VPP) Award Number : 00479 Contract Period : March 1, 2001 to December 31, 2001 Bid Opening Date : December 21, 2000 Date of Issue : February 27, 2001

Specification Reference : Spec 840 dated August 28, 2000 and as amended in the Invitation for Bids and Purchasing Memoranda dated November 30, 2000, December 6, 2000 and December 8, 2000

Address Inquiries To:

All State Agencies Name : Christine F. Hyer Title : Purchasing Officer I Phone : 518-474-7273 Fax : 518-474-8676 E-mail : [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 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 # 00479

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

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

PC57513 AL BLADES & SONS, INC. 607-324-3636 160798762 7610 County Rte 65 Robert U. Blades, Jr. PO Box 590 Fax: 607-324-0998 Hornell, NY 14843-0590 E-mail: [email protected]

PC57514 ACADEME PAVING, INC. 607-723-1445 161176419 SB 1 Academe Drive Jerry D. O'Brien, Sr. PO Box 940 Fax: 607-722-2911 Binghamton, NY 13902 E-mail: [email protected]

PC57515 AMERICAN PAVING & EXCV. INC. 716-741-2649 161242855 5880 Thompson Road Guy Berberich Clarence Center, NY 14032 Fax: 716-741-2218

PC57516 BARRETT PAVING MATERIALS INC. 315-652-4585 133003901 SB 4530 Wetzel Road Robert Doucet/Frank Simmons Liverpool, NY 13090 Fax: 315-652-4590

PC57517 BARRETT PAVING MATERIALS INC. 315-788-2037 133003901 26572 ny Rte 37 Philip A. Royce/ Neal A. Hayes Watertown, NY 13601 Fax: 315-786-0748 E-mail: [email protected]

PC57518 BARRETT PAVING MATERIALS INC. 315-737-2000 133003901 PO Box 400 Scot A. Owens/ Wayne T. Wasler Washington Mills, NY 13479 Fax: 315-737-1249 E-mail: [email protected]

PC57519 BILOTTA CONSTRUCTION CORP. 914-835-3263 132500060 162 Crotona Avenue Antoinette Bilotta Harrison, NY 10528 Fax: 914-835-1021

PC57520 BLUE MOUNTAIN PAVING INC. 518-856-9223 141681895 SB Blue Mt. Road Donna Boulds WBE Box 115-A Fax: 518-856-9432 St. Regis Falls, NY 12980

PC57521 BROOME BITUMINOUS PROD. INC. 607-729-0498 161275720 SB 416 Prentice Road Delivan W. Gates PO Box 354 Fax: 607-729-0853 Vestal, NY 13851-0354

PC57522 CALLANAN INDUS. INC. 518-374-2222 x 287 141539261 PO Box 15097 Ronald G. Wolfe Albany, NY 12212-5097 Fax: 518-381-6779 E-mail: [email protected] www.callanan.com

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

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

PC57523 CHEMUNG CONTRACTING CORP. 607-737-6200 160806863 2105 S. Broadway David J. Dalrymple Pine City, NY 14871 Fax: 607-737-1056

PC57524 COBLESKILL STONE PROD. INC. 518-234-0221 x 229 141646795 SB PO Box 220 Shane J. Strong Barnerville Road Fax: 518-234-0226 Cobleskill, NY 122043

PC57525 COLARUSSO BLACKTOP CO. 518-828-3218 141424400 SB DIV OF A COLARUSSO & SON INC. Joseph Fairclough Newman Road Fax: 518-828-0546 PO Box 302 E-Mail: [email protected] Hudson, NY 12534

PC57526 COUNTY ASPHALT INC. 914-631-4300 X 302 131702781 SB W. Main Street John T. Cooney, Jr. PO Box 96 Fax: 914-631-2586 Tarrytown, NY 10591-0096

PC57527 EMPIRE PAVING OF SCHENECTADY INC 518-356-1119 141703990 SB 1982 Duanesburg Road Richard Longo Duanesburg, NY 12056 Fax: 518-356-1354

PC57528 HUDSON RIVER CONST. CO. INC. 518-434-6677 X 14 141288472 Port of Albany Eugene D. Hallock III Albany, NY 12202 Fax: 518-434-8638

PC57529 JANIK PAVING & CONST. INC. 716-649-9212 161026312 SB 97 Evans Street William Janik PO Box 706 Fax: 716-649-6750 Hamburg, NY 14075-0706

PC57530 KEELER CONST. CO INC 716-589-4481 160844121 SB 13519 W. Lee Road Mark D. Keeler Albion, NY 14411 Fax: 716-589-1160

PC57531 KUBRICKY CONST. CORP. 518-792-5864 141491816 237 Bay Street Bill Donnelly Glens Falls, NY 12801-7202 Fax: 518-792-2458

PC57532 NJ BRUNELL & SON INC. 518-561-1290 141456087 SB 4019 Rte 22 Robert N. Brunell Plattsburgh, NY 12901 Fax: 518-562-2859 [email protected]

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

CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED.IDENT.# PC57533 PALEEN CONST. CORP. 914-962-4582 132578660 SB Ste 102 Theresa VanZandt 293 Route 100 Fax: 914-277-8306 Somers, NY 10589 E-mail: [email protected] .25 % - 15 days

PC57534 PECKHAM ROAD CORP 518-747-3353 133493213 SB 20 Haarlem Avenue Michael C. Toben White Plains, NY 10603 Fax: 518-747-4006

PC57535 RITANGELA CONST. CORP. 845-623-8922 150621210 SB 176 Rte 304 Bernard M. Badami PO Box 9153 Fax: 845-627-3710 Bardonia, NY 10954 E-mail: [email protected]

PC57536 SCL VENTURES LLC 518-294-9964 141775390 SB PO Box 300 Martin A. Galasso, Jr. Coopers Plains, NY 14827 Fax: 518-294-9951

PC57537 SUIT-KOTE CONTRACTING LLC 607-776-4121 x 16 161596270 SB 320 East Washington Street Paul G.H. Suits Bath, NY 14810 Fax: 607-776-5183

PC57538 SUIT-KOTE CORPORATION 800-622-5636 x 332 161177189 1911 Lorings Crossing Road 607-531-1100 Cortland, NY 13045 Mark L. Edsall Fax: 607-758-9760 E-Mail: [email protected]

PC57539 THE LC WHITFORD CO 716-593-3601 160789973 164 N. Main Street George Gareau Wellsville, NY 14895 Fax: 716-593-1876

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 CONTRACTOR FAILS TO MEET THE DELIVERY TERMS OF THIS CONTRACT. PRODUCT WHICH DOES NOT COMPLY WITH THE SPECIFICATIONS OR IS OTHERWISE UNSATISFACTORY TO THE AGENCY SHOULD ALSO BE REPORTED 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-owned Business 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 a purchase order.

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

PRICE: Price is net per metric ton, furnished, delivered, dumped into approved spreading machines, placed, and compacted totally by the vendor at locations indicated herein. The price net per metric ton also includes treating the existing bituminous concrete surface (and any surfaces included in this contract that will be overlayed by this contract) with bituminous tack coat.

The vendor is to furnish all necessary labor and equipment to complete the indicated projects except that the State will supervise and control the operation. Permanent pavement striping will be the responsibility of the State upon completion of the paving after the vendor has vacated the project site. The equipment supplied to place the asphalt concrete shall meet the requirements of Section 401 of the New York State Department of Transportation Standard Specifications. The equipment supplied to place the tack coat shall meet the requirements of Section 407 of the New York State Department of Transportation Standard Specifications.

Bituminous pavers shall meet the requirements of Section 401-3.05, Bituminous Pavers, of the New York Department of Transportation Standard Specifications. Compaction equipment shall meet the requirements of Section 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 the shoulders. All personnel supplied for the paving shall be qualified and experienced in bituminous concrete paving.

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 Sections 403-4, 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 35 10 65 11 75

CONTRACT PERIOD: It is the intention of the State to enter into a contract for the term as indicated herein.

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

GENERAL INFORMATION (Cont’d)

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

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

SPECIAL PAVING PROJECTS FOR DOT (VPP):

PRICE ADJUSTMENTS: 1. Price adjustments allowed will be based on the October 1, 2000 average of the F.O.B. terminal price per metric ton of unmodified PG 64-22 binder without anti-stripping agent (base average F.O.B. terminal price). The new monthly average terminal price will be determined by the New York State Department of Transportation based on prices of preapproved primary sources of performance graded binder in accordance with the New York State Department of Transportation Standard Specification.

The October 1, 2000 average is $198.00.

NOTE: The same grade of asphalt cement used in establishing the base average F.O.B. terminal price shall be used in establishing the new average F.O.B. terminal price.

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

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

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

Price Adj. = New Monthly Average - Base Average F.O.B. X Total % Asphalt Plus (per metric F.O.B. Terminal Price Terminal Price 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 of Transportation Standard Specification.

BASE AVERAGE F.O.B. TERMINAL PRICE: The average F.O.B. terminal price of unmodified PG 64-22 binder without anti-stripping agent as determined by the New York State Department of Transportation as of October 1, 2000.

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

GENERAL INFORMATION (Cont’d)

TOTAL % ASPHALT PLUS FUEL: The percentage of total allowable asphalt and fuel for each item is as follows: Total % Asphalt Item % 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 6.00 1 7.00% 18403.12XX02M 5.20 1 6.20% 18403.25XX02M 4.50 1 5.50% 18403.37XX02M 4.00 1 5.00%

EXAMPLE: Item 403.160001M

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

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

+Fuel Allowance represents allowance for energy (fuel, electricity, natural gas) used in the production of asphalt. It is a cost associated with the product and not intended to represent any trucking or hauling of product.

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

5. All price adjustments will be computed to three decimal places.

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

GENERAL INFORMATION (Cont’d)

TOTAL % ASPHALT PLUS FUEL: (Cont'd)

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

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

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

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

REBATES: 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.

EQUIPMENT REQUIREMENTS: Equipment to be furnished by the contractor will be specified herein. All equipment shall meet the requirements in Section 400 of the Specifications. All bituminous spreaders shall be equipped with approved automatic transverse slope and longitudinal grade screed controls as specified in Sub-Section 401-3.05. Pavers shall be equipped with hydraulically operated extensions and approved joint matching shoes and/or 9.2 meter long moving references, such as floating beams or skis as appropriate. Roller requirements are specified in English units.

NOTE: The contractor is responsible for providing fuel for the operation of all contractor-supplied equipment specified herein.

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

GENERAL INFORMATION (Cont’d)

MINORITY AND WOMEN BUSINESS ENTERPRISE (M/WBE) GOALS FOR THE 2000 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 the total engineer’s estimate for that contract.

4. The contractor shall, at a minimum, solicit M/WBE subcontractors in the county in which the project is located and all other contiguous counties. If a contractor bids on projects located in counties within several NYSDOT regions, then he/she shall expand the solicitation efforts to include all those regions.

5. A map of NYSDOT regions and Counties within each region is included for the contractor’s use.

6. A portion of the New York State Department of Economic Development (NYSDED) Registry of certified M/WBE Trucking firms is included for the contractor’s use. A complete listing of the current Minority and Women’s Business Enterprises, can be obtained by contacting the:

NYS Department of Economic Development Division of Minority and Women’s Business Development 30 South Pearl Street Albany, NY 12245 (518) 292-5250

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

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

A. GOALS - The MBE and WBE participation goals as stated earlier are based on the availability of M/WBEs currently certified by New York State and geographically located to be able to perform the work in the region where the project is located. The total dollar value of the contract, scope of work, the supplies and equipment necessary to perform the project, are also considerations used to determine the percentage goals.

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

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

GENERAL INFORMATION (Cont’d)

MINORITY AND WOMEN BUSINESS ENTERPRISE (M/WBE) GOALS FOR THE 2000 STATE ARMOR COAT PROGRAM (STATEWIDE) (Cont'd)

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

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

E. NONDISCRIMINATION - The Contractor agrees not to discriminate on the basis of race, creed, color, national origin, gender, age, disability, or marital status, in any respect, against any potential subcontractor, supplier, other company, firm, or enterprise in any manner relating to the performance of this contract.

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

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

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

New York State Department of Transportation Office of Equal Opportunity Development and Compliance Building 4, Room G-016 1220 Washington Avenue State Office Campus Albany, NY 12232 Telephone: (518) 457-1129

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

New York State Department of Economic Development Division of Minority & Women’s Business Development 633 3rd Avenue New York, NY 10017 Telephone: (212) 803-2414

New York State Department of Economic Development Division of Minority & Women’s Business Development 30 South Pearl St. Albany, NY 12245 Telephone: (518) 292-5250

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

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

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

MATERIAL DESCRIPTIONS:

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

403.130001M Type 3 Binder 403.150001M Type 5 Shim 403.160001M Type 6 Top 403.170001M Type 6F Top 18403.170102M Type 6F1 Downstate High Volume 18403.170202M Type 6F2 Upstate High Volume 403.180001M Type 7 Top 403.190001M Type 7F Top 18403.190102M Type 7F1 Downstate High Volume 18403.190202M Type 7F2 Upstate High Volume 403.210001M Truing and Leveling 18403.096102M Superpave Downstate High Volume 9.5 mm F1 w/nuclear density monitoring correlated to test section cores 18403.096202M Superpave Upstate High Volume 9.5 mm F2 w/nuclear density monitoring correlated to test section cores 18403.096302M Superpave Low Volume 9.5 mm F3 w/nuclear density monitoring correlated to test section cores 18403.097102M Superpave Downstate High Volume 9.5 mm F1 w/nuclear density monitoring 18403.097202M Superpave Upstate High Volume 9.5 mm F2 w/nuclear density monitoring 18403.097302M Superpave Low Volume 9.5 mm F3 w/nuclear density monitoring 18403.126102M Superpave Downstate High Volume 12.5 mm F1 w/nuclear density monitoring correlated to test section cores 18403.126202M Superpave Upstate High Volume 12.5 mm F2 w/nuclear density monitoring correlated to test section cores 18403.126302M Superpave Low Volume 12.5 mm F3 w/nuclear density monitoring correlated to test section cores 18403.127102M Superpave Downstate High Volume 12.5 mm F1 w/nuclear density monitoring 18403.127202M Superpave Upstate High Volume 12.5 mm F2 w/nuclear density monitoring 18403.127302M Superpave Low Volume 12.5 mm F3 w/nuclear density monitoring 18403.218902M Superpave Truing and Leveling 18403.196902M Superpave HMA Binder Course, 19.0 mm 18403.256902M Superpave HMA Binder Course, 25.0 mm

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

GENERAL INFORMATION (Cont’d)

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. A correctly completed Certificate of Insurance showing the procurement of all necessary insurance shall be submitted by the vendor to the Resident Engineer prior to the start of paving. Failure to submit the Insurance Certificate will result 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 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-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 shall present their proposed paving schedule, equipment, proposed tack coat application procedure and paving procedure, and Maintenance and Protection of Traffic Plan to the State for approval. At least one week prior to the start 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 by this contract). The tack coat shall meet the materials requirements in Section 407-2 of the Standard Specifications. The application of tack coat shall comply with Section 407-3 of the Standard Specifications. No separate payment will be made for the tack coat. The cost of tack coat shall be included in the price bid per metric ton for the bituminous concrete. Price adjustments will NOT apply to the quantity of tack coat applied.

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 responsibility for determining compliance with the specifications. All orders given to the Vendor regarding construction details shall be considered final. The tack coat application rate shall be 0.14 to 0.32 liters per square meter as approved by the Paving Supervisor. The pavement thicknesses and lane and shoulder widths shall be as specified elsewhere in this Invitation for Bids.

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

GENERAL INFORMATION (Cont’d)

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 the initial surface cleaning will be done by NYSDOT forces prior to the VPP project. However, once the VPP overlay placement begins, the vendor is responsible for keeping the pavement and shoulders clean until the overlay operations are completed, as per Section 633-3.01 of the NYSDOT Standard Specifications.

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 Traffic Control Devices (MUTCD). The Vendor shall submit a Maintenance and Protection of Traffic Plan for approval to the Resident Engineer at the Pre-Paving Conference. Figures 302-8A, 302-12A, and 302-13 of the MUTCD may be used as a basis for development of a Maintenance and Protection of Traffic Plan. All necessary flaggers for Maintenance and Protection of Traffic shall be provided by the vendor. A minimum of three flaggers shall be provided while the paving operation is underway. One shall be stationed at each end of the operation and one shall be stationed with the paver. The vendor shall station flaggers such that communication is maintained between the flaggers. Hand signals, radios, or some other means of communication may be used subject to the approval of the Resident Engineer. All costs for Maintenance and Protection of Traffic including flagging, pavement delineation, and construction signs be included in the price 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 Construction Signs:

Sign Minimum Size Location

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

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

ROAD WORK W8-1D On main line 150 meters in advance of project 500 FT. in each direction and on major intersecting roads 150 meters in advance of project.

STATE LAW FINES DOUBLED FOR 600mmX 900mm 150 meters upstream of the first warning sign

SPEEDING in each direction IN WORK ZONE

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

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

GENERAL INFORMATION (Cont’d)

MAINTENANCE AND PROTECTION OF TRAFFIC: (Cont'd)

Special Note for Region 1 Projects: For Region 1 projects only, the vendor is responsible for providing and placing W8-32C "Do Not Pass" and W4-13C "No Shoulder" signs. The "Do Not Pass" signs will be placed every 400 meters in both directions. The "No Shoulder" signs will be placed at the beginning of the project in both directions. These signs will remain in place until the final pavement striping is placed.

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 other signs as required by the MUTCD and the approved Maintenance and Protection of Traffic plan for the duration of the paving operation.

Temporary Pavement Delineation: The Vendor shall provide temporary pavement delineation as specified herein. Pavement delineation shall consist of Reflectorized Pavement Marking Paint as specified in Section 640, Non-Removable Reflectorized Pavement Marking Tape as approved by the Resident Engineer, Removable Reflectorized Pavement Marking Tape listed on the Department's Approved List, or Removable Raised Reflectorized Pavement Marker Units listed on the Department's Approved List. The color shall be as specified in the MUTCD.

The vendor shall place temporary pavement delineation at the end of each work day. A 600 mm length of paint, marking tape, or enough markers to simulate a 600 mm mark shall be placed at 12 meter intervals between adjacent travel lanes along the roadway. The vendor shall not be required to remove the pavement delineation at the end of the paving.

Special Note: Special Maintenance and Protection of Traffic Signing (Region 7 only): For Region 7 VPP projects in this contract, 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 of the paving operation or as directed by the Resident Engineer. At no time will the main sign sequence be more than 750 m from the paving operation.

Note: Special Maintenance and Protection of Traffic Requirements - Pilot Vehicle (Region 2 - All Counties; Region 7 - All Counties; Region 1 - Essex, Greene, Warren & Schenectady Counties)

For Region 2 and Region 7 VPP projects in this contract , 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 the MUTCD:

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, construction signs and pilot vehicles shall be included in the price bid per metric ton. No separate payment shall be made.

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

GENERAL INFORMATION (Cont’d)

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

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

May 25-27, 2002 July 3-7, 2002 August 31-September 2, 2002 October 12-14, 2002

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 project, 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.

Projects

8-7-3 8-7-1 8-9-1 8-2-2 8-8-1 8-2-5 8-8-2

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.

HOT MIX ASPHALT OVERLAY SPLICE: The vendor shall install hot mix asphalt overlay splices (pavement terminations) as per the Detail of Hot Mix Asphalt Overlay Splice. Hot mix asphalt overlay splices shall be installed at the areas indicated in the Location Table for Hot Mix Asphalt Overlay Splices. The cost for sawcutting, milling rebates, cleaning pavement in the splice area and tack coat shall be included in the price bid per metric ton of bituminous concrete. No separate payments shall be made for hot mix asphalt overlay splices.

Immediately after the hot mix asphalt overlay splices are milled a temporary asphalt ramp and W4-1C-BUMP signs shall be installed. The signs shall be installed on both sides of the roadway and shall remain in place until the paving is completed. No separate payment will be made for the W4-1C-BUMP signs or ramps. Cost shall be included in the price bid per metric ton of bituminous concrete.

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

GENERAL INFORMATION (Cont’d)

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 Invitation for Bids:

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.

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

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

GENERAL INFORMATION (Cont’d)

WORK ZONE INTRUSION INITIATIVE (Cont’d):

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.

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.

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 pavement marking tape.

Raised asphalt rumble strips shall be formed from asphalt concrete meeting the requirements of Type 5 Shim Course or Type 7 Top Course. Tack coat meeting the requirements of Materials Designation 702-90 Asphalt Emulsion 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 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.

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

GENERAL INFORMATION (Cont’d)

WORK ZONE INTRUSION INITIATIVE (Cont’d):

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’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 is included in the price per metric ton. No separate payment shall be made.

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

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

GENERAL INFORMATION (Cont’d)

ATTENTION - Special Note: SUPERPAVE HOT MIX ASPHALT The 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 the pavement to the specified density range, the Contractor must be prepared to select, operate, and control the paving and compaction requirement, to monitor the results, and to make necessary adjustments (without direction from the Engineer) to achieve the desired results. Written instructions for determining pavement density and core locations are 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 mixtures shall be as specified herein, and shall meet the requirements of AASHTO Provisional Standard MP1 - Standard Specification for Performance Graded Asphalt Binder. A PG 58-34 or a PG 64-28 binder may be substituted for a specified PG 58-28 binder at the Contractor's discretion. A PG 70-22 binder may be substituted for a specified PG 64-22 binder at the Contractor's discretion.

The mixtures designs should be developed in accordance with the criteria specified in the SUPERPAVE Hot Mix Asphalt Items that is appropriate for the "Estimated Traffic" level of "80 kN ESALs" specified herein. Under no circumstances shall the Performance Graded Binder content be less than 5.6% for a 9.5 mm design, less than 5.0% 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, the minimum percent crushed particles shall be as follows: for particle sizes greater than 12.5 mm, 75% one crushed face, for particle sizes between 12.5 mm and 2.36 mm, 85% two crushed faces.

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

GENERAL INFORMATION (Cont’d)

SUPERPAVE HOT MIX ASPHALT

The following are design criteria for SUPERPAVE Hot Mix Asphalt Items for projects contained in this Award.

SUPERPAVE Hot Mix Asphalt Design Criteria:

Project No. Item 80-KN ESALS Aggregate Size Asphalt Grade

1-2-2 18403.127302M <3.0 Mil 12.5 mm PG 64-28 18403.218902M

1-3-1 18403.126302M <3.0 Mil 12.5 mm PG 58-28

1-4-2 18403.126202M <3.0 Mil 12.5 mm PG 58-28

1-6-1 18403.126302M <3.0 Mil 12.5 mm PG 58-28 18403.218902M

1-6-2 18403.126202M <10.0 Mil 12.5 mm PG 58-28 18403.218902M

1-7-1 18403.096302M <3.0 Mil 9.5 mm PG 64-28

1-7-2 18403.096302M <0.3 Mil 9.5 mm PG 64-28

3-6-9 18403.126302M <3.0 Mil 12.5 mm PG 58-28

3-2-2 18403.126202M <10.0 Mil 12.5 mm PG 64-28 18403.218902M

3-5-3 18403.126302M <3.0 Mil 12.5 mm PG 58-28

4-2-1 18403.127302M <3.0 Mil 12.5 mm PG 64-28

4-8-2 18403.126302M <3.0 Mil 12.5 mm PG 58-28 18403.218902M

4-8-4 18403.127202M <10.0 Mil 12.5 mm PG 58-28

5-2-6 18403.096202M <10.0 Mil 9.5 mm PG 58-28

5-4-1 18403.096202M <10.0 Mil 9.5 mm PG 64-28

5-4-5 18403.096302M <3.0 Mil 9.5 mm PG 58-28

6-1-10 18403.096302M <3.0 Mil 9.5 mm PG 64-28 18403.218902M

6-1-14 18403.096302M <3.0 Mil 9.5 mm PG 64-28 18403.218902M

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

GENERAL INFORMATION (Cont’d)

SUPERPAVE Hot Mix Asphalt Design Criteria: (Cont'd)

Project No. Item 80-KN ESALS Aggregate Size Asphalt Grade

6-1-15 18403.096202M <10.0 Mil 9.5 mm PG 64-28 18403.218902M

6-2-1 18403.096202M <10.0 Mil 9.5 mm PG 64-28 18403.218902M

6-2-4 18403.096302M <3.0 Mil 9.5 mm PG 64-28 18403.218902M

6-3-3 18403.096302M <3.0 Mil 9.5 mm PG 64-28 18403.218902M

6-4-22 18403.096202M <10.0 Mil 9.5 mm PG 64-28 18403.218902M

6-5-2 18403.096302M <3.0 Mil 9.5 mm PG 64-28 18403.218902M

7-2-4 18403.127302M <3.0 Mil 12.5 mm PG 58-34 18403.218902M

7-3-1 18403.127202M <3.0 Mil 12.5 mm PG 58-34

7-3-3 18403.126202M <3.0 Mil 12.5 mm PG 58-34 18403.126302M 12.5 mm

7-4-4 18403.097302M <3.0 Mil 9.5 mm PG 58-34 18403.097302M 9.5 mm

7-5-2 18403.096302M <3.0 Mil 9.5 mm PG 58-34 18403.096302M 9.5 mm

8-1-3 18403.126102M <3.0 Mil 12.5 mm PG 58-28 18403.256902M 25.0 mm

8-2-1 18403.126102M <3.0 Mil 12.5 mm PG 58-28 18403.256902M 25.0 mm

8-2-2 18403.126102M <3.0 Mil 12.5 mm PG 64-22

8-2-5 18403.126102M <3.0 Mil 12.5 mm PG 64-22

8-5-2 18403.126102M <3.0 Mil 12.5 mm PG 64-22

8-7-1 18403.126102M <30.0 Mil 12.5 mm PG 64-28

8-7-3 18403.126102M <3.0 Mil 12.5 mm PG 58-28 18403.218902M

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

GENERAL INFORMATION (Cont’d)

SUPERPAVE Hot Mix Asphalt Design Criteria: (Cont'd)

Project No. Item 80-KN ESALS Aggregate Size Asphalt Grade

8-8-1 18403.126102M <3.0 Mil 12.5 mm PG 64-22

8-8-2 18403.126102M <30.0 Mil 12.5 mm PG 70-22

8-8-3 18403.126102M 12.5 mm Rte 35 <30.0 Mil (3,400 Mg’s) PG 70-22 Rte’s 124 and 983D <3.0 Mil (1,100 Mg’s) PG 64-22

8-9-1 18403.126102M <30.0 Mil 12.5 mm PG 70-22 18403.256902M 25.0 mm

9-1-1 18403.127302M <3.0Mil 12.5 mm PG 58-28 18403.218902M

9-1-2 18403.127302M <3.0Mil 12.5 mm PG 58-28

9-1-3 18403.127302M <3.0Mil 12.5 mm PG 58-28 18403.218902M

9-2-2 18403.127302M <3.0Mil 12.5 mm PG 58-28

9-5-3 18403.127302 M <3.0 Mil 12.5 mm PG 58-28 18403.097302 M

9-6-2 18403.126302M <3.0 Mil 12.5 mm PG 58-28 18403.218902M

SPECIAL PAVING PROJECTS FOR DOT (VPP):

PROJECT DIMENSIONS: Information on pavement and shoulder widths for Department of Transportation Bituminous Concrete Delivered Contracts are listed for information purposes only. The dimensions listed are the best information available, but 100% accuracy is not guaranteed.

The pavement width listed is the total width of all the travel lanes. The shoulder width is for one shoulder only.

Proj. Resurfacing Pavement Lane Shoulder Number No. Items Depth (mm) Width (m) Width (m) Width (m) Lanes

1-2-2 18403.127302M 40 7.3 3.7 0.9 2 18403.218902M as necessary

1-3-1 18403.126302M 40 7.3 3.7 1.5 2

1-3-2 403.170001M 40 7.3 3.7 1.5 2

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

GENERAL INFORMATION (Cont’d)

SPECIAL PAVING PROJECTS FOR DOT (VPP):

Proj. Resurfacing Pavement Lane Shoulder Number No. Items Depth (mm) Width (m) Width (m) Width (m) Lanes

1-4-1 403.170001M 40 6.7 3.4 0.8 2 403.210001M 25

1-4-2 18403.126202M 40 6.7 3.4 1.2 2

1-5-1 403.170001M 40 7.3 3.7 0.9 2

1-5-4 403.170001M 40 7.3 3.7 0.9 2

1-6-1 18403.126302M 40 7.3 3.7 1.2 2 18403.218902M 25

1-6-2 18403.126202M 40 6.7 3.4 0.9 2 18403.218902M 25

1-7-1 18403.096302M 40 6.7 3.4 0.9-1.2 2

1-7-2 18403.096302M 40 6.1-7.3 3.0-3.7 0.6-1.2 2

3-6-3 403.170001M 40 6.7 3.4 2.1 2

3-6-9 18403.126302M 40 7.3 3.7 1.5 2

3-2-2 18403.126202M 40 7.3 3.7 3.1 2 18403.218902M 20

3-5-3 18403.126302M 40 7.3 3.7 3.1 2

4-2-1 18403.127302M 40 6.7 3.4 1.8 2

4-7-3 403.190001M 25 6.7 3.4 1.8 2

4-8-2 18403.126302M 40 7.3 3.7 1.8 2 18403.218902M 40

4-8-4 18403.127202M 40 11.1 3.7 1.5 3

5-1-3 403.190001M 40 6.4 3.2 1.2 2

5-1-4 403.190001M 40 6.7 3.4 1.5 2

5-2-6 18403.096202M 40 15.8-18.3 3.4 3.4 3

5-4-1 18403.096202M 40 7.3 3.7 3.0 2-4

5-4-5 18403.096302M 40 7.3 3.7 2.4 2

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

GENERAL INFORMATION (Cont’d)

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

Proj. Resurfacing Pavement Lane Shoulder Number No. Items Depth (mm) Width (m) Width (m) Width (m) Lanes

6-1-10 18403.096302M 40mm varies to 7.3 varies 2.4 2 18403.218902M as necessary

6-1-14 18403.096302M 40mm 6.7 3.4 2.4 2 18403.218902M as necessary

6-1-15 18403.096202M 40mm 7.3 3.7 2.4 2 18403.218902M as necessary

6-2-1 18403.096202M 40mm 7.3 3.7 2.4 2 18403.218902M as necessary

6-2-4 18403.096202M 40mm 7.3 3.7 2.4 2 18403.218902M as necessary

6-3-3 18403.096202M 40mm 7.3 3.3 1.8 2 18403.218902M as necessary

7-1-2 403.170001M 40 6.7 3.4 1.2 2 403.170001M 15

7-2-1 403.170001M 40 7.3 3.7 3.7 2 403.190001M 15

7-2-2 403.170001M 40 7.3 3.7 2.1 2 403.190001M 15

7-2-4 18403.127302M 40 7.3 3.7 3.0 2 18403.218902M 15

7-2-7 403.170001M 40 6.7 3.4 1.8 2 403.190001M 15

7-2-9 403.170001M 40 6.7 3.4 1.8 2 403.190001M 15

7-3-1 18403.127202M 40 13.4 3.4 0 4

7-3-2 403.170001M 40 7.3 3.7 1.5 2 403.170001M 15

7-3-3 18403.126202M 40 7.3 3.7 2.4-3.7 2 18403.126302M 15

7-3-4 403.170001M 40 7.3 3.7 1.5 2 403.170001M 15

7-4-3 403.190001M 40 7.3-8.5 3.7-4.2 1.8-2.1 2 403.190001M 15 GENERAL INFORMATION (Cont’d)

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

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

Proj. Resurfacing Pavement Lane Shoulder Number No. Items Depth (mm) Width (m) Width (m) Width (m) Lanes

7-4-4 18403.097302M 40 8.5-13.4 4.2-6.7 0 2 18403.097302M 15

7-5-1 403.190001M 40 7.3 3.7 2.4-3.1 2 403.190001M 15

7-5-2 18403.096302M 40 7.3-14.6 3.7-7.3 1.2-3.0 2 18403.096302M 15

7-5-3 403.190001M 40 6.7-7.3 3.4-3.7 1.2-2.4 2 403.190001M 15

8-1-3 18403.126102M 40 7.3 3.7 3.1 2 18403.256902M 50

8-2-1 18403.126102M 40 14.6 3.7 0 4 18403.256902M 50

8-2-2 18403.126102M 40 6.7-11.9 3.3-5.9 0-2.4 2

8-2-5 18403.126102M 40 6.1 3.0 0.9 2

8-5-2 18403.126102M 40 6.1 3.0 1.2 2-3

8-7-1 18403.126102M 40 7.3-12.8 3.7-6.4 1.2-2.4 2-3

8-7-3 18403.126102M 40 7.3 3.6 4.9 2 18403.218902M 40

8-8-1 18403.126102M 40 6.1-11.0 3.0-5.5 0.9-2.4 2

8-8-2 18403.126102M 40 7.3 3.7 3.0 2

8-8-3 18403.126102M 40 6.1-8.5 3.0-8.2 0-2.4 2

8-9-1 18403.126102M 40 6.1-14.6 3.0-7.3 0-1.8 2-4 18403.256902M 50

9-1-1 18403.127302M 40 6.7 3.4 2.4 2 18403.218902M VARIES

9-1-2 18403.127302M 40 7.3 3.7 1.2 2

9-1-3 18403.127302M 40 7.3 3.7 3.0 2 18403.218902M VARIES

9-2-2 18403.127302M 40 7.3 3.7 3.0 2

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

GENERAL INFORMATION (Cont’d)

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

Proj. Resurfacing Pavement Lane Shoulder Number No. Items Depth (mm) Width (m) Width (m) Width (m) Lanes

9-4-2 403.170001M 40 10.0 3.4 1.8 3

9-5-3 18403.127302 M 50 7.0 3.4 3.0 2 - 3 18403.097302 M 25

9-6-2 18403.126302M 50 7.3 3.7 2.7 2 18403.218902M 25

9-7-1 403.170001M 40 6.7 3.4 2.4 2

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

GENERAL INFORMATION (Cont’d)

REBATE TABLE

Proj. Location Width

1-2-2 RM 1627 9 RM 1675, Jersey St 12

1-3-1 RM 1133 12.2 RM 1200 12.2 RM 1150, Bowery Creek Bridge 12.2 RM 1151, Bowery Creek Bridge 12.2 RM 1175, Thorpe Creek Bridge 12.2 RM 1176, Thorpe Creek Bridge 12.2 RM 1182, Stone Bridge 12.2 RM 1183, Stone Bridge 12.2

1-3-2 RM 1030 9.2 RM 1062 12.5 RM 1044, Westkill Bridge 12.5 RM 1045, Westkill Bridge 12.5

1-4-1 Rte 4, RM 1022 16.8 Rte 150, RM 1072 36.6

1-4-2 RM5016 9.1 RM 5070 12.5

1-5-1 RM 3196 10.6 RM 3227 12

1-5-4 RM 2088 12 RM 2130 12

1-6-1 RM 1112 10 RM 1133 10

1-6-2 RM 1191 10 RM 1195 10

1-7-1 RM 1106 8.4 RM 1148 9

1-7-2 RM 1415 7.8 RM 1458 9.6

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

GENERAL INFORMATION (Cont’d)

REBATE TABLE (Cont'd)

Proj. Location Width

3-6-9 RM 1000 10.4 RM 1032 10.4

3-2-2 RM 3028 13.4 RM 3060 13.4

3-5-3 RM 1141 13.4 RM 1207 13.4

4-2-1 Rte 15A/15 Intersection 10.4 Hemlock, Bridge approach 12.2 Hemlock, Bridge approach 12.2

4-7-3 Rte 354 @ Erie CL 10.4 Rte 354 @ Rte 77 10.4

4-8-2 RM 1096, Rte 31, BIN 4021760-Ea 12 RM 1096, Rte 31, BIN 4021760-W 12 RM 1155, Rte 31, End of project 12 RM 1155, Rte 31,Begin of project 12

4-8-4 RM 1084, Rte 31, Begin of Project 17 RM 1093, Rte 31, End of Project 17 RM 1086, Rte 31, BIN 1021750-Ea 9 RM 1086,Rte 31, BIN 1021750-W 9 RM 1031, Rte 14, BIN - North 11 RM 1031, Rte 14, BIN North 11 RM 1034, Rte 14, BIN - South 11

5-1-3 RM 1000 south end of project 16 RM 1031 south end of bridge 16 RM 1031 north end of bridge 16 RM 1069 north end of project 16

5-1-4 RM 1050 south end of project 16 RM 1063 south end of bridge 16 RM 1063 north end of bridge 16 RM 1105 south end of bridge 16 RM 1105 north end of bridge 16 RM 1123 north end of job 16

5-2-6 RM 3011 17.1 Bridge over Conewango Creek [email protected] RM 3021 10.4

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

GENERAL INFORMATION (Cont’d)

REBATE TABLE (Cont'd)

Proj. Location Width

5-4-1 RM 1106 14.1 RM 1165 [email protected]

5-4-5 RM 1025 13.4 RM 1065 8.9

6-1-15 MM1204, Begin Project 9.8 MM1221, End Project 9.8

6-1-10 MM1178, Begin Project 9.8 MM1205, End Project 9.8

6-1-14 MM1251, Begin Project 9.8 MM1281, End Project 9.8

6-2-1 MM1020, Begin Project 12.2 RR Xing 2 cuts @12.2m 12.2 MM1068, End Project 12.2

6-2-4 MM 1030, Begin Project 10.4 Schuyler County Line 10.4

6-4-22 MM3033,Begin Project 12.2 MM 3044, End Project 12.2

6-5-2 Pennsylvania Line ,MM1000 18.3 Institution Rd MM 1024 18.3

7-2-9 RM 1680 8.5 Bridge over Trout River [email protected] RM 1731 8.5

8-1-3 RM 1370 + 115' 11 RM 1088 + 305' 11

8-2-1 RM 1358 2@8 RM 1361 (SB) 2@12 RM 1361 (NB) 15 Columbia Co. Line 2@10

8-2-2 RM 2133, Rte 44/82/343 Inter 15 " 25 RM 2149, Rte 44A 25

8-2-5 RM 1078 + 60m 8 RM 1112 8

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

GENERAL INFORMATION (Cont’d)

REBATE TABLE (Cont'd)

Proj. Location Width

8-5-2 RM 2020 13.4 RM 2053 8.5

8-7-1 RM 209 8603 1063 9.7 RM 209 8603 1065 9.7 RM 55 8602 1107 Bridge 9.7 RM 209 8603 1116 10.7 Vernoy Kill Bridge [email protected]

8-7-3 RR tracks No. end of job 12 So end of job 12 Bridge over Esopus No end 12 Bridge over Esopus So end 12

8-8-1 RM 4126, 7.6 RM 4166 7.6

8-8-2 RM 3066 7.3 RM 3082, 7.3

8-8-3 RM 2188, 6.7 RM 2207 6.1 Rte 983D, RM 1004 6.7 Rte.124, RM 1049 6.1

8-9-1 RM 2000, Yonkers line 8.5 RM 2022 8.5 RM 2025 9.8 RM 2032 7.6

9-1-1 RM 9102 1000 @ COUNTY LINE 11.5 9-1-1 BIN 102439 11.5 9-1-1 BIN 102439 11.5

9-1-2 RM 9103 1094 9.7 9-1-2 RM 9103 1124 9.7

9-1-3 RM 9101 3143 13.3 9-1-3 RM 9101 3165 13.3

9-2-2 RM 9201 3000 13.4 9-2-2 EASTSIDE ARTERIAL 13.4 9-2-2 EASTSIDE ARTERIAL 13.4 9-2-2 RM 9201 3019 13.4

9-4-2 RM 1147 BEGIN 12.5 RM 1206 END

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

GENERAL INFORMATION (Cont’d)

REBATE TABLE (Cont'd)

Proj. Location Width

9-5-3 Mt. Upton Paving Limit 15 9-6-2 Grand Gorge Paving Limit 10 9-6-2 Paving Limit 10

9-7-1 RM 1074 Begin Paving 11.6 9-7-1 RM 1117 End Paving 11.6

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

SPECIAL PAVING PROJECTS FOR DOT (VPP) Est. 702-90 Price Estim. Tack Per Proj. Metric Coat OGS Metric No. County/Location Item Tons (liters) Item Ton Contractor

1-2-2 Essex Co 18403.127302M 6,300 22,200 1 $43.84 BLUE MOUNTAIN Rte 9N SUPERPAVE Jay to Ausable Forks 18403.218902M 2,700 $43.84 RM 9N 1203/ 1627 - 1675 Town of Jay 7.7 km

1-3-1 Greene Co 18403.126302M 10,000 25,000 2 $38.70 CALLANAN Rte 145 SUPERPAVE From CR 31 to Clay Hill Rd RM 145 1301/ 1133 - 1200 Town of Durham 10.8 km

1-3-2 Greene Co 403.170001M 4,400 11,500 3 $41.45 COBLESKILL Rte 42 From the "Notch" to Beech Ridge Rd 1 RM 42 1304/ 1030 - 1062 Town of Lexington 5.2 km

1-4-1 Rensselaer Co 403.170001M 7,000 31,400 4 $34.80 HUDSON RIVER Rte 151 Rte 4 to Rte 150 403.210001M 4,200 $34.80 RM 151 1401/ 1022 - 1072 Towns of East Greenbush, Sand Lake and Schodack 8.2 km

1-4-2 Rensselaer Co 18403.126202M 8,200 18,500 5 $36.80 HUDSON RIVER Rte 40 SUPERPAVE Fogarty Rd to Madigan Rd RM 40 1401/ 5016 - 5070 Town of Schaghticoke 9.0 km

1-5-1 Saratoga Co 403.170001M 6,800 10,400 6 $35.50 KUBRICKY Rte 32 RM 32 1505/ 3196 - 3227 Town of Northumberland 5.0 km

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

SPECIAL PAVING PROJECTS FOR DOT (VPP) (Cont'd) Estim. 702-90 Price Estim. Tack Per Proj. Metric Coat OGS Metric No. County/Location Item Tons (liters) Item Ton Contractor

1-5-4 Saratoga Co 403.170001M 9,200 14,000 7 $33.52 EMPIRE Rte 9N RM 9N 1501/ 2088 - 2130 Town of Greenfield and Corinth 6.8 km

1-6-1 Schenectady Co 18403.126302M 3,000 13,200 8 $37.21 EMPIRE Rte 7 SUPERPAVE Normanskill Bridge to 18403.218902M 2,000 $37.21 I-88 Connector RM 7 1607/ 1112 - 1133 Town of Princetown 3.4 km

1-6-2 Schenectady Co 18403.126202M 500 2,200 9 $47.50 EMPIRE Rte 7 SUPERPAVE Albany Co Line 18403.218902M 400 $47.50 to Rte 146 RM 7 1607/ 1191 - 1195 Town of Rotterdam 0.6 km

1-7-1 Warren Co 18403.096302M 5,800 13,300 10 $44.74 KUBRICKY Rte 8 SUPERPAVE Bartman Rd to Park Rd RM 8 1710/ 1106 - 1148 Town of Johnsburg 6.8 km

1-7-2 Warren Co 18403.096302M 6,300 14,500 11 $45.79 KUBRICKY Rte 9N SUPERPAVE Hague to Essex Co Line RM 9N 1702 / 1415 - 1458 Town of Hague 6.9 km

3-6-3 Seneca Co. 403.170001M 10,900 23,300 12 $35.50 CHEMUNG Rte 89 Tompkins Co Line to 0.2 mi So of CR 141B RM 89 3502/ 1000-1066 Town of Covert 10.6 km

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

SPECIAL PAVING PROJECTS FOR DOT (VPP) (Cont'd)

Estim. 702-90 Price Estim. Tack Per Proj. Metric Coat OGS Metric No. County/Location Item Tons (liters) Item Ton Contractor

3-6-9 Seneca Co. 18403.126302M 5,100 10,900 13 $35.50 CHEMUNG Rte 96 SUPERPAVE Tompkins Co Line to 0.1 mi No of Halls Corners Rd RM 96 3503/ 1000-1032 Town of Covert 5.3 km

3-2-2 Tompkins Co. 18403.126202M 6,200 25,000 14 $37.88 SUIT-KOTE Rte 13 SUPERPAVE Warren Rd to 0.2 18403.218902M 3,100 $37.88 mi West of Rte 366 RM 13 3603/ 3028-3060 Towns of Ithaca and Dryden 5.2 km

3-5-3 Oswego Co. 18403.126302M 12,900 32,000 15 $36.74 BARRETT - Rte 69 SUPERPAVE LIVERPOOL CR 26 to Oneida Co Line RM 69 3401/ 1141-1207 Town of Amboy 10.6 km

4-1-1 Genesee Co. 403.190001M 10,500 41,000 16 NO AWARD Rte 5 Fargo Rd to 403.180001M 6,800 LeRoy Village Line RM 5 4103/ 3022-3075 Towns of Batavia, Stafford and LeRoy 8.5 km

4-1-3 Genesee Co. 403.190001M 7,000 28,000 17 NO AWARD Rte 77 NYS Thruway Bridge 403.180001M 4,300 to Rte 63 RM 77 4102/ 403.130001M 600 1098-1145 Town of Pembroke 7.5 km

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

SPECIAL PAVING PROJECTS FOR DOT (VPP) (Cont'd)

Estim. 702-90 Price Estim. Tack Per Proj. Metric Coat OGS Metric No. County/Location Item Tons (liters) Item Ton Contractor

4-2-1 Livingston Co. 18403.127302M 21,200 43,500 18 $34.45 SUIT-KOTE Rte 15A SUPERPAVE CONTRACTING Springwater to Ontario Co Line RM 15A 4201/ RM 15A 4203/ 1000-1064 and 1000-1041 Towns of Springwater, Canadice and Livonia 20.7 km

4-7-3 Wyoming Co 403.190001M 7,100 19,000 19 $37.30 JANIK Rte 354 Erie Co Line to Rte 77 RM 354 4602/ 1000-1047 Town of Bennington 7.6 km

4-8-2 Wayne Co 18403.126302M 10,000 53,000 20 $35.70 CHEMUNG Rte 31 SUPERPAVE Lyons to Clyde 18403.218902M 5,000 $36.50 RM 31 3706/ 1155-1085 Towns of Lyons and Galen 11.3 km

4-8-4 Wayne County 18403.127202M 1,200 2,200 21 $40.93 KEELER Rte 31 SUPERPAVE Leach Rd to Rte 14 RM 31 3706/ 1087-1093 Village of Lyons 0.8 km

5-1-3 Cattaraugus Co 403.190001M 9,200 19,700 22 $41.70 JANIK Rte 241 Rte 394 to Rte 62 RM 241 5101/ 1000-1069 Town of Conewango and Randolph 11.2 km

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

SPECIAL PAVING PROJECTS FOR DOT (VPP) (Cont'd)

Estim. 702-90 Price Estim. Tack Per Proj. Metric Coat OGS Metric No. County/Location Item Tons (liters) Item Ton Contractor

5-1-4 Cattaraugus Co 403.190001M 10,700 22,700 23 $40.49 A.L. BLADES Rte 98 Golden Hill Rd to Rte 16 RM 98 5101/ 1050-1123 Town of Humphrey, and Franklinville 11.7 km

5-2-6 Chautauqua Co 18403.096202M 2,600 6,500 24 $43.10 JANIK Rte 394 SUPERPAVE Falconer Village Line to CR 65 RM 17 5201/ 3011-3021 Town of Ellicott 1.7 km

5-4-1 Erie Co 18403.096202M 14,900 36,900 25 $38.12 AMERICAN Rte 20 SUPERPAVE Sturgeon to CR 122 RM 20 5302/ 1106-1165 Towns of Evans and Hamburg 9.5 km

5-4-5 Erie Co 18403.096302M 7,100 17,900 26 $41.10 JANIK Rte 39 SUPERPAVE Rte 62 to Rte 75 RM 39 5303/ 1025-1065 Town of Collins 6.4 km

6-1-10 Allegany Co. 18403.096302M 5,500 21,400 27 $40.84 A.L. BLADES Rte 417 SUPERPAVE Knights Creek to 18403.218902M 5,500 $40.84 Brimmer Creek RM 17 6101/ 1178-1205 Towns of Wellsville and Scio 4.4km

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

SPECIAL PAVING PROJECTS FOR DOT (VPP) (Cont'd)

Estim. 702-90 Price Estim. Tack Per Proj. Metric Coat OGS Metric No. County/Location Item Tons (liters) Item Ton Contractor

6-1-14 Allegany Co. 18403.096302M 5,400 14,000 28 $40.29 L.C. WHITFORD Rte. 19 SUPERPAVE Transit Bridge to 18403.218902M 1,500 $40.29 White Creek RM 19 6101/ 1251-1281 Towns of Angelica and Belfast 4.8km

6-1-15 Allegany Co. 18403.096202M 3,200 4,800 29 $41.01 L.C. WHITFORD Rte 417 SUPERPAVE Rte 19 and 18403.218902M 2,100 $41.01 417 Overlap RM 17 6101/ 1204-1221 Town and Village of Wellsville 2.7km

6-2-1 Steuben Co. 18403.096202M 9,400 35,000 30 $35.48 SUIT-KOTE Rte 54 SUPERPAVE CONTRACTING CR 88 to 18403.218902M 4,600 $35.48 Hammondsport RM 54 6401/ 1020-1068 Town of Urbana 7.7km

6-2-2 Steuben Co. 18403.096302M 6,900 27,000 31 NO AWARD Rte 53 SUPERPAVE N. of Prattsburg to 18403.218902M 3,300 Ontario Co. Line RM 53 6401/ 1162-1204 Town of Prattsburg 6.8km

6-2-3 Chemung Co. 18403.096302M 3,200 15,400 32 NO AWARD Rte 223 SUPERPAVE RM 223 6201/ 18403.218902M 1,500 1052-1071 Town of Erin 3.1km

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

SPECIAL PAVING PROJECTS FOR DOT (VPP) (Cont'd)

Estim. 702-90 Price Estim. Tack Per Proj. Metric Coat OGS Metric No. County/Location Item Tons (liters) Item Ton Contractor

6-2-4 Chemung Co. 18403.096302M 2,400 11,100 33 $36.45 SCL Rte 414 SUPERPAVE Campground Rd 18403.218902M 1,200 $36.45 to Schuyler Co RM 414 6202/ 1030-1044 Town of Catlin 2.2km

6-3-1 Schuyler Co 18403.096302M 5,500 15,000 34 NO AWARD Rte 414 SUPERPAVE Hector to 18403.218902M 1,800 Seneca Co Line RM 414 6303/ 1172-1211 Town of Hector 6.3km

6-3-2 Yates Co. 18403.096302M 5,800 19,200 35 NO AWARD Rte 14A SUPERPAVE Yates Co Line 18403.218902M 2,400 to Dundee RM 14A 6604/ 1000-1036 Town of Starkey 5.8km

6-3-3 Yates Co. 18403.096302M 9,200 30,500 36 $37.00 SCL Rte 14A SUPERPAVE CR #5 to Hoyt Road 18403.218902M 3,700 $37.00 RM 14A 6604/ 1043-1100 Town of Starkey 9.2km

6-4-21 Steuben Co. 18403.096302M 2,700 12,000 37 NO AWARD Rte 415 SUPERPAVE Vill Cohocton South 18403.218902M 1,300 RM 15 6401/ 1457-1470 Town of Cohocton 2.2km

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

SPECIAL PAVING PROJECTS FOR DOT (VPP) (Cont'd)

Estim. 702-90 Price Estim. Tack Per Proj. Metric Coat OGS Metric No. County/Location Item Tons (liters) Item Ton Contractor

6-4-22 Steuben Co. 18403.096202M 2,200 8,400 38 $39.48 SUIT-KOTE Rte 36 SUPERPAVE CONTRACTING Vill of Arkport So. 18403.218902M 1,100 $39.48 RM 36 6401/ 3033-3044 Town of Hornellsville 1.8km

6-4-24 Steuben Co. 18403.096302M 6,300 24,000 39 NO AWARD Rte 21 SUPERPAVE Wayland to 18403.218902M 3,200 North Cohocton RM 21 6402/ 3228-3269 Town of Cohocton 6.6 km

6-5-1 Tioga Co. 18403.096302M 6,000 16,000 40 NO AWARD Rte 96 SUPERPAVE Cass Hill to Spencer 181403.218902M 1,400 RM 96 6501/ 1145-1185 Town of Spencer 6.4 km

6-5-2 Chemung Co. 18403.096302M 7,000 16,000 41 $36.00 CHEMUNG Rte 14A SUPERPAVE Pennsylvania Line 18403.218902M 1,400 $36.00 to Institution Rd RM 14 6201/ 1004-1041 Town of Ashland and Southport 6.6 km

6-5-3 Tioga Co. 18403.096302M 3,800 8,700 42 NO AWARD Rt 38 SUPERPAVE South of 18403.218902M 800 Newark Valley RM 38 6501/ 1072-1092 Town of Newark Valley 3.2 km

GROUP 31503 - BITUMINOUS CONCRETE AWARD PAGE 44 (Specific Project - DOT: VPP)

SPECIAL PAVING PROJECTS FOR DOT (VPP) (Cont'd)

Estim. 702-90 Price Estim. Tack Per Proj. Metric Coat OGS Metric No. County/Location Item Tons (liters) Item Ton Contractor

7-1-1 Clinton Co 18403.126302M 8,800 46,000 43 NO AWARD Rte. 9 SUPERPAVE Chazy to Champlain 18403.126302M 2,900 RM 9 7114/ (T&L) 3125-3186 Towns of Chazy and Champlain 9.8 km

7-1-2 Clinton Co 403.170001M 10,300 53,000 44 $37.28 BLUE MOUNTAIN Rte. 374 Lyon Mt. to 403.170001M 3,400 $37.28 Franklin Co (T&L) RM 374 7102/ 1000-1073 Towns of Dannemora and Ellenburg 11.6 km

7-2-1 Franklin and 403.170001M 16,500 66,200 45 $36.53 BARRETT St Lawrence Co's WATERTOWN Rte 30 403.190001M 2,700 $37.63 Hamilton Co Ln to Moody RM 30 7207/ 1000-1012 RM 30 7508/ 1000-1006 RM 30 7209/ 1000-1053 Towns of Altamont and Piercefield 12.1 km

7-2-2 Franklin Co 403.170001M 4,000 17,500 46 $35.26 BARRETT Rte. 30 WATERTOWN Malone to 403.190001M 800 $36.66 McCabe Rd RM 30 7209/ 1611-1634 Town of Malone 3.7 km

7-2-4 Franklin Co 18403.127302M 1,800 7,500 47 $37.22 BARRETT Rte. 37 SUPERPAVE WATERTOWN Malone to 18403.218902M 300 $42.23 Bare Hill Rd RM 37 7203/ 1257-1266 Town of Malone 1.5 km

GROUP 31503 - BITUMINOUS CONCRETE AWARD PAGE 45 (Specific Project - DOT: VPP)

SPECIAL PAVING PROJECTS FOR DOT (VPP) (Cont'd)

Estim. 702-90 Price Estim. Tack Per Proj. Metric Coat OGS Metric No. County/Location Item Tons (liters) Item Ton Contractor

7-2-7 Franklin Co 403.170001M 3,900 20,800 48 $38.37 N.J. BRUNELL Rte. 30 McCollums to 403.190001M 1,300 $39.37 Rte 458 RM 30 7209/ 1412-1437 Town of Brighton 4.0 km

7-2-9 Franklin Co 403.170001M 5,300 36,300 49 $35.31 BARRETT Rte. 30 WATERTOWN Malone to Constable 403.190001M 1,900 $34.69 RM 30 7209/ 1680-1731 Towns of Malone and Constable 8.2 km

7-3-1 Jefferson Co 18403.127202M 2,500 6,000 50 $33.20 BARRETT Rte. 12 SUPERPAVE WATERTOWN Bradley St. RM 12 7306/ 2027-2036 City of Watertown 1.4 km

7-3-2 Jefferson Co 403.170001M 4,100 22,300 51 $31.47 BARRETT Rte. 37 WATERTOWN LeRay Town Line 403.170001M 1,800 $30.46 to Rte. 411 (T&L) RM 37 7301/ 1125-1159 Town of Theresa 5.5 km

7-3-3 Jefferson Co 18403.126202M 17,400 90,000 52 $32.65 BARRETT Rte. 11 SUPERPAVE WATERTOWN Philadelphia to 18403.126302M 7,500 $30.43 St Lawrence Co Line RM 11 7305/ 3155-3272 Towns of Philadelphia and Antwerp 19.0 km

GROUP 31503 - BITUMINOUS CONCRETE AWARD PAGE 46 (Specific Project - DOT: VPP)

SPECIAL PAVING PROJECTS FOR DOT (VPP) (Cont'd)

Estim. 702-90 Price Estim. Tack Per Proj. Metric Coat OGS Metric No. County/Location Item Tons (liters) Item Ton Contractor

7-3-4 Jefferson Co 403.170001M 1,300 7,000 53 $33.28 BARRETT Rte. 342 WATERTOWN Rte. 12 to Int. I81 403.170001M 500 $33.00 RM 342 7301/ (T&L) 1000-1011 Town of Pamelia 1.8 km

7-4-3 Lewis Co 403.190001M 7,000 24,300 54 $34.53 BARRETT Rte. 410 WATERTOWN Rte. 26 to Rte. 126 403.190001M 1,500 $34.24 RM 410 7401/ (T&L) 1000-1040 Towns of Denmark and Croghan 6.4 km

7-4-4 Lewis Co 18403.097302M 1,500 7,000 55 $39.47 BARRETT Rte. 812 SUPERPAVE WATERTOWN Croghan Village 18403.097302M 500 $38.21 RM 812 7401/ (T&L) 1103-1111 Village of Croghan 1.3 km

7-5-1 St.Lawrence Co 403.190001M 16,100 78,000 56 $34.77 BARRETT Rte. 37 WATERTOWN Morristown to 403.190001M 5,500 $33.87 Hammond (T&L) RM 37 7502/ 1076-1162 Towns of Morristown and Hammond 13.8 km

7-5-2 St.Lawrence Co 18403.096302M 11,100 48,300 57 $35.31 BARRETT Rte. 58 SUPERPAVE WATERTOWN Gouverneur to 18403.096302M 2,900 $34.58 Edwards (T&L) RM 58 7501/ 1160-1219 Towns of Fowler and Gouverneur 9.5 km

GROUP 31503 - BITUMINOUS CONCRETE AWARD PAGE 47 (Specific Project - DOT: VPP)

SPECIAL PAVING PROJECTS FOR DOT (VPP) (Cont'd)

Estim. 702-90 Price Estim. Tack Per Proj. Metric Coat OGS Metric No. County/Location Item Tons (liters) Item Ton Contractor

7-5-3 St.Lawrence Co 403.190001M 4,100 10,100 58 $37.42 BARRETT Rte. 11C WATERTOWN Stockholm Center 403.190001M 1,400 $35.16 to Winthrop (T&L) RM 11C 7501/ 1000-1029 Town of Stockholm 4.7 km

8-1-3 Columbia Co. 18403.126102M 27.300 30,500 59 $41.00 COLARUSSO Rte. 22 SUPERPAVE Dutchess Co Line 18403.256902M 20,500 $39.00 to Rte 344 RM 22 8106/ 1000 - 1088 Town of Copake 14.2km

8-2-1 Dutchess Co. 18403.126102M 5,700 25,600 60 $38.95 COLARUSSO Rte 987G (TSP) SUPERPAVE 0.5mi south of 18403.256902M 7,600 $37.40 Wilbur Flats Road to Columbia Co Line RM 987G 8203/ 1358 - 1382 Town of Milan 3.9km

8-2-2 Dutchess Co. 18403.126102M 4,000 9,200 61 $44.50 PALEEN Rte . 44 SUPERPAVE Rte.343 to Rte. 44A RM 44 8202/ 2133 - 2149 Town of Washington Vill. of Millbrook 2.6km

8-2-5 Dutchess Co. 18403.126102M 4,500 10,100 62 $41.95 PECKHAM Rte. 82 SUPERPAVE TSP to Rte. 55 RM 82 8201/ 1078 - 1113 Town of East Fishkill and LaGrange 5.6km

GROUP 31503 - BITUMINOUS CONCRETE AWARD PAGE 48 (Specific Project - DOT: VPP)

SPECIAL PAVING PROJECTS FOR DOT (VPP) (Cont'd)

Estim. 702-90 Price Estim. Tack Per Proj. Metric Coat OGS Metric No. County/Location Item Tons (liters) Item Ton Contractor

8-5-2 Orange Co. 18403.126102M 4,800 7,800 63 $45.42 RITANGELA Rte. 97 SUPERPAVE Rte. 42 overlap to Sullivan Co Line RM 97 8301/ 2020 - 2054 Town of Deerpark 5.5km

8-7-1 Ulster Co. 18403.126102M 9,700 13,000 64 $41.65 CALLANAN Rte. 209 and 55 SUPERPAVE 0.25mi south of Rte 55 to CR 77 RM 209 8603/ 1063-1065 and 1108-1116 RM 55 8602/ 1107-1151 Town of Wawarsing 8.7km

8-7-3 Ulster Co. 18403.126102M 5,500 8,000 65 $40.95 CALLANAN Rte 209 SUPERPAVE 0.8 km north of 18403.218902M 5,500 $38.60 Old Rte 209 to RR crossing 1284-1311 Towns of Hurley and Ulster 4.4 km

8-8-1 Westchester Co. 18403.126102M 6,100 14,900 66 $52.22 BILOTTA Rte. 100 SUPERPAVE Rte. 133 to Croton Reservior Bridge RM 100 8701/ 4126 - 4166 Towns of New Castle and Yorktown 6.4km

8-8-2 Westchester Co. 18403.126102M 4,000 9,200 67 $54.27 BILOTTA Rte. 6 SUPERPAVE Yorktown Town Line to Putnam Co Line Rte 6 8703/ 3066 - 3082 Town of Somers 2.6km

GROUP 31503 - BITUMINOUS CONCRETE AWARD PAGE 49 (Specific Project - DOT: VPP)

SPECIAL PAVING PROJECTS FOR DOT (VPP) (Cont'd)

Estim. 702-90 Price Estim. Tack Per Proj. Metric Coat OGS Metric No. County/Location Item Tons (liters) Item Ton Contractor

8-8-3 Westchester Co. 18403.126102M 4,500 10,300 68 $56.75 BILOTTA Rte 35,124and983D SUPERPAVE Meade St to Spring St Rte. 35 to Spring St RM 35 8701/2188-2207 RM 124 8701/1046-1049 RM 983D 8701/1000-1004 Town of Lewisboro 4.2km

8-9-1 Westchester Co. 18403.126102M 4,700 7,300 69 $56.90 COUNTY Rte. 9A SUPERPAVE ASPHALT Yonkers to Ardsley 18403.256902M 600 $56.90 Village Line RM 9A 8703/ 2000-2022 and 2025-2033 Town of Greenburgh Village of Ardsley and Hastings 4.8km

9-1-1 Broome Co. 18403.127302M 5,300 12,200 70 $35.95 BARRETT Rte 38B SUPERPAVE WASHINGTON Rte. 26 to 18403.218902M 500 $36.65 Tioga Co Line RM 38B 9102/ 1000-1030 Town of Maine 4.8 km 9-1-2 Broome Co. 18403.127302M 4,500 10,500 71 $34.98 ACADEME Rte 79 SUPERPAVE Itaska to Whitney Point RM 79 9103/ 1094-1124 Town of Barker 4.8 km

9-1-3 Broome Co. 18403.127302M 4,600 9,500 72 $34.99 ACADEME Rte 7 SUPERPAVE Bates Rd to 18403.218902M 200 $38.00 Belden Hill RM 7 9101/ 3143-3165 Town of Colesville 3.5 km

GROUP 31503 - BITUMINOUS CONCRETE AWARD PAGE 50 (Specific Project - DOT: VPP)

SPECIAL PAVING PROJECTS FOR DOT (VPP) (Cont'd)

Estim. 702-90 Price Estim. Tack Per Proj. Metric Coat OGS Metric No. County/Location Item Tons (liters) Item Ton Contractor

9-2-2 Chenango Co. 18403.127302M 3,900 8,000 73 $38.22 COBLESKILL Rte 23 SUPERPAVE Norwich To So New Berlin RM 23 9201/ 3000-3019 Town of Norwich 3.0 km

9-4-2 Delaware Co. 403.170001M 6,820 16,500 74 $32.83 BROOME Rte 8 Masonville to Sidney RM 8 9301/ 1147 - 1216 Town of Masonville 9.4 km

9-5-3 Otsego Co 18403.127302 M 11,000 20,100 75 $35.99 COBLESKILL Rte 51 SUPERPAVE Mt Upton to 18403.097302 M 1,600 $36.75 Gilbertsville RM 51 9402/ 1000-1051 Town of Butternuts 8.2 km

9-6-2 Delaware & . 18403.126302M 15,800 47,700 76 $39.69 COBLESKILL Schoharie Co SUPERPAVE Rte 23 18403.218902M 9,000 $40.88 Stamford to Grand Gorge RM 9303/ 1242 - 1251 RM 9504/ 1000 - 1029 RM 9305/ 1000 - 1026 Town of Stamford, Gilboa and Roxbury 10.4 km

9-7-1 Sullivan Co. 403.170001M 8,700 19,100 77 $40.63 RITANGLEA Rte 42 Monticello to Forestburg RM 42 9602/ 1074-1117 Town of Thompson 6.9 km

GROUP 31503 - BITUMINOUS CONCRETE AWARD PAGE 51 (Specific Project - DOT: VPP)

State of New York Office of General Services PROCUREMENT SERVICES GROUP Contract Performance Report Please take a moment to let us know how this contract award has measured up to your expectations. If reporting on more than one contractor or product, please make copies as needed. This office will use the information to improve our contract award, where appropriate. Comments should include those of the product’s end user.

Contract No.: Contractor.

Describe Product* Provided (Include Item No., if available):

*Note: “Product” is defined as a deliverable under any Bid or Contract, which may include commodities (including printing), services and/or technology. The term “Product” includes Licensed Software.

Excellent Good Acceptable Unacceptable • Product meets your needs • Product meets contract specifications • Pricing

CONTRACTOR

Excellent Good Acceptable Unacceptable • Timeliness of delivery • Completeness of order (fill rate) • Responsiveness to inquiries • Employee courtesy • Problem resolution

Comments:

(over)

Agency: Prepared by:

Address: Title:

Date:

Phone:

E-mail:

Please detach or photocopy this form & return by FAX to 518/474-2437 or mail to:

OGS PROCUREMENT SERVICES GROUP Customer Services, Room 3711 Corning 2nd Tower - Empire State Plaza Albany, New York 12242 * * * * *