contract award notification - ogs.state.ny.us · procurement services group ... in the...

30
(continued) 19734a.doc/T06/keg 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 – 31506 – LIQUID BITUMINOUS MATERIALS (Specific Projects for DOT: Microsurfacing) Classification Code(s): 30 Award Number : 19734 Contract Period : May 15, 2005 to December 31, 2005 Bid Opening Date : March 22, 2005 Date of Issue : May 18, 2005 Specification Reference : SPEC-892 dated November 10, 2004 and As Amended In The Invitation for Bids and as Incorporated in the Purchasing Memorandum dated February 28, 2005 (Supersedes Spec-884 dated August 5, 2003) 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 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 Microsurfacing for NYS-DOT is a pavement preventive maintenance treatment which offers minor improvements to rideability and has excellent friction characteristics. PR # 19734T

Upload: vuphuc

Post on 26-Apr-2018

214 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: CONTRACT AWARD NOTIFICATION - ogs.state.ny.us · Procurement Services Group ... in the supplier's normal course of ... Payment for microsurfacing shall be made at contract prices

(continued) 19734a.doc/T06/keg

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 – 31506 – LIQUID BITUMINOUS

MATERIALS (Specific Projects for DOT: Microsurfacing) Classification Code(s): 30

Award Number : 19734

Contract Period : May 15, 2005 to December 31, 2005

Bid Opening Date : March 22, 2005

Date of Issue : May 18, 2005

Specification Reference : SPEC-892 dated November 10, 2004 and As Amended In The Invitation for Bids and as Incorporated in the Purchasing Memorandum dated February 28, 2005 (Supersedes Spec-884 dated August 5, 2003)

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 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

Microsurfacing for NYS-DOT is a pavement preventive maintenance treatment which offers minor improvements to rideability and has excellent friction characteristics. PR # 19734T

Page 2: CONTRACT AWARD NOTIFICATION - ogs.state.ny.us · Procurement Services Group ... in the supplier's normal course of ... Payment for microsurfacing shall be made at contract prices

GROUP 31506 – LIQUID BITUMINOUS MATERIALS AWARD PAGE 2 (Specific Projects for DOT: Microsurfacing)

19734a.doc/T06/keg (continued)

NOTE: See individual contract items to determine actual awardees.

CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED.IDENT.# PC61837 SUIT-KOTE CORP. 800/622-5636, ext. 322 161177189 1911 Lorings Crossing Road 607/753-1100, ext. 332 PO Box 5160 Mark L. Edsall Cortland, NY 13045 Fax: 607/758-9760 E-mail: [email protected] Web Site: www.suit-kote.com PC61838 VESTAL ASPHALT, INC. 800/837-8253 161201418 SB 201 Stage Road 607/785-3393 Vestal, NY 13850 Neil I. Guiles Fax: 607/785-3396 E-mail: [email protected]

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

Page 3: CONTRACT AWARD NOTIFICATION - ogs.state.ny.us · Procurement Services Group ... in the supplier's normal course of ... Payment for microsurfacing shall be made at contract prices

GROUP 31506 – LIQUID BITUMINOUS MATERIALS AWARD PAGE 3 (Specific Projects for DOT: Microsurfacing)

19734a.doc/T06/keg (continued)

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).

PRICE (Specific Projects):

Price for microsurfacing is net per metric ton, 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 indicated projects except that the State will supervise and control the operations. Permanent pavement marking will be the responsibility of the State upon completion of the microsurfacing as indicated herein. The equipment supplied to place the microsurfacing shall appear on the Department’s approved list. All necessary operators shall be supplied along with the microsurfacing equipment.

Page 4: CONTRACT AWARD NOTIFICATION - ogs.state.ny.us · Procurement Services Group ... in the supplier's normal course of ... Payment for microsurfacing shall be made at contract prices

GROUP 31506 – LIQUID BITUMINOUS MATERIALS AWARD PAGE 4 (Specific Projects for DOT: Microsurfacing)

19734a.doc/T06/keg (continued)

SPECIFIC MICROSURFACING PROJECTS FOR DOT:

Project No.

County/ Location

Material Item Number

EstimatedQuantity

OGS Item No. Unit Price

Contractor & NYSDOTFacility No.

5V0531 Erie County Pearl Street Main Street to West Tupper Street City of Buffalo 0.3 km

18410.1021M 120 MT 1 $249.27 Vestal Asphalt

30903

5V0531 Erie County Route 20 RM 20 5302 1086 - 1106 Eden-Evans Center Rd. to Sturgeon Pt. Rd. Town of Evans 3.1 km

18410.1021M 930 MT 2 $143.12 Suit-Kote

30503

5V0543 Erie County Route 62 RM 62 5303 1000 - 1045 Cattaraugus Line to Taylor Hollow Road Town of Collins 7.3 km

18410.1021M 2,070 MT 3-A $126.19 Suit-Kote

30503

5V0543 Erie County Route 62 RM 62 5303 1068 - 1090 Wilcox Road to Langford Road Town of N. Collins 3.4 km

18410.1021M 910MT 3-B $148.69 Suit-Kote

30503

5V0543 Erie County Route 62 RM 62 5303 1165 - 1198 N. End of Eden Valley Bridge to Lake St. Towns of Eden & Hamburg 5.2 km

18410.1021M 1,360MT 3-C $138.80 Suit-Kote

30503

Page 5: CONTRACT AWARD NOTIFICATION - ogs.state.ny.us · Procurement Services Group ... in the supplier's normal course of ... Payment for microsurfacing shall be made at contract prices

GROUP 31506 – LIQUID BITUMINOUS MATERIALS AWARD PAGE 5 (Specific Projects for DOT: Microsurfacing)

19734a.doc/T06/keg (continued)

SPECIFIC MICROSURFACING PROJECTS FOR DOT: (cont’d)

Project No.

County/ Location

Material Item Number

Estimated Quantity

OGS Item No.

Unit Price Contractor & NYSDOT Facility No.

5V0545 Erie County Route 240 RM 240 5301 1169 - 1207 Davis Road to Route 277 Towns of Aurora & Orchard Park 6.2 km

18410.1021M 1,480 MT 4 $137.37 Suit-Kote

30503

5V0546 Erie County Route 277 RM 277 5301 1000 - 1029 Route 391 to Chestnut Hill Park Towns of Boston & Orchard Park 4.8 km

18410.1021M 960 MT 5-A $139.88 Suit-Kote

30503

5V0546 Erie County Route 277 RM 277 5301 1041 - 1053 Powers Road to Route 240 Town of Orchard Park 1.9 km

18410.1021M 660 MT 5-B $146.45 Suit-Kote

30503

5V0546 Erie County Route 9521 RM 9521 5301 1000 - 1010 Murphy Road to Armor-Duells Road 1.7 km

18410.1021M 600 MT 5-C $166.32 Suit-Kote

30503

Page 6: CONTRACT AWARD NOTIFICATION - ogs.state.ny.us · Procurement Services Group ... in the supplier's normal course of ... Payment for microsurfacing shall be made at contract prices

GROUP 31506 – LIQUID BITUMINOUS MATERIALS AWARD PAGE 6 (Specific Projects for DOT: Microsurfacing)

19734a.doc/T06/keg (continued)

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

CONTRACT PAYMENTS:

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

ELECTRONIC PAYMENTS:

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

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.

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). Click on "For Government - Contracts and Purchasing," then "Seller Information," then "Dispute Resolution Procedures for Vendors."

PAYMENT:

Payment for microsurfacing shall be made at contract prices per net metric ton for the actual quantity of material placed by the contractor.

ESTIMATED QUANTITIES:

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

Page 7: CONTRACT AWARD NOTIFICATION - ogs.state.ny.us · Procurement Services Group ... in the supplier's normal course of ... Payment for microsurfacing shall be made at contract prices

GROUP 31506 – LIQUID BITUMINOUS MATERIALS AWARD PAGE 7 (Specific Projects for DOT: Microsurfacing)

19734a.doc/T06/keg (continued)

ASPHALT PRICE ADJUSTMENTS:

1. Asphalt price adjustments allowed will be based on the October 1, 2004 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 pre-approved primary sources of performance graded binder in accordance with the New York State Department of Transportation Standard Specification.

The October 1, 2004 average is $235.00.

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 pre-approved sources

discontinue posting a price for asphalt cement, the base average F.O.B. terminal price shall not be recalculated.

2. The new average F.O.B. terminal price will be determined based on the above F.O.B. terminal prices

posted on the 20th of each month, hereafter known as the “Adjustment Date”, during the contract period starting with February 20, 2005. However, asphalt price adjustments, in accordance with the formula below, will be effective for deliveries made on and after the first of the month (i.e., March 1, 2005) following the adjustment date.

3. The unit prices per metric ton of hot mix asphalt (HMA) purchased from any award based on this

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

Price Adjustment =

New Monthly Average F.O.B. Terminal Price

- Base Average F.O.B. Terminal Price

X Total % Asphalt (Per Metric Ton) Plus Fuel Allowance

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

The average F.O.B. terminal price for unmodified PG 64-22 binder without anti-stripping agent is 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 is as determined by the New York State Department of Transportation as of October 1, 2004.

Page 8: CONTRACT AWARD NOTIFICATION - ogs.state.ny.us · Procurement Services Group ... in the supplier's normal course of ... Payment for microsurfacing shall be made at contract prices

GROUP 31506 – LIQUID BITUMINOUS MATERIALS AWARD PAGE 8 (Specific Projects for DOT: Microsurfacing)

19734a.doc/T06/keg (continued)

ASPHALT PRICE ADJUSTMENTS: (Cont'd) TOTAL % ASPHALT PLUS FUEL: The percentage of total allowable asphalt and fuel for each item is as follows:

Item

% Asphalt

+Fuel Allowance

Total % Asphalt +Fuel Allowance

18410.1011M 9.0 0 9.0 18410.1021M 9.0 0 9.0 18410.1031M 9.0 0 9.0 18410.1012M 7.5 0 7.5 18410.1022M 7.5 0 7.5 18410.1032M 7.5 0 7.5 18410.1013M 7.5 0 7.5

EXAMPLE: Item 18410.1011M

Base Average Price = $235.00 New Average Price = $245.00 Total % Asphalt plus Fuel = 7.2%

$245.00 - $235.00 x 0.072 = +$0.72 per metric ton +Fuel Allowance represents allowance for energy (fuel, electricity, natural gas) used in the production of asphalt. It is a cost associated with the product and not intended to represent any trucking or hauling of product.

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

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

4. 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 asphalt price adjustments applicable in effect during the last month of the contract.

Asphalt price adjustments 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.

5. Asphalt price adjustments allowed by this contract shall be calculated and applied to the original prices. There will not be asphalt price adjustments unless the change amounts to more than $0.10 per metric ton from the original price. In these instances, prices will revert back to the original prices.

6. All asphalt price adjustments will be computed to three decimal places.

7. 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.

8. All asphalt price adjustments 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.

Page 9: CONTRACT AWARD NOTIFICATION - ogs.state.ny.us · Procurement Services Group ... in the supplier's normal course of ... Payment for microsurfacing shall be made at contract prices

GROUP 31506 – LIQUID BITUMINOUS MATERIALS AWARD PAGE 9 (Specific Projects for DOT: Microsurfacing)

19734a.doc/T06/keg (continued)

WAGE RATES:

Clause 16b of the General Specifications 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.

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.

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 microsurfacing. 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-microsurfacing 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 microsurfacing and pavement marking abrading (if necessary). The Resident Engineer shall designate a Microsurfacing 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-MICROSURFACING CONFERENCE:

The Contractor shall schedule a Pre-Microsurfacing 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 microsurfacing. Project-level supervisors for both the owner agency and the vendor should be present at the conference. At this conference the Contractor shall present their proposed microsurfacing schedule, equipment, pavement marking abrading plan (if necessary), microsurfacing procedure, and Maintenance and Protection of Traffic Plan to the State for approval. At least one week prior to the start of microsurfacing, the Contractor shall coordinate the details of the project with the Resident Engineer.

WORK HOURS:

Work shall not be permitted on Holidays and the days immediately preceding and after Holidays. If the Contractor desires to work overtime on other days, they must obtain dispensation from the NYS Labor Department (on NYS Labor Department form PW30 (5/93)). Work on Sundays will be permitted only with the approval of the engineer. For all projects, work and lane closures shall be permitted only between the hours of 9:00 A.M. and 4:00 P.M., unless approved by the engineer.

Page 10: CONTRACT AWARD NOTIFICATION - ogs.state.ny.us · Procurement Services Group ... in the supplier's normal course of ... Payment for microsurfacing shall be made at contract prices

GROUP 31506 – LIQUID BITUMINOUS MATERIALS AWARD PAGE 10 (Specific Projects for DOT: Microsurfacing)

19734a.doc/T06/keg (continued)

CONSTRUCTION DETAILS: The construction details shall comply with the requirements specified herein. The Microsurfacing Supervisor shall have sole responsibility for determining compliance with the specifications. All orders given to the Contractor regarding construction details shall be considered final. The microsurfacing application rate and pavement widths shall be as specified elsewhere in this Invitation for Bids.

ATTENTION - Special Note:

The contractor will not be responsible for the initial conditioning of the existing pavement and shoulder surfaces as described in Section 402-3.05 of the NYSDOT Standard Specifications. Patching, joint repair, crack filling and the initial surface cleaning will be done by NYSDOT forces prior to the microsurfacing project. However, once work on the microsurfacing project begins, the contractor is responsible for keeping the pavement and shoulders clean until the microsurfacing operations are completed, as per Section 633-3.01 of the NYSDOT Standard Specifications.

MAINTENANCE AND PROTECTION OF TRAFFIC:

The Contractor shall be responsible for Maintenance and Protection of Traffic for the Microsurfacing and pavement marking abrading operations (if necessary). Traffic shall be maintained in accordance with Sections 619-l through 619-3 of the Standard Specifications and the Manual of Uniform Traffic Control Devices (MUTCD). The Contractor shall submit a Maintenance and Protection of Traffic Plan for approval to the Resident Engineer at the Pre-Microsurfacing Conference. For all projects in the Invitation For Bid, Figure TASD-C6, included in this Invitation for Bid, 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 Contractor. On two-

way roadways, a minimum of three flaggers shall be provided while the Microsurfacing and pavement marking abrading operations (if necessary) are underway. One shall be stationed at each end of the applicable operation and one shall be stationed with the operation. For one-way roadways, a minimum of two flaggers shall be provided while the microsurfacing and pavement marking abrading (if necessary) are underway. One shall be stationed at the beginning of the applicable operation and one shall be stationed with 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 Resident Engineer.

All costs for Maintenance and Protection of Traffic including flagging, pavement delineation, and construction

signs are to be included in the price bid per metric ton. No separate payment shall be made.

Page 11: CONTRACT AWARD NOTIFICATION - ogs.state.ny.us · Procurement Services Group ... in the supplier's normal course of ... Payment for microsurfacing shall be made at contract prices

GROUP 31506 – LIQUID BITUMINOUS MATERIALS AWARD PAGE 11 (Specific Projects for DOT: Microsurfacing)

19734a.doc/T06/keg (continued)

Page 12: CONTRACT AWARD NOTIFICATION - ogs.state.ny.us · Procurement Services Group ... in the supplier's normal course of ... Payment for microsurfacing shall be made at contract prices

GROUP 31506 – LIQUID BITUMINOUS MATERIALS AWARD PAGE 12 (Specific Projects for DOT: Microsurfacing)

19734a.doc/T06/keg (continued)

Page 13: CONTRACT AWARD NOTIFICATION - ogs.state.ny.us · Procurement Services Group ... in the supplier's normal course of ... Payment for microsurfacing shall be made at contract prices

GROUP 31506 – LIQUID BITUMINOUS MATERIALS AWARD PAGE 13 (Specific Projects for DOT: Microsurfacing)

19734a.doc/T06/keg (continued)

Page 14: CONTRACT AWARD NOTIFICATION - ogs.state.ny.us · Procurement Services Group ... in the supplier's normal course of ... Payment for microsurfacing shall be made at contract prices

GROUP 31506 – LIQUID BITUMINOUS MATERIALS AWARD PAGE 14 (Specific Projects for DOT: Microsurfacing)

19734a.doc/T06/keg (continued)

Page 15: CONTRACT AWARD NOTIFICATION - ogs.state.ny.us · Procurement Services Group ... in the supplier's normal course of ... Payment for microsurfacing shall be made at contract prices

GROUP 31506 – LIQUID BITUMINOUS MATERIALS AWARD PAGE 15 (Specific Projects for DOT: Microsurfacing)

19734a.doc/T06/keg (continued)

Page 16: CONTRACT AWARD NOTIFICATION - ogs.state.ny.us · Procurement Services Group ... in the supplier's normal course of ... Payment for microsurfacing shall be made at contract prices

GROUP 31506 – LIQUID BITUMINOUS MATERIALS AWARD PAGE 16 (Specific Projects for DOT: Microsurfacing)

19734a.doc/T06/keg (continued)

Page 17: CONTRACT AWARD NOTIFICATION - ogs.state.ny.us · Procurement Services Group ... in the supplier's normal course of ... Payment for microsurfacing shall be made at contract prices

GROUP 31506 – LIQUID BITUMINOUS MATERIALS AWARD PAGE 17 (Specific Projects for DOT: Microsurfacing)

19734a.doc/T06/keg (continued)

Page 18: CONTRACT AWARD NOTIFICATION - ogs.state.ny.us · Procurement Services Group ... in the supplier's normal course of ... Payment for microsurfacing shall be made at contract prices

GROUP 31506 – LIQUID BITUMINOUS MATERIALS AWARD PAGE 18 (Specific Projects for DOT: Microsurfacing)

19734a.doc/T06/keg (continued)

Page 19: CONTRACT AWARD NOTIFICATION - ogs.state.ny.us · Procurement Services Group ... in the supplier's normal course of ... Payment for microsurfacing shall be made at contract prices

GROUP 31506 – LIQUID BITUMINOUS MATERIALS AWARD PAGE 19 (Specific Projects for DOT: Microsurfacing)

19734a.doc/T06/keg (continued)

MAINTENANCE AND PROTECTION OF TRAFFIC: (Cont'd.) PERMANENT CONSTRUCTION SIGNS: 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 following permanent Construction Signs:

Sign Minimum Size Location ROAD WORK G11-1D On main line at start of NEXT _____ MILES project in each direction END G11-2C On main line 150 meters after ROAD WORK end of project in each direction ROAD WORK W8-1D On main line 150 meters in advance 500 FT. of project in each direction and on major intersecting roads 150 meters in advance of project STATE LAW 600 mm On main line 150 to 300 meters FINES DOUBLED BY 900 mm upstream of first general FOR SPEEDING warning sign IN WORK ZONES DO NOT PASS R4-1C Spaced every 300 meters along project Each direction (while temporary pavement delineation is in place) on own posts

NO CENTER STRIPE W8-40 On mainline spaced every 3.2 kilometers along project in each direction and after every major intersecting road (while temporary pavement delineation is in place) on own posts

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

Temporary Lane Closures:

It will be necessary to temporarily close travel lanes in order to perform the contract work. The following restrictions shall apply to lane closures:

A. No lane closures will be permitted without the prior approval of the engineer. B. No lane closures will be permitted during non-working hours, unless specifically provided elsewhere in

the contract.

Page 20: CONTRACT AWARD NOTIFICATION - ogs.state.ny.us · Procurement Services Group ... in the supplier's normal course of ... Payment for microsurfacing shall be made at contract prices

GROUP 31506 – LIQUID BITUMINOUS MATERIALS AWARD PAGE 20 (Specific Projects for DOT: Microsurfacing)

19734a.doc/T06/keg (continued)

MAINTENANCE AND PROTECTION OF TRAFFIC: (Cont'd.) C. The same number of travel lanes (including turning lanes), as exist prior to this contract, shall be

maintained in each direction during the hours of 7:00 a.m. to 9:00 a.m. and 4:00 p.m. to 6:00 p.m. - Monday to Friday, inclusive.

D. In areas of major shopping malls, the same number of travel lanes (including turning lanes), as exist prior

to this contract, shall be maintained in each direction during the hours of 10:00 a.m. to 4:00 p.m. on Saturdays.

E. The time restrictions listed above can be shifted as traffic conditions warrant, and the contractor shall be

aware that the engineer in charge (E.I.C.) has the ability to order additional time restrictions of up to one hour per work day to the time restrictions listed above if traffic conditions warrant, at no cost to the state. The contractor shall not have any delay claims against the state if the E.I.C. orders up to one hour of additional time restrictions per day.

F. The engineer in charge is authorized to reduce the above time restrictions as traffic conditions warrant. G. The contractor's attention is directed to the fact that the following holiday work restrictions are applicable

to this project. During these holiday periods, the contractor will not be allowed to perform any work that will be disruptive to traffic including but not limited to lane closures. Lane closures will not be permitted during the following holiday periods: Easter weekend; Memorial Day weekend; July 4th; Labor Day; Columbus Day; Thanksgiving; Christmas and New Year's Day. If the holiday is a Monday, no lane closures will be permitted from 12 noon Friday to 10 a.m. Tuesday. If the holiday is a Tuesday, no lane closures will be permitted from 12 noon Friday to 10 a.m. Wednesday. If the holiday is a Wednesday, no lane closures will be permitted from 12 noon Tuesday to 10 a.m. Thursday. If the holiday is a Thursday or Friday, no lane closures will be permitted from 12 noon the day before the holiday to 10 a.m. Monday. If the holiday is a weekend day, no lane closures will be permitted from 12 noon Friday to 10 a.m. Monday.

H. The contractor is also advised that the state reserves the right to preclude lane closures during periods of

inclement weather, wet or icy pavement, reduced visibility, traffic accidents or any other emergencies. The state may alter any lane closures should traffic conditions or other unforeseen circumstances arise which would adversely affect the traffic flow. The contractor is also alerted to the fact that incident management or traffic conditions might force his/her construction operation to stop, even during time where such operation would normally be permitted. Ten such occurrences per calendar year should be taken into consideration as a reasonable frequency of such event when bidding this project. The contractor shall have no claim against the state for any delays or extra costs in complying with these restrictions.

I. The state may grant a waiver of these restrictions upon a timely receipt of a request for said waiver from

the contractor. A minimum of five working days for the review of the contractor's request will be required.

Page 21: CONTRACT AWARD NOTIFICATION - ogs.state.ny.us · Procurement Services Group ... in the supplier's normal course of ... Payment for microsurfacing shall be made at contract prices

GROUP 31506 – LIQUID BITUMINOUS MATERIALS AWARD PAGE 21 (Specific Projects for DOT: Microsurfacing)

19734a.doc/T06/keg (continued)

MAINTENANCE AND PROTECTION OF TRAFFIC: (Cont'd.) Abrading Existing Pavement Markings (if necessary)

If the Contractor with the concurrence of the Resident Engineer determines that it is necessary for the performance of the microsurfacing, the Contractor shall abrade the existing pavement markings so that at least 75% of the glass beads in the existing pavement markings are removed. The method of removal may include sand blasting, water blasting, grinding, or other method approved by the engineer or agency authorized individual. Care shall be taken to avoid damage to passing traffic. All damage to passing traffic caused by the contractor’s operations shall be the contractor’s responsibility. Waste material generated by the abrading operation shall be cleaned up and disposed of by the vendor. If the contractor abrades the existing pavement markings, the contractor shall place temporary pavement delineation as specified elsewhere in this Invitation for Bids under maintenance and protection of traffic, unless the microsurfacing will be placed the same day as pavement markings are abraded. The contractor shall make every effort to expeditiously place the microsurfacing in areas where pavement markings have been abraded and temporary pavement delineation is in place. Under no circumstances will temporary pavement delineation be allowed for more than 5 calendar days in areas where pavement markings have been abraded. In this event, the contractor shall be required to place full pavement markings at no cost to the state. During the pavement markings abrading operation, traffic will be maintained by the contractor in accordance with the Maintenance and Protection of Traffic requirements included herein. The contractor shall submit a proposed Maintenance and Protection of Traffic Plan to the Resident Engineer for approval. The plan may be based on drawing TASD-C6. Payment for pavement marking abrading shall be included in the price bid per ton for the microsurfacing. No separate payment shall be made.

Temporary Pavement Delineation:

The Contractor shall provide temporary pavement delineation on completed microsurfacing as specified herein. Pavement delineation shall consist of Reflectorized Pavement Marking Paint as specified in Section 640. 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 mm length of paint100 millimeters wide shall be placed at 12 meter intervals between adjacent travel lanes along the roadway.

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 Microsurfacing 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.

Page 22: CONTRACT AWARD NOTIFICATION - ogs.state.ny.us · Procurement Services Group ... in the supplier's normal course of ... Payment for microsurfacing shall be made at contract prices

GROUP 31506 – LIQUID BITUMINOUS MATERIALS AWARD PAGE 22 (Specific Projects for DOT: Microsurfacing)

19734a.doc/T06/keg (continued)

MAINTENANCE AND PROTECTION OF TRAFFIC: (Cont'd.) 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 following detail “One-Lane Two-Way Traffic Control Flagger Stations Supplemented with Flag Tree and Cones” provides additional detail on the Flagger Station Enhanced Setup.

Page 23: CONTRACT AWARD NOTIFICATION - ogs.state.ny.us · Procurement Services Group ... in the supplier's normal course of ... Payment for microsurfacing shall be made at contract prices

GROUP 31506 – LIQUID BITUMINOUS MATERIALS AWARD PAGE 23 (Specific Projects for DOT: Microsurfacing)

19734a.doc/T06/keg (continued)

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 24: CONTRACT AWARD NOTIFICATION - ogs.state.ny.us · Procurement Services Group ... in the supplier's normal course of ... Payment for microsurfacing shall be made at contract prices

GROUP 31506 – LIQUID BITUMINOUS MATERIALS AWARD PAGE 24 (Specific Projects for DOT: Microsurfacing)

19734a.doc/T06/keg (continued)

DETAILED SPECIFICATIONS 18410.1011M MICROSURFACING, TYPE II, F1 18410.1021M MICROSURFACING, TYPE II, F2 18410.1031M MICROSURFACING, TYPE II, F3 18410.1012M MICROSURFACING, TYPE III, F1 18410.1022M MICROSURFACING, TYPE III, F2 18410.1032M MICROSURFACING, TYPE III, F3 18410.1013M MICROSURFACING, TYPE III RUT-FILLING DESCRIPTION. Apply a properly proportioned mixture of polymer modified asphalt emulsion, mineral aggregate, mineral filler, water, and other additives to a paved surface. Refer to Chapter 6 of the NYSDOT Comprehensive Pavement Design Manual for selection of appropriate friction requirements: F1, F2 or F3. MATERIAL REQUIREMENTS. A. Asphalt Emulsion. § 702 - Bituminous Materials, CQS-1p, Item 702-4801. B. Aggregates. §703-02, Coarse Aggregate, except as modified herein.

1. Use Material from an Approved Source of Crushed Stone, Gravel or Slag meeting the appropriate gradation requirements given Table 3 – Gradation Requirements, and Table 4 – Stockpile Tolerances. Use of natural sands, §703-01 Fine Aggregate, is prohibited.

2. Minimum sand equivalent quality is 65%, as determined according to AASHTO T 176, “Plastic Fines in Graded Aggregates and Soils by Use of the Sand Equivalent Test,” or that is classified as non-plastic according to AASHTO T 89, “Determining the Liquid Limit of Soils,” and AASHTO T 90, “Determining the Plastic Limit and Plasticity Index of Soils.”

3. Friction Aggregate. Use aggregate containing meeting the minimum requirements given below for the appropriate Conditions. Sample and test aggregate in accordance with Materials Method 28, “Friction Aggregate Control and Test Procedures.”

a. Type F1 Conditions. Use aggregate having an acid-insoluble residue not less than 95.0% acid-insoluble

residue in the plus 600 μm size fraction and in the minus 600 μm size fraction.

b. Type F2 Conditions. Use aggregate meeting one of the following requirements:

b1. Limestone, dolomite or a blend of the two having an acid-insoluble residue of not less than 20.0% in the plus 600 μm size fraction and in the minus 600 μm size fraction.

b2. Gravel, or a natural or manufactured blend of the following types of materials: limestone, dolomite, gravel, sandstone, granite, chert, traprock, ore tailings, slag, or other similar materials, having an acid-insoluble residue of not less than 25.0% in the plus 600 μm size fraction and in the minus 600 μm size fraction.

Page 25: CONTRACT AWARD NOTIFICATION - ogs.state.ny.us · Procurement Services Group ... in the supplier's normal course of ... Payment for microsurfacing shall be made at contract prices

GROUP 31506 – LIQUID BITUMINOUS MATERIALS AWARD PAGE 25 (Specific Projects for DOT: Microsurfacing)

19734a.doc/T06/keg (continued)

DETAILED SPECIFICATIONS (Cont’d) MATERIAL REQUIREMENTS. (Cont'd)

c. Type F3 Conditions. Use aggregate meeting one of the following requirements:

c1. Limestone, or a blend of limestone and dolomite having an acid-insoluble residue of not less than 20.0% in the plus 600 μm size fraction and in the minus 600 μm size fraction.

c2. Dolomite.

c3. Gravel, or a natural or manufactured blend of the following types of materials: limestone, dolomite, gravel, sandstone, granite, chert, traprock, ore tailings, slag, or other similar materials, having an acid-insoluble residue of not less than 25.0% in the plus 600 μm size fraction and in the minus 600 μm size fraction.

C. Water. § 712-01, Water. D. Mineral Filler. § 703-08, Mineral Filler. MIXTURE DESIGN. Employ a Department approved laboratory to develop a mixture design meeting the requirements in Table 1 - Proportional Requirements, Table 2 - Physical Requirements, and Table 3 - Gradation Requirements. All materials used to develop the mixture design must be representative of the material to be used on the project. Submit the mixture design, to the Director, Materials Bureau, for approval at least 14 days before the start of work. Mixture design approvals are valid until December 31, of the year in which they are approved.

TABLE 1 - PROPORTIONAL REQUIREMENTS Constituent Proportional Requirement

Residual Asphalt 5.5% to 10.5% by dry mass of aggregate Mineral Filler 0.0% to 3.0% by dry mass of aggregate. Water As required to produce proper mixture consistency. Field Control Additive As required to control of the emulsion’s set properties

or increase adhesion, but must be part of the mixture design and compatible with all other components.

TABLE 2 - PHYSICAL REQUIREMENTS

Property Test Method Requirement Wet Cohesion ISSA TB 139; 30 minutes

ISSA TB 139; 60 minutes 12 kg-cm, minimum 20 kg-cm, minimum

Wet Track Abrasion Loss ISSA TB 100; 1 hour soak ISSA TB 100; 6 day soak

538 g/m2, maximum 807 g/m2, maximum

Mix Time ISSA TB 113 Controllable to 120 sec., min. Classification Compatibility ISSA TB 144 11 grade points, minimum Wet Stripping ISSA TB 114 Pass (90.0% minimum) Excess Asphalt by LWT Sand Adhesion ISSA TB 109 538 g/m2 maximum Lateral Displacement ISSA TB 147A 5.0% maximum Specific Gravity after 1000 cycles of 125 lbs. ISSA TB 147A 2.10 maximum

TABLE 3 - GRADATION REQUIREMENTS Mixture Type Aggregate Gradation

Type II 2MS(1)

Type III 3MS(1)

(1) § 703-02 Material Requirements, Table 703-5 Sizes of Crushed Gravel, Stone, and Slag for Slurry.

Page 26: CONTRACT AWARD NOTIFICATION - ogs.state.ny.us · Procurement Services Group ... in the supplier's normal course of ... Payment for microsurfacing shall be made at contract prices

GROUP 31506 – LIQUID BITUMINOUS MATERIALS AWARD PAGE 26 (Specific Projects for DOT: Microsurfacing)

19734a.doc/T06/keg (continued)

DETAILED SPECIFICATIONS (Cont’d) CONSTRUCTION DETAILS. A. Stockpile. Build an aggregate stockpile at a location approved by the Engineer. When blending multiple

aggregates, use automated proportioning and blending equipment to produce a uniformly graded stockpile. Screen the aggregate at the stockpile, prior to delivering it to the micro-surfacing equipment.

1. Testing. Take three samples, according to Materials Method 5, “Plant Inspector’s Manual for Bituminous

Concrete Mix Production” and test for gradation, according to AASHTO T 11, “Materials Finer than 75µm Sieve in Mineral Aggregates by Washing,” and AASHTO T 27, “Sieve Analysis of Fine and Coarse Aggregates.” Each sample must contain material from each face of the stockpile.

Sample and test the aggregate in accordance with Materials Method 28, Appendix C, Table C1 - Minimum

Testing Frequencies for Micro-Surfacing Aggregates. Submit the test results to the Engineer and Regional Materials Engineer for approval before using material

from the stockpile. The Engineer will take at least one sample for friction aggregate analysis according to Materials Method 28. 2. Tolerance. The maximum stockpile tolerances are given in Table 4 - Maximum Stockpile Tolerances. The

design value plus the stockpile tolerance cannot exceed the gradation limits (Table 3 - Gradation Requirements).

TABLE 4 - MAXIMUM STOCKPILE TOLERANCES

Screen Sizes (mm) 9.5 4.75 2.36 1.18 0.600 0.300 0.150 0.075 Stockpile Tolerance - ± 5.0% ± 5.0% ± 5.0% ± 5.0% ± 4.0% ± 3.0% ± 2.0%

3. Approval. Stockpile gradation approval is valid until new material is added to the stockpile. Approval will

be based on the average of three gradation tests. If the percent passing exceeds the stockpile tolerance or is outside the gradation limits for any sieve, or ranges from the high end to the low end of the tolerance limits for any two consecutive sieves, the stockpile will be rejected.

All micro-surfacing placed with material from a stockpile rejected for gradation will be rejected pending

submission and approval of a mix design representing the stockpile gradation and mixture placed.

If the non-carbonate or acid insoluble residue contents of the material in the stockpile are not within the specified limits, the stockpile will be rejected. All micro-surfacing previously placed with material from a stockpile rejected for non-carbonate or acid insoluble residue content will be rejected pending evaluation of the pavement in accordance with Materials Method 28.

B. Equipment. Use micro-surfacing equipment appearing on the Department’s Approved List. Equipment must be

designed and manufactured specifically for mixing and placing micro-surfacing. The equipment must be capable of accurately proportioning the constituent materials, thoroughly mixing those materials, and placing the micro-surfacing in conformance with this specification. Submit requests to add equipment to the Approved List to the Director, Materials Bureau, at least 30 days before the start of work.

Calibrate each mixing unit according to Materials Method 8.4M, “Calibrating Micro-Surfacing Mix Units.” Calibrations are valid for 90 days.

The emulsion, aggregate and mineral filler counters must be accessible to the Engineer and inspectors. Submit a copy of the approved mix design and equipment calibration information to the Engineer prior to the start of work. Adjust the material delivery settings on the micro-surfacing equipment to produce the approved mix design. Verify the calibration and material delivery settings during construction according to Materials Method 8.4M, “Calibrating Micro-Surfacing Mix Units” as requested by the Regional Materials Engineer.

Page 27: CONTRACT AWARD NOTIFICATION - ogs.state.ny.us · Procurement Services Group ... in the supplier's normal course of ... Payment for microsurfacing shall be made at contract prices

GROUP 31506 – LIQUID BITUMINOUS MATERIALS AWARD PAGE 27 (Specific Projects for DOT: Microsurfacing)

19734a.doc/T06/keg (continued)

DETAILED SPECIFICATIONS (Cont’d) CONSTRUCTION DETAILS. (Cont'd) C. Weather and Seasonal Limitations. The requirements of Section 402-3.01 Weather and Seasonal Limitations

apply, except as modified herein. Do not place micro-surfacing in the rain, or if the air temperature is expected to fall below freezing within 24 hours after application. Application will be permitted to begin when pavement temperature is > 7º C and expected to rise, above 10º C. Stop micro-surfacing if the surface or air temperature drops below 10º C.

D. Mixture Consistency. Produce a homogeneous mixture, without lumps, balls, unmixed aggregate, segregation,

excess water, or excess emulsion.

Control the break time and mix consistency with mixture proportion adjustments. Keep the mixture from setting until after application. The maximum allowable adjustment of the mineral filler is 1.0%. Report all mixture adjustments to the Engineer before they are made.

E. Surface Preparation. 1. Remove all debris and standing water. 2. Cover all manhole covers, water boxes, catch basins, and other such utility structures within the area being

paved with plastic, building felt, or other material approved by the Engineer. Remove the covers each day. 3. If necessary, dampen the pavement surface with water or apply a tack coat emulsion to the pavement surface

before applying micro-surfacing. F. Application. 1. Application Rate. Use at least 2 applications to achieve the application rate as detailed in the contract

documents. Application rate limits are given in Table 5 - Application Limits. When filling ruts, fill each wheel rut as detailed in the contract documents.

TABLE 5 - APPLICATION LIMITS

Gradation Maximum Single Pass Application Rate

(kg/m2)

Total Application Tolerance

(kg/m2)

Typical Total Application Rate Range

(kg/m2) Type II 11 ± 2.0 14 - 22 Type III 16 ± 3.0 20 - 32

2. Coverage. Apply the micro-surfacing to the pavement evenly across the entire width of the spreader box to

produce a smooth riding surface with no streaks, excess buildup, thin or uncovered areas. Do not use hand tools to expand the width of application wider than the spreader box, except as described under Hand Finishing below. Hand held squeegees may not be used to expand the width of application during mainline paving.

3. Joints. Minimize the number of joints. Construct joints such that no gap is present between adjacent

applications. Place longitudinal joints at the edges of traffic lanes. Other longitudinal joint arrangements require the Engineer’s approval. Measure the difference in grade across joints by laying a 3 m straight edge centered on the joint perpendicular to the direction of the joint. Joint overlap and grade difference requirements are given in Table 6 - Joint Requirements.

Page 28: CONTRACT AWARD NOTIFICATION - ogs.state.ny.us · Procurement Services Group ... in the supplier's normal course of ... Payment for microsurfacing shall be made at contract prices

GROUP 31506 – LIQUID BITUMINOUS MATERIALS AWARD PAGE 28 (Specific Projects for DOT: Microsurfacing)

19734a.doc/T06/keg (continued)

DETAILED SPECIFICATIONS (Cont’d) CONSTRUCTION DETAILS. (Cont'd)

TABLE 6 - JOINT REQUIREMENTS Requirement Minimum Maximum

Difference in Grade - 6.0 mm Longitudinal Joint Overlap 50 mm 150 mm Transverse Joint Overlap 50 mm 300 mm

4. Variable-Width Passes. Apply no more than one variable-width pass. Variable-width passes will not be

permitted as the last pass unless approved by the Engineer. 5. Hand Finishing. Use hand held squeegees to finish areas which cannot be reached with the spreader box, and

to produce straight lines along curbs, shoulders, and through intersections. Apply the same type of finish to the surface as is applied by the spreader box.

6. Excess Material. Remove all excess material in areas such as driveways, gutters, intersections, etc. each day.

G. Curing. Allow each coat to cure sufficiently to resist damage from the micro-surfacing equipment, before applying

the next coat. Protect the micro-surfacing from traffic until the mixture has cured sufficiently to resist damage. The time required will vary based on the mix design and environmental conditions. Repair damage from micro-surfacing equipment or traffic to the Engineer’s satisfaction.

SPECIAL MICROSURFACING PROJECTS FOR DOT: PROJECT DIMENSIONS: Region 5

Microsurfacing placed under this contract in Region 5 shall be placed on the pavement (travel lanes) and shoulders as directed by the Engineer.

Information on pavement widths for Department of Transportation Microsurfacing Contracts are listed for information purposes only. The dimensions listed are the best information available, but 100% accuracy is not guaranteed. Bidders should visit the project site to confirm the dimensions given and familiarize themselves with the project particulars before submitting a bid. The Department assumes no responsibility for erroneous information listed herein.

The pavement width listed is the total width of all the travel lanes.

Page 29: CONTRACT AWARD NOTIFICATION - ogs.state.ny.us · Procurement Services Group ... in the supplier's normal course of ... Payment for microsurfacing shall be made at contract prices

GROUP 31506 – LIQUID BITUMINOUS MATERIALS AWARD PAGE 29 (Specific Projects for DOT: Microsurfacing)

19734a.doc/T06/keg (continued)

DETAILED SPECIFICATIONS (Cont’d) SPECIAL MICROSURFACING PROJECTS FOR DOT: PROJECT DIMENSIONS Project No.

Items

Typical Total Rate of Application (kg/sm)

Pavement Width (m)

Number Lanes

Shoulder Width (m)

5V0531 18410.1021M 14 - 22 12.2-15.8 4-5 0.0

5V0541 18410.1021M 14 - 22 7.2 2 3.0

5V0543 18410.1021M 14 - 22 7.2 2 2.4

& 18410.1021M 14 - 22 6.7 2 2.4

& 18410.1021M 14 - 22 7.2 2 2.4

5V0545 18410.1021M 14 - 22 7.2 2 2.4

5V0546 18410.1021M 14 - 22 6.7 2 1.2

& 18410.1021M 14 - 22 13.4 4 1.2

& 18410.1021M 14 - 22 14.6 4 3.0

Page 30: CONTRACT AWARD NOTIFICATION - ogs.state.ny.us · Procurement Services Group ... in the supplier's normal course of ... Payment for microsurfacing shall be made at contract prices

GROUP 31506 – LIQUID BITUMINOUS MATERIALS AWARD PAGE 30 (Specific Projects for DOT: Microsurfacing)

19734a.doc/T06/keg (continued)

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

* * * * *