contract award notificationjamesville, ny 13078 e-mail: [email protected] web site: this vendor...

40
(continued) 20999a1.doc/T06jh State of New York Executive Department Office Of General Services Procurement Services Group Corning Tower Building - 38th Floor Empire State Plaza Albany, New York 12242 http://www.ogs.state.ny.us CONTRACT AWARD NOTIFICATION Title : Group 31504 – Bituminous Concrete Cold Patch (All State Agencies and Political Subdivisions) Classification Code(s): 30 Award Number : 20999 (Replaces Award 20488) Contract Period : December 1, 2007 to November 30, 2008 Bid Opening Date : August 7, 2007 Date of Issue : October 26, 2007 Specification Reference : SPEC-903 dated November 8, 2006 (Supersedes SPEC-901 dated September 27, 2006) and as amended in the Invitation for Bids; and Purchasing Memorandum dated July 24, 2007 Contractor Information : Appears on Page 2 of this Award Address Inquiries To: State Agencies & Vendors Political Subdivisions & Others Customer Services Name : Title : Phone : Fax : E-mail : Joseph Hodder Purchasing Officer I, Team 6 518-474-3668 518-474-8676 [email protected] Phone : Fax : E-mail : 518-474-6717 518-474-2437 [email protected] The Procurement Services Group values your input. Complete and return "Contract Performance Report" at end of document. Description Cold patch is also referred to as stockpile patch. It is a non-heated mixture of liquid bituminous material and stone of various sizes and special ingredients that allow it to be easily handled for placement in potholes, but hardens when compacted in those same potholes. PR #20999-T

Upload: others

Post on 12-Aug-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: CONTRACT AWARD NOTIFICATIONJamesville, NY 13078 E-mail: tom.jones2@hanson.biz Web Site: This vendor accepts the NYS Procurement Card for orders up to $10,000.00. PC63577 INNOVATIVE

(continued) 20999a1.doc/T06jh

State of New York Executive Department Office Of General Services

Procurement Services Group Corning Tower Building - 38th Floor

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

CONTRACT AWARD NOTIFICATION

Title : Group 31504 – Bituminous Concrete Cold Patch (All State Agencies and Political Subdivisions) Classification Code(s): 30

Award Number : 20999 (Replaces Award 20488)

Contract Period : December 1, 2007 to November 30, 2008

Bid Opening Date : August 7, 2007

Date of Issue : October 26, 2007

Specification Reference : SPEC-903 dated November 8, 2006 (Supersedes SPEC-901 dated September 27, 2006) and as amended in the Invitation for Bids; and Purchasing Memorandum dated July 24, 2007

Contractor Information : Appears on Page 2 of this Award

Address Inquiries To:

State Agencies & Vendors Political Subdivisions & Others Customer Services Name :

Title : Phone : Fax : E-mail :

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

Phone : Fax : E-mail :

518-474-6717 518-474-2437 [email protected]

The Procurement Services Group values your input.

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

Description

Cold patch is also referred to as stockpile patch. It is a non-heated mixture of liquid bituminous material and stone of various sizes and special ingredients that allow it to be easily handled for placement in potholes, but hardens when compacted in those same potholes.

PR #20999-T

Page 2: CONTRACT AWARD NOTIFICATIONJamesville, NY 13078 E-mail: tom.jones2@hanson.biz Web Site: This vendor accepts the NYS Procurement Card for orders up to $10,000.00. PC63577 INNOVATIVE

GROUP 31504 – BITUMINOUS CONCRETE COLD PATCH AWARD PAGE 2 (All State Agencies and Political Subdivisions)

(continued) 20999a1.doc/T06jh

NOTE: See individual contract items to determine actual awardees.

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

PC63557 ALBANY ASPHALT & 800/724-1920 Ext. 213 141299613SB AGGREGATES CORP. 518/436-8916 Ext. 213

101 Dunham Drive John M. Stutzman Albany, New York 12202 Fax: 518/434-8638 E-mail: [email protected] Web Site: www.albanyasphalt.com PC63558 ALLIANCE PAVING MATERIALS, INC. 315/337-0795 161090940

SB 846 Lawrence Street Roger Krol/Jamie Aiello Rome, New York 13440 Fax: 315/337-1060 E-mail: [email protected]

This vendor accepts the NYS Procurement Card for orders up to $10,000.00. Web Site: www.ocuto.com

PC63559 AMENIA SAND & GRAVEL, INC. 845/373-8151 141467658

P.O. Box 15097 Todd Anson Albany, NY 12212-5097 Fax: 845/373-8015 E-mail: [email protected] PC63560 BARRE STONE PRODUCTS, INC. 585/589-4483 161274400

SB 14120 West Lee Road Mark D. Keeler Albion, NY 14411 Fax: 585/589-1160 E-mail: [email protected]

This vendor accepts the NYS Procurement Card for orders up to $2,500.00. www.barrestone.com

PC63561 BARRETT PAVING MATERIALS, INC. 315/469-3269 133003901

4530 Wetzel Road Ryan Bush Liverpool, NY 13090 Fax: 315/492-0911 E-mail: [email protected]

This vendor accepts the NYS Procurement Card for orders up to $10,000.00. Web Site: www.barrettpaving.com

PC63562 BLADES CONSTRUCTION 607/324-3636 161290952

PRODUCTS CORP. Robert U. Blades, Jr. 7610 County Route 65 Fax: 607/324-0998

Hornell, New York 14843 E-mail: [email protected] Web Site: www.alblades.com PC63563 BROOME BITUMINOUS PRODUCTS INC. 607/729-0498 161275720

SB 416 Prentice Road Daniel W. Gates Vestal, NY 13850 Fax: 607/729-0853 E-mail: [email protected] PC63564 BUFFALO CRUSHED STONE, INC. 716/826-7310 161101947 2544 Clinton Street Philip R. Bednarz Buffalo, NY 14224 Fax: 716/826-1342 E-mail: [email protected] Web Site: www.buffalocrushedstone.com

Page 3: CONTRACT AWARD NOTIFICATIONJamesville, NY 13078 E-mail: tom.jones2@hanson.biz Web Site: This vendor accepts the NYS Procurement Card for orders up to $10,000.00. PC63577 INNOVATIVE

GROUP 31504 – BITUMINOUS CONCRETE COLD PATCH AWARD PAGE 3 (All State Agencies and Political Subdivisions)

(continued) 20999a1.doc/T06jh

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

PC63565 CALLANAN INDUSTRIES, INC. 800/446-8649 141539261 P.O. Box 15097 518/374-2222 Ext. 207

Albany, NY 12212-5097 Glenn R. DiMeo Fax: 518/346-0808 E-mail: [email protected] Web Site: www.callanan.com PC63566 CHENANGO CONCRETE CORP. 607/334-2545 161296603

SB d/b/a Chenango Asphalt Products Milton H Shepler P.O. Box 270 Fax: 607/334-6772 Norwich, New York 13815 PC63567 COBLESKILL STONE PRODUCTS, INC. 518/234-0221 141646795

P.O. Box 220 Shane J Strong Cobleskill, New York 12043 Fax: 518/234-0226 E-mail: [email protected] www.cobleskillstone.com PC63568 COLARUSSO BLACKTOP CO. 518/828-3218 141424400

SB DIV. OF A. COLARUSSO & SON, INC. J. R. Heffner P.O. Box 302 Fax: 518/828-0546

91 Newman Road E-mail: [email protected] Hudson, NY 12534 Web Site: www.acolarusso.com PC63569 COUNTY LINE STONE CO., INC. 716/542-5435 160836378

SB P.O. Box 150 Bruce M. Buyers 4515 Crittenden Road Fax: 716/542-5442 Akron, NY 14001 E-mail: [email protected] PC63570 CUSHING STONE CO., INC. 518/887-2521 140594140

SB 725 State Highway 5S James M. Loucks Amsterdam, NY 12010 Fax: 518/887-2520 E-mail: [email protected] PC63571 DALRYMPLE GRAVEL & 607/529-3235 Ext. 13 160399910

SB CONTRACTING CO., INC. Roger Burris 2105 S. Broadway Fax: 607/529-3434 Pine City, NY 14871 E-mail: [email protected] Web Site: www.dalholding.com PC63572 DOLOMITE PRODUCTS CO., INC. 585/381-7010 160410930

1150 Penfield Road Cindy Miceli Rochester, NY 14625 Fax: 585/381-0208 E-mail: [email protected] Web Site: www.dolomitegroup.com

Page 4: CONTRACT AWARD NOTIFICATIONJamesville, NY 13078 E-mail: tom.jones2@hanson.biz Web Site: This vendor accepts the NYS Procurement Card for orders up to $10,000.00. PC63577 INNOVATIVE

GROUP 31504 – BITUMINOUS CONCRETE COLD PATCH AWARD PAGE 4 (All State Agencies and Political Subdivisions)

(continued) 20999a1.doc/T06jh

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

PC63573 DUTCHESS QUARRY & SUPPLY CO., INC. 845/635-8151 141294098 P.O. Box 651 Donna Siggelkow 49 Arborio Road Fax: 845/635-2518 Pleasant Valley, NY 12569-0651 E-mail: [email protected] PC63574 GERNATT ASPHALT PRODUCTS, INC. 716/532-3371 160847121

SB P.O. Box 400 William Schmitz Collins, NY 14034 Fax: 716/532-9000 E-mail: [email protected]

This vendor accepts the NYS Procurement Card for orders up to $10,000.00. Web Site: www.gernatt.com

PC63575 GORMAN BROS., INC. 518/462-5401 140704840

200 Church Street Edward A. House Albany, NY 12202 Fax: 518/462-1296 E-mail: [email protected] Web Site: www.gormanroads.com PC63576 HANSON AGGREGATES NEW YORK, INC. 315/469-5501 160928494

P.O. Box 513 Thomas A. Jones 4800 Jamesville Road Fax: 315/469-3133 Jamesville, NY 13078 E-mail: [email protected] Web Site: www.hansonplc.com

This vendor accepts the NYS Procurement Card for orders up to $10,000.00.

PC63577 INNOVATIVE MUNICIPAL U.S. INC. 800/387-5777 510375765 P.O. Box 712 315/339-6496 Niagara Falls, NY 14302 Jon S. Veeder Fax: 315/339-3273 E-mail: [email protected] Web Site: www.innovativecompany.com PC63578 JAMESTOWN MACADAM, INC. 716/664-5108 160971315

SB Walden Avenue Steve Russo Jamestown, N.Y. 14701 Fax: 716/484-0100 E-mail: [email protected] Web Site: www.jamestownmacadam.com PC63579 JOINTA GALUSHA, LLC 518/792-5029 141795404

SB 203 Warren Street John P. Davidson Glens Falls, NY 12801 Fax: 518/792-5230 E-mail: [email protected] Web Site: www.dacollins.com PC63580 LAFARGE NORTH AMERICA 716/913-8662 581290226

270 Northpointe Pkwy Ken Obstarczyk Suite 100 Fax: 716/505-5353 Amherst, NY 14228 E-mail: [email protected]

Page 5: CONTRACT AWARD NOTIFICATIONJamesville, NY 13078 E-mail: tom.jones2@hanson.biz Web Site: This vendor accepts the NYS Procurement Card for orders up to $10,000.00. PC63577 INNOVATIVE

GROUP 31504 – BITUMINOUS CONCRETE COLD PATCH AWARD PAGE 5 (All State Agencies and Political Subdivisions)

(continued) 20999a1.doc/T06jh

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

PC63581 MIDLAND ASPHALT MATERIALS, INC. 716/692-0730 Ext. 122 161579927 640 Young Street Tim McNally

Tonawanda, NY 14150 Fax: 716/692-0613 E-mail: [email protected] Web Site: www.midlandasphalt.com PC63582 N. J. BRUNELL & SON, INC. 518/561-1290 141456087

SB 4019 Route 22 Robert N. Brunell Plattsburgh, NY 12901 Fax: 518/562-2859 E-mail: [email protected] PC63583 NASSAU ASPHALT SUPPLY CORP. 631/293-6210 Ext. 30 113509148

SB D/B/A RASON ASPHALT Anthony Shakesby P.O. Box 530 Fax: 631/293-6849 Old Bethpage, NY 11804 E-mail: [email protected] PC63584 NORTHERN BITUMINOUS MIX INC. 315/598-2141 Ext. 233 160996772

SB 32 Silk Road Tony Cavone Fulton, NY 13069 315/593-8252 E-mail: [email protected]

This vendor accepts the NYS Procurement Card for orders up to $10,000.00.

Web Site: www.northerncompanies.com/nbfulton.htm

PC63585 PACKAGE PAVEMENT CO., INC. 800/724-8193 Ext. 321 141395160

P.O. Box 408 845/221-2224 Stormville, NY 12582 Michael S. Holt Fax: 845/221-0433 E-mail: [email protected] Web Site: www.packagepavement.com PC63586 PALLETTE STONE CORP. 518/584-3877 140951322

373 Washington Street Scott C. Duffy Saratoga Springs, NY 12866 Fax: 518/584-4382 E-mail: [email protected] Web Site: www.dacollins.com PC63587 PECKHAM MATERIALS CORP. 914/949-2000 Ext. 461 141470013

20 Haarlem Avenue John Reynaud White Plains , NY 10603 Fax: 914/949-2075 E-mail: [email protected] Web Site: www.peckham.com PC63588 SCATT MATERIALS CORP. 631/586-0554 112607020

SB 44 South Fourth Street Thomas Pratt Bay Shore, NY 11706 Fax: 631/586-0558 E-mail: [email protected]

This vendor accepts the NYS Procurement Card for orders up to $10,000.00.

Page 6: CONTRACT AWARD NOTIFICATIONJamesville, NY 13078 E-mail: tom.jones2@hanson.biz Web Site: This vendor accepts the NYS Procurement Card for orders up to $10,000.00. PC63577 INNOVATIVE

GROUP 31504 – BITUMINOUS CONCRETE COLD PATCH AWARD PAGE 6 (All State Agencies and Political Subdivisions)

(continued) 20999a1.doc/T06jh

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

PC63589 SENECA STONE CORP. 315/549-8253 161124518SB 2105 S. Broadway Tom Cleere

Pine City, NY 14871 Fax: 315/549-7156 E-mail: [email protected] Web Site: www.dalholding.com

PC63590 SUIT-KOTE CORP. 800/622-5636 161177189 1911 Lorings Crossing Road 607/753-1100 Ext. 332

Cortland, NY 13045 Mark L. Edsall Fax: 607/758-9760 E-mail: [email protected] Web Site: www.suit-kote.com PC63591 TILCON NEW YORK INC. 800/872-7762 061032119

162 Old Mill Road 845/480-3249 West Nyack, NY 10994 Michael Direnzo Fax: 845/818-3726

This vendor accepts the NYS Procurement Card for orders up to $9,000.00. E-mail: [email protected]

Web Site: www.tilconny.com PC63592 VESTAL ASPHALT, INC. 800/837-8253 161201418

201 Stage Road Charlie Emmons Vestal, NY 13850 Fax: 607/785-3396 E-mail: [email protected]

This vendor offers Electronic Access Ordering (EDI) and accepts the NYS Procurement Card for orders up to $10,000.00. Web Site: www.vestalasphalt.com

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

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

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

Page 7: CONTRACT AWARD NOTIFICATIONJamesville, NY 13078 E-mail: tom.jones2@hanson.biz Web Site: This vendor accepts the NYS Procurement Card for orders up to $10,000.00. PC63577 INNOVATIVE

GROUP 31504 – BITUMINOUS CONCRETE COLD PATCH AWARD PAGE 7 (All State Agencies and Political Subdivisions)

(continued) 20999a1.doc/T06jh

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:

NET PRICING – Section 24-b of Appendix B, the General Specifications has been modified to include the following: Price is FOB the contractor’s location and includes all customs duties and charges and is FOB plant (or if applicable, other supply locations) per net Metric ton and per net Metric ton Kilometer. Unworkable Price Structure - Should the price structure utilized by the parties become unworkable, detrimental or injurious to the State and/or Contractor or result in prices which are not truly reflective of current market conditions, and the price is deemed unreasonable or excessive by the Commissioner and no adjustment in price is mutually agreeable, the Commissioner reserves the sole right upon 10 days written notice mailed to the contractor to terminate this contract. If the contractor is unable or unwilling to meet contractual requirements in whole or in part based on an unworkable price structure, it shall immediately notify the State of that fact in order that the State may take appropriate action. Such notification shall be in writing and shall be directed to the Office of General Services, Procurement Services Group. Such notification shall not relieve the contractor of its responsibilities under the contract. The State reserves the right to implement changes in price based on unforeseen factors such as dramatic changes in availability, delivery, costs, etc., for product, supplies, etc., that substantively affect the contractor’s business processes or that may impact contract pricing. Such changes may be based on information from the U.S. Bureau of Labor Statistics, industry data, or other sources. Insurance - Price includes ALL required insurance coverage costs. In particular, price includes:

Commercial General Liability Insurance with a limit of not less than $5,000,000 each occurrence ; Comprehensive Business Automobile Liability Insurance with a limit of not less than $2,000,000 each

accident; Owners and Contractors Protective Insurance Coverage (OCP) should be reviewed carefully. (Please see separate CONTRACTOR INSURANCE clause especially section on "ADDITIONAL INSURANCE REQUIREMENTS AFTER AWARD”.)

PRICE FOR TRANSPORTATION (HAULING): Transportation (hauling) costs are based on two (2) prices. One price is for transportation for 0 to 1 kilometer (0-1) and one price is for any additional kilometers (1+). The 0 to 1 kilometer price is the price for any distance traveled up to and including one kilometer. This 0 to 1 kilometer price is added to the material cost. This final figure constitutes the cost to deliver one metric ton of material up to one kilometer. The 1+ kilometer price is the price for any distance traveled after the first kilometer. This 1+ kilometer price is multiplied by the total number of kilometers (less the first kilometer), added to the price for 0-1 kilometer, and then added to the material cost. This final figure constitutes the cost to deliver one metric ton of material the total number of kilometers. The formulas on the following page further illustrate the transportation (hauling) calculations.

Page 8: CONTRACT AWARD NOTIFICATIONJamesville, NY 13078 E-mail: tom.jones2@hanson.biz Web Site: This vendor accepts the NYS Procurement Card for orders up to $10,000.00. PC63577 INNOVATIVE

GROUP 31504 – BITUMINOUS CONCRETE COLD PATCH AWARD PAGE 8 (All State Agencies and Political Subdivisions)

(continued) 20999a1.doc/T06jh

FORMULAS FOR TOTAL DELIVERED COST CALCULATION TRANSPORTATION RATES

Total cost will be determined by applying the following formulas: A) FOR DISTANCE OF ONE KILOMETER OR LESS: EXAMPLE: Price per metric ton/kilometer delivery charge for $ .55 first kilometer or portion thereof (0-1) + Material Price per metric ton $ 35.00 = Total delivered price per metric ton for one kilometer or less $ 35.55 B) FOR DISTANCES OVER ONE (1) KILOMETER: (11 kilometers delivered) Total Kilometers minus one (11-1) 10 X Price per metric ton/kilometer each additional kilometer after the first kilometer $ .06 = Delivery Charge for total kilometers less the first kilometer $ .60 + Price per metric ton/kilometer for first kilometer (0-1) $ .55 = Total Delivery charge per metric ton $ 1.15 + Material Price per metric ton $ 35.00 = Total Delivered Price per metric ton delivered 11 kilometers $ 36.15

AWARD PENDING:

Any contractor given an "Award Pending" for a material item may become eligible for award by reducing its price(s) to less than or equal to the “revised average price” increased by 10%. Acceptable revised pricing for material items shall be considered up to thirty days after date issued that appears on the original Contract Award Notification and again thirty days thereafter. At each time, if necessary, a supplemental award shall be published to incorporate contractors whose material pricing is determined to be acceptable. A maximum of two supplemental awards shall be issued for this action. Any contractor given an "Award Pending" for an "optional" item may become eligible for award by reducing its price(s) as mentioned previously. Acceptable revised pricing for "optional" items will not have time restrictions and will be handled by issuance of Purchasing Memoranda.

Page 9: CONTRACT AWARD NOTIFICATIONJamesville, NY 13078 E-mail: tom.jones2@hanson.biz Web Site: This vendor accepts the NYS Procurement Card for orders up to $10,000.00. PC63577 INNOVATIVE

GROUP 31504 – BITUMINOUS CONCRETE COLD PATCH AWARD PAGE 9 (All State Agencies and Political Subdivisions)

(continued) 20999a1.doc/T06jh

ASPHALT PRICE ADJUSTMENTS: 1. Asphalt price adjustments allowed will be based on the July 1, 2007 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 July 1, 2007 average is $369.00.

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 November 20, 2007. 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., December 1, 2007) 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 July 1, 2007.

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 15402.2010 6.00 1.00 7.00% 15402.2020 6.00 1.00 7.00% 15402.2030 6.00 1.00 7.00% 15402.2040 6.00 1.00 7.00% 15402.2050 6.00 1.00 7.00%

EXAMPLE: Item 15402.2010

Base Average Price = $369.00 New Average Price = $399.00 Total % Asphalt plus Fuel = 7.0%

$399.00 - $369.00 x 0.070 = +$2.10 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.

Page 10: CONTRACT AWARD NOTIFICATIONJamesville, NY 13078 E-mail: tom.jones2@hanson.biz Web Site: This vendor accepts the NYS Procurement Card for orders up to $10,000.00. PC63577 INNOVATIVE

GROUP 31504 – BITUMINOUS CONCRETE COLD PATCH AWARD PAGE 10 (All State Agencies and Political Subdivisions)

(continued) 20999a1.doc/T06jh

ASPHALT PRICE ADJUSTMENTS: (Cont’d) 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 their contract.

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

PRICE REDUCTIONS:

Contractors shall be permitted to reduce their pricing any time during the contract term. In addition, contractors may choose to offer lower prices in specific instances or for particular projects. Contractors may do so through the agencies use of the “quick quote” procedure (see below).

ESTIMATED QUANTITIES:

Each contract shall be for the quantities or dollar values actually ordered during the contract period. The individual value of each contract is indeterminate and will depend upon the number of contracts issued and the competitiveness of the pricing offered. Agencies will be encouraged to purchase from contractors who offer the supplies, services, and pricing that best meet their needs in the most practical and economical manner. See "Estimated/Specific Quantity Contracts" and "Participation in Centralized Contracts" in Appendix B, OGS General Specifications.

QUICK QUOTE/PRICE CALCULATION:

During the course of this award, agencies may wish to try to obtain lower prices and contractors may wish to lower their contract price for various reasons, i.e. excess supply, slow business etc. Each quick quote situation is unique and the price is firm for that particular project only. The use of the quick quote format is optional. Agencies may simply use the contract prices to fill out the price calculation worksheet to determine who has the lowest price. A copy of this form appears on the following page. If an agency wishes to try to obtain better pricing they must send a quick quote form to the contractors within proximity of the project. If bid security is an issue, the agency can require bids to be sealed and/or opened publicly. Agencies are to accept the lowest bid meeting their specific need. There are no negotiations permitted following this "Quick Quote" and prices cannot be changed once offered. Failure to adhere to all quick quote procedures may cause an non-state agency to lose the privilege of using State contracts. If for some reason the lowest bid is not taken, the agency must prepare detailed documentation explaining the action taken (i.e., the low contractor could not provide the product in the time frame required). This explanation along with the worksheets must be made a part of the record. State Agencies are required to send copies of all worksheets along with the purchase order to the Office of the State Comptroller. Contractors are not required to lower prices when they receive a quick quote. They may quote the contract price. However, at no time, may a price be quoted that is higher than the contract price. Either or both materials cost and hauling expenses can be lowered by the contractor during the quick quote process.

Page 11: CONTRACT AWARD NOTIFICATIONJamesville, NY 13078 E-mail: tom.jones2@hanson.biz Web Site: This vendor accepts the NYS Procurement Card for orders up to $10,000.00. PC63577 INNOVATIVE

GROUP 31504 – BITUMINOUS CONCRETE COLD PATCH AWARD PAGE 11 (All State Agencies and Political Subdivisions)

(continued) 20999a1.doc/T06jh

AGENCY COMPLETES THIS SECTION FOR QUICK QUOTE/PRICE CALCULATION

Agency: Date:

Project Name: Number:

Project Location:

Type of Material Required Spec. Item #

Estimated Total Quantity Required:

Date Required:

Estimated Number of Days to Complete Project:

Agency Contact: Quick Quote must be returned by

Agency Telephone:

CONTRACTOR COMPLETES THIS SECTION FOR QUICK QUOTE/PRICE CALCULATION

Contractor Name: Plant#: Plant Location: Telephone: Estimated Haul Distance: Kilometers A. Price $ F.O.B. Price for Material Per Metric Ton B. Hauling $ 0-1 Kilometer Per Metric Ton C. Hauling $ 1+ Kilometer Per Metric Ton D. Total Kilometers Kilometers E. Total Kilometers Minus 1: Kilometers F. B + (C x E) = Total Delivery Cost: $ Per Metric Ton G. A + F = $ = Cost To Deliver One Metric Ton Total # Of Kilometers H. Total Metric Tons I. G x H = $ Total Materials Cost

Page 12: CONTRACT AWARD NOTIFICATIONJamesville, NY 13078 E-mail: tom.jones2@hanson.biz Web Site: This vendor accepts the NYS Procurement Card for orders up to $10,000.00. PC63577 INNOVATIVE

GROUP 31504 – BITUMINOUS CONCRETE COLD PATCH AWARD PAGE 12 (All State Agencies and Political Subdivisions)

(continued) 20999a1.doc/T06jh

PLANT LOCATIONS ALPHABETICALLY BY CONTRACTOR Contractor Map City County Albany Asphalt & Aggregates 10001 Albany Albany Alliance Paving Materials 10043 Rome Oneida Amenia Sand & Gravel 10147 Amenia Dutchess Barre Stone Products 10306 Albion Orleans Barrett Paving Materials 10180 Binghamton Broome Barrett Paving Materials 10138 Boonville Lewis Barrett Paving Materials 10349 Jamesville Onondaga Barrett Paving Materials 10323 Litchfield Herkimer Barrett Paving Materials 10137/10261 Norwood St. Lawrence Barrett Paving Materials 10231/10277 Watertown Jefferson Barrett Paving Materials 10139 Westville Franklin Blades Construction Products 10327 Hornell Steuben Broome Bituminous Products 10350 Vestal Broome Buffalo Crushed Stone 10096 Cheektowaga Erie Buffalo Crushed Stone 10106 Lancaster Erie Callanan Industries 10147 Bridgeville Sullivan Callanan Industries 10308 Brockport Monroe Callanan Industries 10176/10005 Clockville Madison Callanan Industries 10003 Pattersonville Montgomery Callanan Industries 10147 Port Ewen Ulster Callanan Industries 10003 Ravena Albany Callanan Industries 10003 Wynantskill Rensselaer Callanan Industries 10003 Washington Chenango Concrete 10181 Norwich Chenango Cobleskill Stone Products 10177 Cobleskill Schoharie Cobleskill Stone Products 10177 Hancock Delaware Cobleskill Stone Products 10177 Oneonta Otsego Cobleskill Stone Products 10177 Prattsville Greene Cobleskill Stone Products 10177 Schoharie Schoharie Colarusso Blacktop 10155 Hudson Columbia County Line Stone 10097,8,275 Newstead Erie Cushing Stone 10241 Amsterdam Montgomery Dalrymple Gravel 10131 Chemung Chemung Dolomite Products 10308 Avon Livingston Dolomite Products 10308 Gates Monroe Dolomite Products 10308 Leroy Genesee Dolomite Products 10308 Manchester Ontario Dolomite Products 10308 Penfield Monroe Dolomite Products 10308 Walworth Wayne Gernatt Asphalt Products 10103 Springville Erie Gorman Bros. 30103 Albany Albany Gorman Bros. 30203 Amsterdam Montgomery Gorman Bros. 30201 Clinton Oneida Gorman Bros. West Sand Lake Rensselaer

Page 13: CONTRACT AWARD NOTIFICATIONJamesville, NY 13078 E-mail: tom.jones2@hanson.biz Web Site: This vendor accepts the NYS Procurement Card for orders up to $10,000.00. PC63577 INNOVATIVE

GROUP 31504 – BITUMINOUS CONCRETE COLD PATCH AWARD PAGE 13 (All State Agencies and Political Subdivisions)

(continued) 20999a1.doc/T06jh

PLANT LOCATIONS ALPHABETICALLY BY CONTRACTOR Contractor Map City County Hanson Aggregates New York 10053 Honeoye Falls Livingston Hanson Aggregates New York 10288 Jordanville Herkimer Hanson Aggregates New York 10054 Oaks Corners Ontario Hanson Aggregates New York 10134 Ogdensburg St. Lawrence Hanson Aggregates New York 10034 Oriskany Falls Oneida Hanson Aggregates New York 10066 Rochester Monroe Hanson Aggregates New York 10087 Scottsville Monroe Hanson Aggregates New York 10052 Skaneateles Onondaga Hanson Aggregates New York 10067 South Lansing Tompkins Hanson Aggregates New York 10039 St. Johnsville Montgomery Hanson Aggregates New York 10289 Stafford Genesee Hanson Aggregates New York 10133 Watertown Jefferson I.M.U.S. 10306 Albion Orleans I.M.U.S. 10250/10106/10095 Buffalo Erie I.M.U.S. 10167 Newburgh Orange I.M.U.S. 10052 Skaneateles Onondaga Jamestown Macadam 10260 Jamestown Chautauqua Jointa Galusha LLC 10015 Glens Falls Warren Lafarge North America 10101 Lockport Niagara Midland Asphalt Materials 10097/10098/10275 Allegany Cattaraugus N. J. Brunell & Son 30702 Plattsburgh Clinton Nassau Asphalt Supply 10307 Melville Suffolk Package Pavement Stormville Dutchess Pallette Stone 10016 Saratoga Springs Saratoga Peckham Materials 10172 Bedford Westchester Peckham Materials 10285 Catskill Greene Peckham Materials 10010/10014 Hudson Falls Washington Peckham Materials 10028 Shaftsbury, VT Bennington Scatt Materials 10293 Bay Shore Suffolk Seneca Stone Fayette Seneca Suit-Kote 30602 Belmont Allegany Suit-Kote 30503 Buffalo Erie Suit-Kote 30501 Jamestown Chautauqua Suit-Kote 10237 McGraw Cortland Suit-Kote 30202 New Hartford Oneida Suit-Kote 30401 Rochester Monroe Suit-Kote 30703 Watertown Jefferson Suit-Kote 30603 Watkins Glen Schuyler Suit-Kote 30902 West Oneonta Otsego Tilcon New York 10158 West Nyack Rockland Vestal Asphalt 30204 Sangerfield Oneida Vestal Asphalt 30903 Vestal Broome

Page 14: CONTRACT AWARD NOTIFICATIONJamesville, NY 13078 E-mail: tom.jones2@hanson.biz Web Site: This vendor accepts the NYS Procurement Card for orders up to $10,000.00. PC63577 INNOVATIVE

GROUP 31504 – BITUMINOUS CONCRETE COLD PATCH AWARD PAGE 14 (All State Agencies and Political Subdivisions)

(continued) 20999a1.doc/T06jh

PLANT LOCATIONS ALPHABETICALLY BY COUNTY Contractor Map City County Albany Asphalt & Aggregates 10001 Albany Albany Callanan Industries 10003 Ravena Albany Gorman Bros. 30103 Albany Albany Suit-Kote 30602 Belmont Allegany Peckham Materials 10028 Shaftsbury, VT Bennington Barrett Paving Materials 10180 Binghamton Broome Broome Bituminous Products 10350 Vestal Broome Vestal Asphalt 30903 Vestal Broome Midland Asphalt Materials 30505 Allegany Cattaraugus Jamestown Macadam 10260 Jamestown Chautauqua Suit-Kote 30501 Jamestown Chautauqua Dalrymple Gravel 10131 Chemung Chemung Chenango Concrete 10181 Norwich Chenango N. J. Brunell & Son 30702 Plattsburgh Clinton Colarusso Blacktop 10155 Hudson Columbia Suit-Kote 10237 McGraw Cortland Cobleskill Stone Products 10177 Hancock Delaware Amenia Sand & Gravel 10147 Amenia Dutchess Package Pavement Stormville Dutchess Buffalo Crushed Stone 10096 Cheektowaga Erie Buffalo Crushed Stone 10106 Lancaster Erie County Line Stone 10097,8,275 Newstead Erie Gernatt Asphalt Products 10103 Springville Erie I.M.U.S. 10250/10106/10095 Buffalo Erie Suit-Kote 30503 Buffalo Erie Barrett Paving Materials 10139 Westville Franklin Dolomite Products 10308 Leroy Genesee Hanson Aggregates New York 10289 Stafford Genesee Cobleskill Stone Products 10177 Prattsville Greene Peckham Materials 10285 Catskill Greene Barrett Paving Materials 10323 Litchfield Herkimer Hanson Aggregates New York 10288 Jordanville Herkimer Barrett Paving Materials 10231/10277 Watertown Jefferson Hanson Aggregates New York 10133 Watertown Jefferson Suit-Kote 30703 Watertown Jefferson Barrett Paving Materials 10138 Boonville Lewis Dolomite Products 10308 Avon Livingston Hanson Aggregates New York 10053 Honeoye Falls Livingston Callanan Industries 10176/10005 Clockville Madison Callanan Industries 10308 Brockport Monroe Dolomite Products 10308 Gates Monroe Dolomite Products 10308 Penfield Monroe Hanson Aggregates New York 10066 Rochester Monroe Hanson Aggregates New York 10087 Scottsville Monroe

Page 15: CONTRACT AWARD NOTIFICATIONJamesville, NY 13078 E-mail: tom.jones2@hanson.biz Web Site: This vendor accepts the NYS Procurement Card for orders up to $10,000.00. PC63577 INNOVATIVE

GROUP 31504 – BITUMINOUS CONCRETE COLD PATCH AWARD PAGE 15 (All State Agencies and Political Subdivisions)

(continued) 20999a1.doc/T06jh

PLANT LOCATIONS ALPHABETICALLY BY COUNTY Contractor Map City County Suit-Kote 30401 Rochester Monroe Callanan Industries 10003 Pattersonville Montgomery Cushing Stone 10241 Amsterdam Montgomery Gorman Bros. 30203 Amsterdam Montgomery Hanson Aggregates New York 10039 St. Johnsville Montgomery LaFarge of North America 10101 Lockport Niagara Alliance Paving Materials 10043 Rome Oneida Gorman Bros. 30201 Clinton Oneida Hanson Aggregates New York 10034 Oriskany Falls Oneida Suit-Kote 30202 New Hartford Oneida Vestal Asphalt 30204 Sangerfield Oneida Barrett Paving Materials 10349 Jamesville Onondaga Hanson Aggregates New York 10052 Skaneateles Onondaga I.M.U.S. 10052 Skaneateles Onondaga Dolomite Products 10308 Manchester Ontario Hanson Aggregates New York 10054 Oaks Corners Ontario I.M.U.S. 10167 Newburgh Orange Barre Stone Products 10306 Albion Orleans I.M.U.S. 10306 Albion Orleans Cobleskill Stone Products 10177 Oneonta Otsego Suit-Kote 30902 West Oneonta Otsego Callanan Industries 10003 Wynantskill Rensselaer Gorman Bros. West Sand Lake Rensselaer Tilcon New York 10158 West Nyack Rockland Pallette Stone 10016 Saratoga Springs Saratoga Cobleskill Stone Products 10177 Cobleskill Schoharie Cobleskill Stone Products 10177 Schoharie Schoharie Suit-Kote 30603 Watkins Glen Schuyler Seneca Stone Fayette Seneca Barrett Paving Materials 10137/10261 Norwood St. Lawrence Hanson Aggregates New York 10134 Ogdensburg St. Lawrence Blades Construction Products 10327 Hornell Steuben Nassau Asphalt Supply 10307 Melville Suffolk Scatt Materials 10293 Bay Shore Suffolk Callanan Industries 10147 Bridgeville Sullivan Hanson Aggregates New York 10067 South Lansing Tompkins Callanan Industries 10147 Port Ewen Ulster Jointa Galusha LLC 10015 Glens Falls Warren Callanan Industries 10003 Washington Peckham Materials 10010/10014 Hudson Falls Washington Dolomite Products 10308 Walworth Wayne Peckham Materials 10172 Bedford Westchester

Page 16: CONTRACT AWARD NOTIFICATIONJamesville, NY 13078 E-mail: tom.jones2@hanson.biz Web Site: This vendor accepts the NYS Procurement Card for orders up to $10,000.00. PC63577 INNOVATIVE

GROUP 31504 – BITUMINOUS CONCRETE COLD PATCH AWARD PAGE 16 (All State Agencies and Political Subdivisions)

(continued) 20999a1.doc/T06jh

STATEWIDE, EXCEPT ROCKLAND, WESTCHESTER, NASSAU AND SUFFOLK COUNTIES AND NYC

MATERIAL RATES BY ITEM NUMBER AND DESCRIPTION PER NET METRIC TON

VENDOR - LOCATION 15402.2010M

Plant Mix 15402.2020M

Cold Mix

15402.2030M Plant Mixed

Modified

15402.2040M Fiber

Reinforced

15402.2050M Cold Mixed

Modified Albany Asphalt – Albany 61.000 NB 88.250 NB NB Alliance Paving – Rome 57.700 57.700 80.200 74.200 80.200 Amenia Sand & Gravel – Amenia AP NB NB NB NB Barre Stone – Albion 60.000 NB NB NB NB

Barrett Paving – Binghamton1 AP NB NB 81.000 NB

Barrett Paving – Boonville1 58.000 58.000 88.000 NB 88.000

Barrett Paving – Jamesville2 59.910 NB NB NB 88.000

Barrett Paving – Litchfield1 58.000 58.000 88.000 NB 88.000

Barrett Paving – Norwood3 NB 57.500 NB NB NB

Barrett Paving – Watertown3 NB 57.500 NB NB NB

Barrett Paving – Westville3 NB 57.500 NB NB NB Blades Construction – Hornell AP NB NB AP NB Broome Bituminous – Vestal 49.750 59.500 79.900 68.500 79.000 Buffalo Crushed Stone – Cheektowaga AP NB NB NB NB Buffalo Crushed Stone – Lancaster AP NB NB NB NB

Callanan – Bridgeville4 58.000 NB 82.750 NB NB

Callanan – Brockport5 NB NB AP NB NB

Callanan – Clockville4 49.750 NB NB NB NB

Callanan – East Kingston4 53.750 NB 80.750 NB NB

Callanan – Pattersonville4 49.750 NB 78.750 NB NB

Callanan – Port Ewen4 53.750 NB 80.750 67.250 NB

Callanan – Ravena4 53.750 NB 80.750 NB NB

Callanan – Wynantskill4 53.750 NB 80.750 NB NB

Callanan – Dream Lake Road4 55.750 NB 82.750 NB NB Chenango Concrete – Norwich AP NB NB 74.450 NB Cobleskill Stone – Cobleskill NB NB NB 73.500 NB Cobleskill Stone – Hancock NB NB NB 78.000 NB Cobleskill Stone – Howes Cave NB NB NB 73.500 NB Cobleskill Stone – Oneonta NB NB NB 78.000 NB Cobleskill Stone – Prattsville NB NB NB 78.000 NB Cobleskill Stone – Schoharie NB NB NB 71.250 NB Colarusso Blacktop – Hudson 55.000 55.000 NB NB NB County Line Stone – Newstead 54.900 NB 76.750 NB NB Cushing Stone – Amsterdam 43.500 43.500 NB NB NB Dalrymple Gravel – Chemung NB 49.000 NB 68.000 NB Dolomite – Avon NB NB AP NB NB Dolomite – Gates NB NB AP NB NB Dolomite – Leroy NB NB AP NB NB Dolomite – Manchester NB NB AP NB NB Dolomite – Penfield NB NB AP NB NB Dolomite – Walworth NB NB AP NB NB

AP = Award Pending NB = No Bid NA = No Award

Page 17: CONTRACT AWARD NOTIFICATIONJamesville, NY 13078 E-mail: tom.jones2@hanson.biz Web Site: This vendor accepts the NYS Procurement Card for orders up to $10,000.00. PC63577 INNOVATIVE

GROUP 31504 – BITUMINOUS CONCRETE COLD PATCH AWARD PAGE 17 (All State Agencies and Political Subdivisions)

(continued) 20999a1.doc/T06jh

STATEWIDE, EXCEPT ROCKLAND, WESTCHESTER, NASSAU AND SUFFOLK COUNTIES AND NYC (Cont’d.)

MATERIAL RATES BY ITEM NUMBER AND DESCRIPTION PER NET METRIC TON

VENDOR - LOCATION 15402.2010M

Plant Mix 15402.2020M

Cold Mix

15402.2030M Plant Mixed

Modified

15402.2040M Fiber

Reinforced

15402.2050M Cold Mixed

Modified Dutchess Quarry – Pleasant Vallley NB 46.250 NB NB NB Gernatt Asphalt – Springville NB NB 93.850 NB AP Gorman Bros. – Albany NB NB NB NB 80.870 Gorman Bros. – Amsterdam NB 52.500 NB NB 80.870 Gorman Bros. – Clinton NB 52.500 NB NB 80.870 Gorman Bros. – West Sand Lake NB NB NB NB 80.870

Hanson – Honeoye Falls7 52.000 NB 80.000 NB NB

Hanson – Jordanville6 52.000 NB NB NB NB

Hanson – Oaks Corners6 NB 52.000 80.000 NB NB

Hanson – Ogdensburg6 NB 52.000 NB NB NB

Hanson – Oriskany Falls6 52.000 NB NB NB NB

Hanson – Rochester7 52.000 NB 80.000 NB NB

Hanson – Scottsville7 52.000 NB 80.000 NB NB

Hanson – Skaneateles6 NB 52.000 NB NB NB

Hanson – South Lansing6 NB 52.000 NB NB NB

Hanson – St. Johnsville6 52.000 NB NB NB NB

Hanson – Stafford7 52.000 NB 80.000 NB NB

Hanson – Watertown6 NB 52.000 NB NB NB I.M.U.S. – Albion NB NB 81.950 NB NB I.M.U.S. – Buffalo NB NB 81.950 NB 81.950 I.M.U.S. – Newburgh NB NB 87.950 NB NB I.M.U.S. – Skaneateles NB NB NB NB 76.850 Jamestown Macadam – Jamestown NB AP AP NB NB Jointa Galusha – Glens Falls NB NB 94.000 NB NB Lafarge NA – Lockport NB NB NB NB AP Midland Asphalt – Allegany NB 62.250 AP NB NB N. J. Brunell & Son – Plattsburgh NB NB NB NB AP Northern Bituminous – Fulton NB NB 92.450 NB NB Package Pavement – Stormville NB AP NB NB 88.000 Pallette Stone – Saratoga Springs NB NB 89.000 NB NB

Peckham Materials – Catskill9 NB NB 83.000 NB NB

Peckham Materials – Hudson Falls9 AP NB NB NB NB Peckham Materials – Shaftsbury (VT)9 NB NB 83.750 NB NB Seneca Stone – Fayette NB 60.650 NB NB 85.500 Suit-Kote – Jamestown NB NB NB NB 84.000 Suit-Kote – Polkville 60.000 58.000 85.000 77.000 80.000 Suit-Kote – Watertown NB NB NB NB 84.000 Suit-Kote – Watkins Glen NB 58.000 NB NB 84.000 Suit-Kote – West Oneonta NB 58.000 NB NB 84.000 Vestal Asphalt – Sangerfield NB AP NB NB 82.490 Vestal Asphalt – Vestal NB AP NB NB 82.490

AP = Award Pending NB = No Bid NA = No Award

Page 18: CONTRACT AWARD NOTIFICATIONJamesville, NY 13078 E-mail: tom.jones2@hanson.biz Web Site: This vendor accepts the NYS Procurement Card for orders up to $10,000.00. PC63577 INNOVATIVE

GROUP 31504 – BITUMINOUS CONCRETE COLD PATCH AWARD PAGE 18 (All State Agencies and Political Subdivisions)

(continued) 20999a1.doc/T06jh

STATEWIDE, EXCEPT ROCKLAND, WESTCHESTER, NASSAU AND SUFFOLK COUNTIES AND NYC (Cont’d.)

TRANSPORTATION RATES (HAULING/DELIVERY) PER NET METRIC TON

VENDOR - LOCATION 0-1 KILOMETER 1+ KILOMETERS Albany Asphalt – Albany AP AP Alliance Paving – Rome 2.000 0.240 Amenia Sand & Gravel – Amenia NB NB Barre Stone – Albion AP AP Barrett Paving – Binghamton1 NB NB

Barrett Paving – Boonville1 1.800 0.250

Barrett Paving – Jamesville2 1.800 0.250

Barrett Paving – Litchfield1 1.800 0.250

Barrett Paving – Norwood3 0.500 0.250

Barrett Paving – Watertown3 0.500 0.250

Barrett Paving – Westville3 0.500 0.250 Blades Construction – Hornell 2.000 0.200 Broome Bituminous – Vestal 1.500 0.250 Buffalo Crushed Stone – Cheektowaga 2.000 0.180 Buffalo Crushed Stone – Lancaster 2.000 0.180

Callanan – Bridgeville4 0.500 0.250

Callanan – Brockport5 AP AP Callanan – Clockville4 0.500 0.250

Callanan – East Kingston4 0.500 0.250

Callanan – Pattersonville4 0.500 0.250

Callanan – Port Ewen4 0.500 0.250

Callanan – Ravena4 0.500 0.250

Callanan – Wynantskill4 0.500 0.250

Callanan – Dream Lake Road4 0.500 0.250 Chenango Concrete – Norwich AP AP Cobleskill Stone – Cobleskill AP AP Cobleskill Stone – Hancock AP AP Cobleskill Stone – Howes Cave AP AP Cobleskill Stone – Oneonta AP AP Cobleskill Stone – Prattsville AP AP Cobleskill Stone – Schoharie AP AP Colarusso Blacktop – Hudson 2.000 0.250 County Line Stone – Newstead 1.750 0.240 Cushing Stone – Amsterdam 0.500 0.200 Dalrymple Gravel – Chemung 1.000 0.180 Dolomite – Avon AP AP Dolomite – Gates AP AP Dolomite – Leroy AP AP Dolomite – Manchester AP AP Dolomite – Penfield AP AP Dolomite – Walworth AP AP

AP = Award Pending NB = No Bid NA = No Award

Page 19: CONTRACT AWARD NOTIFICATIONJamesville, NY 13078 E-mail: tom.jones2@hanson.biz Web Site: This vendor accepts the NYS Procurement Card for orders up to $10,000.00. PC63577 INNOVATIVE

GROUP 31504 – BITUMINOUS CONCRETE COLD PATCH AWARD PAGE 19 (All State Agencies and Political Subdivisions)

(continued) 20999a1.doc/T06jh

STATEWIDE, EXCEPT ROCKLAND, WESTCHESTER, NASSAU AND SUFFOLK COUNTIES AND NYC (Cont’d.)

TRANSPORTATION RATES (HAULING/DELIVERY) PER NET METRIC TON

VENDOR - LOCATION 0-1 KILOMETER 1+ KILOMETERS Dutchess Quarry – Pleasant Vallley AP AP Gernatt Asphalt – Springville 1.700 0.150 Gorman Bros. – Albany 1.000 0.280 Gorman Bros. – Amsterdam 1.000 0.280 Gorman Bros. – Clinton 1.000 0.280 Gorman Bros. – West Sand Lake 1.000 0.280

Hanson – Honeoye Falls7 1.000 0.250

Hanson – Jordanville6 1.000 0.250

Hanson – Oaks Corners6 1.000 0.250

Hanson – Ogdensburg6 1.000 0.250

Hanson – Oriskany Falls6 1.000 0.250

Hanson – Rochester7 1.000 0.250

Hanson – Scottsville7 1.000 0.250

Hanson – Skaneateles6 1.000 0.250

Hanson – South Lansing6 1.000 0.250

Hanson – St. Johnsville6 1.000 0.250

Hanson – Stafford7 1.000 0.250

Hanson – Watertown6 1.000 0.250 I.M.U.S. – Albion 0.550 0.180 I.M.U.S. – Buffalo 0.550 0.180 I.M.U.S. – Newburgh 0.550 0.180 I.M.U.S. – Skaneateles 0.550 0.180 Jamestown Macadam – Jamestown 2.910 0.130 Jointa Galusha – Glens Falls NB NB Lafarge NA – Lockport NB NB Midland Asphalt – Allegany NB NB N. J. Brunell & Son – Plattsburgh AP AP Northern Bituminous – Fulton NB NB Package Pavement – Stormville NB NB Pallette Stone – Saratoga Springs NB NB

Peckham Materials – Catskill9 AP AP Peckham Materials – Hudson Falls9 AP AP Peckham Materials – Shaftsbury (VT) 9 AP AP Seneca Stone – Fayette AP AP Suit-Kote – Jamestown 2.000 0.250 Suit-Kote – Polkville 2.000 0.250 Suit-Kote – Watertown 2.000 0.250 Suit-Kote – Watkins Glen 2.000 0.250 Suit-Kote – West Oneonta 2.000 0.250 Vestal Asphalt – Sangerfield 1.750 0.250 Vestal Asphalt – Vestal 1.750 0.250

AP = Award Pending NB = No Bid NA = No Award

Page 20: CONTRACT AWARD NOTIFICATIONJamesville, NY 13078 E-mail: tom.jones2@hanson.biz Web Site: This vendor accepts the NYS Procurement Card for orders up to $10,000.00. PC63577 INNOVATIVE

GROUP 31504 – BITUMINOUS CONCRETE COLD PATCH AWARD PAGE 20 (All State Agencies and Political Subdivisions)

(continued) 20999a1.doc/T06jh

ROCKLAND AND WESTCHESTER COUNTIES

MATERIAL RATES BY ITEM NUMBER AND DESCRIPTION PER NET METRIC TON

VENDOR - LOCATION 15402.2010M

Plant Mix 15402.2020M

Cold Mix

15402.2030M Plant Mixed

Modified

15402.2040M Fiber

Reinforced

15402.2050M Cold Mixed

Modified Peckham Materials – Bedford8 NB NB 93.750 NB NB Tilcon New York – West Nyack NB NB 113.550 NB NB TRANSPORTATION RATES (HAULING/DELIVERY) PER NET METRIC TON

VENDOR - LOCATION 0-1 KILOMETER 1+ KILOMETERS

Peckham Materials – Bedford8 NB NB Tilcon New York – West Nyack NB NB

NASSAU AND SUFFOLK COUNTIES

MATERIALS BY ITEM NUMBER AND DESCRIPTION

VENDOR - LOCATION 15402.2010M

Plant Mix 15402.2020M

Cold Mix

15402.2030M Plant Mixed

Modified

15402.2040M Fiber

Reinforced

15402.2050M Cold Mixed

Modified Nassau Asphalt Supply – Melville 85.500 85.500 135.000 NB NB Scatt Materials – Bay Shore NB NB 118.500 NB 118.500 TRANSPORTATION RATES (HAULING/DELIVERY) PER NET METRIC TON

VENDOR - LOCATION 0-1 KILOMETER 1+ KILOMETERS

Nassau Asphalt Supply – Melville 6.500 0.450 Scatt Materials – Bay Shore NB NB

AP = Award Pending NB = No Bid NA = No Award See following page for alternate directives when placing orders with the following vendors: Barrett Paving Materials, Inc.

Callanan Industries, Inc.

Hanson Aggregates NY, Inc.

Peckham Materials Corp.

Page 21: CONTRACT AWARD NOTIFICATIONJamesville, NY 13078 E-mail: tom.jones2@hanson.biz Web Site: This vendor accepts the NYS Procurement Card for orders up to $10,000.00. PC63577 INNOVATIVE

GROUP 31504 – BITUMINOUS CONCRETE COLD PATCH AWARD PAGE 21 (All State Agencies and Political Subdivisions)

(continued) 20999a1.doc/T06jh

1Barrett orders should be directed to the office listed on page 2 of this contract.

2Barrett orders should be directed to the following: Barrett Paving Materials, Inc. 315/652-4585 4530 Wetzel Rd. Frank Simmons/Ryan Bush Liverpool, NY 13090 Fax: 315/652-4590 E-mail: [email protected] 3Barrett orders should be directed to the following:

Barrett Paving Materials, Inc. 315/788-2037 26572 NYS Rt. 37 Fax: 315/786-0748 Watertown, NY 13601 4Callanan orders should be directed to the office listed on page 3 of this contract. 5Callanan orders should be directed to the following: Iroquois Rock Products 585/381-7010 Div. of Callanan Industries Cindy Miceli 1150 Penfield Road Fax: 585/381-0208 Rochester, NY 14625 E-mail: [email protected] 6Hanson orders should be directed to the office listed on page 3 of this contract. 7Hanson orders should be directed to the following: Hanson Aggregates New York, Inc. 585/584-3132, Ext. 202 6895 Ellicott Street Douglas A. Fuess, Jr. Pavilion, NY 14525 Fax: 585/584-3466 8Peckham orders should be directed to the office listed on page 5 of this contract.

9Peckham orders should be directed to the following: Peckham Materials Corporation 518/945-1120 Union St. Joseph Wildermuth Athens, NY 12015 Fax: 518/945-1298 E-mail: [email protected] Web Site: www.peckham.com

Page 22: CONTRACT AWARD NOTIFICATIONJamesville, NY 13078 E-mail: tom.jones2@hanson.biz Web Site: This vendor accepts the NYS Procurement Card for orders up to $10,000.00. PC63577 INNOVATIVE

GROUP 31504 – BITUMINOUS CONCRETE COLD PATCH AWARD PAGE 22 (All State Agencies and Political Subdivisions)

(continued) 20999a1.doc/T06jh

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

METHOD OF ORDERING:

Orders for the purchase of material will be placed with the contractor whose source of supply offers the lowest ultimate cost to the State or authorized user for the delivery specified. The lowest ultimate cost includes the FOB Plant (or if applicable, supply location) Price, total Haul Cost (based on cost per net Metric ton kilometer), and any additional Charges (ferry and/or bridge tolls). The ultimate cost for each contractor will be computed based on the location from which the material is being supplied, not necessarily the location of the approved plant where it was manufactured.

DELIVERY:

General - Delivery shall be expressed in number of calendar days required to make delivery after receipt of a purchase order (ARO). Purchase Order Instructions - Delivery shall be made in accordance with instructions on purchase order from each agency. If there is a discrepancy between the purchase order and what is listed on the contract, it is the contractor’s obligation to seek clarification from the ordering agency and, if applicable, from the Office of General Services, Procurement Services Group. (SEE ALSO SEPARATE CLAUSE ON “PURCHASE ORDERS AND INVOICES”.)

PURCHASE ORDERS AND INVOICING:

General – All orders and invoices/vouchers should include the contract number and a line by line listing of separate charges. Invoices - Contract users are instructed not to process invoices without needed information. Invoices must be detailed and include all of the following:

Contract Number Purchase Order Number Item Number

Failure to comply may result in lengthy payment delays. Purchase orders will be placed only against those contracts where an analysis of all costs for each individual requirement indicates the lowest composite cost through the use of a standard price calculation worksheet, which will be incorporated into the contract award document and include the requirement for an explanation in utilizing other than the lowest composite price. Any price reduction granted will not impact any purchases in progress where orders have already been placed with a contractor. When using the calculation worksheet, the agency will obtain from contractors the exact distance from contractor’s storage facility to delivery site. This distance shall be determined using existing highways and bridges on which the delivery vehicle may legally travel. If special permits are required for operating the delivery vehicle on any or all of these highways and/or bridges, they must be legally obtainable by the contractor. The contractor will indicate kilometers on calculation worksheet, complete calculations, sign and send to agency. Upon receipt, the agency will verify the calculations, sign and use accordingly. Inspection of storage locations not currently approved may be requested directly from NYS - DOT and subsequently certified for consideration in future IFBs.

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.

Page 23: CONTRACT AWARD NOTIFICATIONJamesville, NY 13078 E-mail: tom.jones2@hanson.biz Web Site: This vendor accepts the NYS Procurement Card for orders up to $10,000.00. PC63577 INNOVATIVE

GROUP 31504 – BITUMINOUS CONCRETE COLD PATCH AWARD PAGE 23 (All State Agencies and Political Subdivisions)

(continued) 20999a1.doc/T06jh

ELECTRONIC PAYMENTS: The Office of the State Comptroller (OSC) offers an "electronic payment" option in lieu of issuing checks. To obtain an electronic payment authorization form visit the OSC website at www.osc.state.ny.us or contact them by e-mail at [email protected] or by phone at 518-474-4032.

NOTE TO CONTRACTOR:

This Contract Award Notification is not an order. Do not take any action under this contract except on the basis of purchase order(s) from the agency or agencies.

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).

REPORT OF CONTRACT PURCHASES:

Contractor shall furnish a report containing both state agency and authorized non-state agency contract purchases on or before May 15, 2007 a report of purchases made from Contract Award #20488 for the period from May 1, 2007 to November 30, 2007 and from Contract Award #20999 for the period from December 1, 2007 to April 30, 2008. In addition to contractor direct sales, contractor shall submit sales information for all resellers, dealers, distributors or other authorized distribution channels, where such contract sales are provided by other than the contractor. Contractors shall verify if each alternate vendor is a NYS Certified Minority (MBE) or Women (WBE) Owned Businesses. Contractors shall verify such status through the Empire State Development Minority and Women Owned Businesses Database web site at http://205.232.252.35/. A separate report shall be provided for each authorized distribution channel for completion in accordance with the contract terms and conditions. A blank report form and detailed instructions will be included in the Contract Award Notification. Report(s) shall be in the following format:

Total Value ($) Purchased By

Brief Description

All Political Subdivisions and

Others Authorized by Law ($)

All State Agencies ($)

Total Value Purchased ($)

The report(s) shall be submitted to the Office of General Services, Procurement Services Group, Tower Bldg., Empire State Plaza, Albany, NY 12242, to the attention of the individual shown on the front page of the Contract Award Notification and shall reference the Group Number, the Award Number, Contract Number, sales period, and contractor's (or other authorized agent) name. The outlined sales report is the minimum information required. Additional related sales information, such as monthly reports, and/or detailed user purchases may be required and must be supplied upon request.

Page 24: CONTRACT AWARD NOTIFICATIONJamesville, NY 13078 E-mail: tom.jones2@hanson.biz Web Site: This vendor accepts the NYS Procurement Card for orders up to $10,000.00. PC63577 INNOVATIVE

GROUP 31504 – BITUMINOUS CONCRETE COLD PATCH AWARD PAGE 24 (All State Agencies and Political Subdivisions)

(continued) 20999a1.doc/T06jh

PREVAILING WAGE RATES - PUBLIC WORKS AND BUILDING SERVICES CONTRACTS: Work is subject to the prevailing wage rate provisions of New York State Labor Law. See "Prevailing Wage Rates - Public Works and Building Services Contracts" in Appendix B, OGS General Specifications. Any federal or State determination of a violation of any public works law or regulation, or labor law or regulation, or any OSHA violation deemed "serious or willful" may be grounds for a determination of vendor non-responsibility.

The applicable Prevailing Wage Rate Schedule for this project is PRC # 2007004717.

For access to the Department of Labor (DOL) Prevailing Wage Schedule, use the following link:

http://wpp.labor.state.ny.us/wpp/showFindProject.do?method=showIt

For Prevailing Wage Updates, use the following DOL link:

http://wpp.labor.state.ny.us/wpp/publicViewPWChanges.do?method=showIt

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

ADDITIONAL INSURANCE REQUIREMENTS AFTER CONTRACT AWARD – Prior to commencement of work at the Pre-paving/Pre-production Conference, the Contractor shall file with Authorized User Agency (hereinafter referred to as “Agency”), Certificates of Insurance evidencing compliance with the additional insurance requirements set forth hereafter. Acceptance and/or approval by the Agency does not and shall not be construed to relieve Contractor of any obligations, responsibilities or liabilities under the Contract. The following insurance required by the Contract shall be obtained at the sole cost and expense of the Contractor; shall be maintained with insurance carriers licensed to do business in New York State, and acceptable to the Agency; shall be primary and non-contributing to any insurance or self insurance maintained by the Agency; shall be endorsed to provide written notice be given to the Agency, at least thirty (30) days prior to the cancellation, non-renewal, or material alteration of such policies, which notice, evidenced by return receipt of United States Certified Mail; shall be sent to:

Authorized User Agency Address as stated on purchase order

and shall name The People of the State of New York, its officers, agents, and employees as additional insureds thereunder {General Liability Additional Insured Endorsement shall be on Insurance Service Office’s (ISO) form number CG 20 26 11 85}. The additional insured requirement does not apply to Workers Compensation or Disability coverage. The Contractor shall be solely responsible for the payment of all deductibles and self insured retentions to which such policies are subject. Deductibles and self-insured retentions must be approved by the Agency. Such approval shall not be unreasonably withheld. Each insurance carrier must be rated at least “A-” Class “VII” in the most recently published Best’s Insurance Report. If, during the term of the policy, a carrier’s rating falls below “A-” Class “VII”, the insurance must be replaced no later than the renewal date of the policy with an insurer acceptable to the Agency and rated at least “A-” Class ”VII” in the most recently published Best’s Insurance Report.

The Contractor shall cause all insurance to be in full force and effect as of the commencement date of this Contract and to remain in full force and effect throughout the term of this Contract and as further required by this Contract. The Contractor shall not take any action, or omit to take any action that would suspend or invalidate any of the required coverages during the period of time such coverages are required to be in effect. Not less than thirty (30) days prior to the expiration date or renewal date of a Purchase Order, the Contractor shall supply the Agency updated replacement Certificates of Insurance, and amendatory endorsements.

Page 25: CONTRACT AWARD NOTIFICATIONJamesville, NY 13078 E-mail: tom.jones2@hanson.biz Web Site: This vendor accepts the NYS Procurement Card for orders up to $10,000.00. PC63577 INNOVATIVE

GROUP 31504 – BITUMINOUS CONCRETE COLD PATCH AWARD PAGE 25 (All State Agencies and Political Subdivisions)

(continued) 20999a1.doc/T06jh

CONTRACTOR INSURANCE: (Cont’d.) ADDITIONAL INSURANCE REQUIREMENTS AFTER AWARD - (Cont’d.) The Contractor is required by this Contract to obtain and maintain in full force and effect, the following insurance with limits not less than those described below and as required by the terms of this Contract, or as required by law, whichever is greater (limits may be provided through a combination of primary and umbrella/excess policies) for each project for which Contractor receives a Purchase Order:

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

1. If such insurance contains an aggregate limit, it shall apply separately on a per job basis. b) Workers Compensation and Employers Liability

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

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

d) Commercial Property or Inland Marine Insurance covering the loss or damage to any owned, borrowed, leased or rented equipment, tools, including tools of their agents and employees, staging towers and forms, and property of Agency held in their care, custody and/or control.

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

Page 26: CONTRACT AWARD NOTIFICATIONJamesville, NY 13078 E-mail: tom.jones2@hanson.biz Web Site: This vendor accepts the NYS Procurement Card for orders up to $10,000.00. PC63577 INNOVATIVE

GROUP 31504 – BITUMINOUS CONCRETE COLD PATCH AWARD PAGE 26 (All State Agencies and Political Subdivisions)

(continued) 20999a1.doc/T06jh

DIESEL EMISSION REDUCTION ACT OF 2006 (NEW REQUIREMENT OF LAW): On February 12, 2007 the Diesel Emissions Reduction Act took effect as law (the “Law”). Pursuant to new §19-0323 of the N.Y. Environmental Conservation Law (“NYECL”) it is now a requirement that heavy duty diesel vehicles in excess of 8,500 pounds use the best available retrofit technology (“BART”) and ultra low sulfur diesel fuel (“ULSD”). The requirement of the Law applies to all vehicles owned, operated by or on behalf of, or leased by State agencies and State or regional public authorities. They need to be operated exclusively on ULSD by February 12, 2007. It also requires that such vehicles owned, operated by or on behalf of, or leased by State agencies and State or regional public authorities with more than half of its governing body appointed by the Governor utilize BART. As a contract vendor the Law may be applicable to vehicles used by contract vendors “on behalf of” State agencies and public authorities. Thirty-three percent (33%) of affected vehicles must have BART by December 31, 2008, sixty-six percent (66%) by December 31, 2009 and one-hundred percent (100%) by December 31, 2010. The Law provides a list of exempted vehicles. Regulations currently being drafted will provide further guidance as to the effects of the Law on contract vendors using heavy duty diesel vehicles on behalf of the State. The Law also permits waivers of ULSD and BART under limited circumstances at the discretion of the Commissioner of Environmental Conservation. The Law will also require reporting from State agencies and from contract vendors in affected contracts. The Contractor has certified and warranted that all heavy duty vehicles, as defined in NYECL §19-0323, to be used under this contract, will comply with the specifications and provisions of NYECL §19-0323, and any regulations promulgated pursuant thereto, which requires the use of BART and ULSD, unless specifically waived by NYSDEC. Qualification and application for a waiver under this Law will be the responsibility of the Contractor.

EMERGENCY PURCHASING:

In the event that a disaster emergency is declared by Executive Order under Section 28 of Article 2-B of the Executive Law, or that the Commissioner determines pursuant to his/her authority under Section 163(10)(b) of the State Finance Law that an emergency exists requiring the prompt and immediate delivery of products or services, the Commissioner reserves the right to obtain such products or services from any source, including but not limited to this contract, as the Commissioner in his/her sole discretion determines will meet the needs of such emergency. Contractor shall not be entitled to any claim or lost profits for products or services procured from other sources pursuant to this paragraph.

NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS:

New York State political subdivisions and others authorized by New York State law may participate in contracts. These include, but are not limited to local governments, public authorities, public school and fire districts, public and nonprofit libraries, and certain other nonpublic/nonprofit organizations. See "Participation in Centralized Contracts" in Appendix B, OGS General Specifications. For purchase orders issued by the Port Authority of New York and New Jersey (or any other authorized entity that may have delivery locations adjacent to New York State), the terms of the "Price" clause shall be modified to include delivery to locations adjacent to New York State. Upon request, all eligible non-State agencies must furnish contractors with the proper tax exemption certificates and documentation certifying eligibility to use State contracts. A list of categories of eligible entities is available on the OGS web site (www.ogs.state.ny.us). Questions regarding an organization's eligibility to purchase from New York State Contracts may also be directed to OGS Procurement Services Group's Customer Services at 518-474-6717.

EXTENSION OF USE:

This Contract may be extended to additional States or governmental jurisdictions upon mutual written agreement between New York State (the lead contracting State) and the contractor. Political subdivisions and other authorized entities within each participating State or governmental jurisdiction may also participate in any resultant contract if such State normally allows participation by such entities. New York State reserves the right to negotiate additional discounts based on any increased volume generated by such extensions.

Page 27: CONTRACT AWARD NOTIFICATIONJamesville, NY 13078 E-mail: tom.jones2@hanson.biz Web Site: This vendor accepts the NYS Procurement Card for orders up to $10,000.00. PC63577 INNOVATIVE

GROUP 31504 – BITUMINOUS CONCRETE COLD PATCH AWARD PAGE 27 (All State Agencies and Political Subdivisions)

(continued) 20999a1.doc/T06jh

"OGS OR LESS" GUIDELINES APPLY TO THIS CONTRACT: Purchases of the products included in this Contract Award Notification are subject to the "OGS or Less" provisions of Section 163.3.a.v., Article XI, of the New York State Finance Law. This means that State agencies can purchase products from sources other than the contractor provided that such products are substantially similar in form, function or utility to the products herein and are:

1. lower in price -and/or- 2. available under terms which are more economically efficient to the State agency (e.g. delivery terms,

warranty terms, etc.).

Agencies are reminded that they must provide the State contractor an opportunity to match the non-contract savings at least two business days prior to purchase. In addition, purchases made under "OGS or Less" flexibility must meet all requirements of law including, but not limited to, advertising in the New York State Contract Reporter, prior approval of the Comptroller's Office and competitive bidding of requirements exceeding the discretionary bid limit. State agencies should refer to Procurement Council Bulletin "OGS or Less Purchases" for complete procedural and reporting requirements. NOTES: Non-contract vendors furnishing materials under “OGS or Less” shall meet the same qualifications as those required of contract vendors (see “QUALIFICATION OF BIDDER” clause on page 6 of the original IFB). In addition, non-contract vendors are subject to all other requirements and conditions appearing in the preceeding Invitation for Bids including Group Specification, Appendix A, Appendix B and all applicable Purchasing Memoranda. Price shall include ALL required insurance coverage costs (see “CONTRACTOR INSURANCE” clauses apearing on pages 12-13).

CONTRACT PERIOD AND RENEWALS:

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

SHORT TERM EXTENSION:

In the event the replacement contract has not been issued, this contract may be extended unilaterally by the State for an additional period of up to one month upon notice to the contractor with the same terms and conditions as the original contract including, but not limited to, quantities (prorated for such one month extension), prices, and delivery requirements. With the concurrence of the contractor, the extension may be for a period of up to three months in lieu of one month. However, this extension terminates should the replacement contract be issued in the interim.

CONTRACT MIGRATION:

State Agencies or any other authorized user holding individual contracts with contractors under this centralized contract shall be able to migrate to this contract award with the same contractor, effective on the contract begin date (retroactively, if applicable). Migration by an agency or any other authorized user to the centralized contract shall not operate to diminish, alter or extinguish any right that the agency or other authorized user otherwise had under the terms and conditions of their original contract.

Page 28: CONTRACT AWARD NOTIFICATIONJamesville, NY 13078 E-mail: tom.jones2@hanson.biz Web Site: This vendor accepts the NYS Procurement Card for orders up to $10,000.00. PC63577 INNOVATIVE

GROUP 31504 – BITUMINOUS CONCRETE COLD PATCH AWARD PAGE 28 (All State Agencies and Political Subdivisions)

(continued) 20999a1.doc/T06jh

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

Page 29: CONTRACT AWARD NOTIFICATIONJamesville, NY 13078 E-mail: tom.jones2@hanson.biz Web Site: This vendor accepts the NYS Procurement Card for orders up to $10,000.00. PC63577 INNOVATIVE

GROUP 31504 – BITUMINOUS CONCRETE COLD PATCH AWARD PAGE 29 (All State Agencies and Political Subdivisions)

(continued) 20999a1.doc/T06jh

DETAILED SPECIFICATIONS

All plant mixed bituminous concrete of various types furnished shall be in conformance with the book entitled, “New York State Department of Transportation, Standard Specification Construction and Materials” dated May 4, 2006.

ITEM 15402.2010M - PLANT MIXED STOCKPILE PATCHING MATERIALS 1. DESCRIPTION:

The material shall be a plant mixed pavement patching material capable of storage in a stockpile composed of mineral aggregates and bituminous materials. The mix provided shall meet one of the mixes contained herein (three aggregate gradations using liquid asphalt as the bituminous material are specified herein as standard mixtures). Material shall be provided in accordance with the general specifications for Section 401 - Plant Production of the New York State Department of Transportation, Standard Specifications of May 4, 2006 except as modified herein. Regardless of the material provided, it shall be uniform, workable, and have satisfactory setting properties at the time of delivery.

2. MATERIALS:

a) Aggregates. Fine aggregate shall conform to Section 703-01, Fine Aggregate. Coarse aggregate shall conform to Section 703-02, Coarse Aggregate. Crushed stone, crushed gravel, or approved crushed slag may be used.

b) Mineral Filler. Mineral filler, if used, shall conform to the requirements of Section 703-08, Mineral Filler.

c) Bituminous Materials. The bituminous material shall conform to the requirements outlined in Section 702, Bituminous Materials, or the Producer may elect to use an alternative bituminous material with or without modifying agents. Prior approval shall be obtained from the Director, Materials Bureau for the use of alternative materials. For any bituminous material not listed in Section 702, Bituminous Materials, the Producer shall provide specifications for the alternative material to the Materials Bureau.

d) Anti-Stripping Mixtures. An anti-stripping agent, approved by the Director, Materials Bureau shall be used as needed to meet the stripping test requirements. This may be incorporated with the bituminous material at the refinery or at the mixing plant.

3. COMPOSITION OF MIXTURES:

The aggregate gradation and bituminous material quantities shall meet the requirements noted below. The Producer shall submit a Job Mix Formula on forms available at the Department’s Regional Offices. The following information shall be provided with the Job Mix Formula submission:

1. Aggregate gradation band and aggregate types. 2. Bituminous Material - amount and type. 3. Description and quantities of additives, if used. 4. Temperature ranges for material preparation.

The Job Mix Formula shall be submitted for review to the Regional Office which has jurisdiction over the plant in which the material is to be produced and the verified Job Mix Formula must be received by the Producer prior to production.

Page 30: CONTRACT AWARD NOTIFICATIONJamesville, NY 13078 E-mail: tom.jones2@hanson.biz Web Site: This vendor accepts the NYS Procurement Card for orders up to $10,000.00. PC63577 INNOVATIVE

GROUP 31504 – BITUMINOUS CONCRETE COLD PATCH AWARD PAGE 30 (All State Agencies and Political Subdivisions)

(continued) 20999a1.doc/T06jh

DETAILED SPECIFICATIONS (Cont’d) ITEM 15402.2010M - COLD MIX STOCKPILE PATCHING MATERIALS (Cont'd)

TABLE OF COMPOSITION STANDARD ASPHALT PATCHING MIXTURES

GENERAL LIMITS AND JOB MIX FORMULA TOLERANCES

Sieve Coarse Mix Intermediate Mix Fine Mix Size % Passing Tol. (1) % Passing Tol. (1) % Passing Tol. (1) 25 mm 100 - 12.5 mm 95-100 - 100 - 100 - 6.3 mm 55-75 +5 90-100 - 90-10 - 3.2 mm 15-40 ±6 12-40 ±6 35-60 ±6 180 μm 0-5 ±2 0-5 ±2 2-10 ±3 75 μm - - 0-5 ±2 Bituminous Material (2) 4.0-7.5 ±0.4 4.0-8.0 ±0.4 5.5-8.0 ±0.4

(1) All aggregate percentages are based on the total weight of the aggregate. (2) Bituminous Material (asphalt residue) percentage is based on the total weight of the mix and shall

include any additives.

4. PREPARATION OF MIXTURES: The aggregate shall be introduced into the pugmill at a temperature which eliminates free moisture on the aggregate surface. The mixture temperature shall be no greater than 100°C. Preparation of the mixture shall conform to the specification requirements outlined in Section 401, Plant Production, except that automatic proportioning and recording equipment is not required.

5. INSPECTION, TESTING & ACCEPTANCE:

The Producer shall contact the Regional Office having jurisdiction for Producer’s plant to arrange for a Department Inspector to inspect the preparation of mixtures. If inspection is not performed at the time of mixture preparation, samples from the stockpile will be tested by the Department to determine the acceptability of the mixture prior to use for patching. The following stripping test shall be conducted on the plant mixed material:

STRIPPING TEST

A suitable size sample of the plant mixed material shall be permitted to cure at normal laboratory temperature for at least 24 hours after which it shall be placed in a glass jar, fitted with a tight cover, and completely covered with distilled water. The jar and contents shall than be allowed to stand for a period of 24 hours at normal laboratory temperature (approximately 20°C). The sample shall then be shaken vigorously for a period of 15 minutes. The water shall then be poured from the jar and the sample removed to a flat surface and be permitted to air dry after which it shall be visually examined for stripping of the bituminous film from the aggregate. The aggregate surfaces shall be at least 90 percent coated with bituminous film. The initial approval of a mixture or the initial acceptance of material shall in no way preclude further examination and testing if unsatisfactory results are achieved. The acceptance at any time shall not bar its future rejection.

Page 31: CONTRACT AWARD NOTIFICATIONJamesville, NY 13078 E-mail: tom.jones2@hanson.biz Web Site: This vendor accepts the NYS Procurement Card for orders up to $10,000.00. PC63577 INNOVATIVE

GROUP 31504 – BITUMINOUS CONCRETE COLD PATCH AWARD PAGE 31 (All State Agencies and Political Subdivisions)

(continued) 20999a1.doc/T06jh

DETAILED SPECIFICATIONS (Cont’d)

ITEM 15402.2020M - COLD MIX STOCKPILE PATCHING MATERIALS 1. DESCRIPTION:

This material shall be a mixed pavement patching material capable of storage in a stockpile composed of mineral aggregates and bituminous materials. The mix provided shall meet the requirements contained herein. Material shall be provided in accordance with the standard specifications for Section 302 - Bituminous Stabilized Course of the New York State Department of Transportation, Standard Specifications, of May 4, 2006 except as modified herein. Regardless of the material provided, it shall be uniform, workable, and have satisfactory setting properties at the time of delivery.

2. MATERIALS:

a) Aggregates. Fine aggregate shall conform to Section 703-01, Fine Aggregate. Coarse aggregate shall conform to Section 703-02, Coarse Aggregate. Crushed stone, crushed gravel, or approved crushed slag may be used.

b) Mineral Filler. Mineral filler, if used, shall conform to the requirements outlined in Section 703-08.

c) Bituminous Materials. The bituminous material shall be an asphalt emulsion and shall conform to the requirements outlined in Section 702, Bituminous Materials. The Producer may elect to use an alternative asphalt emulsion with or without the addition of modifying agents. Prior approval shall be obtained from the Director, Materials Bureau for the use of alternative asphalt emulsion. For any asphalt emulsion not listed in Section 702, Bituminous Materials, the Producer shall provide complete specifications for the alternative asphalt emulsion to the Materials Bureau.

3. COMPOSITION OF MIXTURES:

The aggregate gradation and the bituminous material quantities shall conform to the requirements outlined in Table I. Prior to production, a Job Mix Formula shall be submitted for review to the Regional Materials Office which has jurisdiction over the plant in which the material is to be produced. The forms are available at the Regional Materials Office. The following information shall be provided with the Job Mix Formula submission:

1. Aggregate gradation band and aggregate types. 2. Asphalt Emulsion - amount, type and complete specifications for any alternative asphalt

emulsion not listed in Section 702, Bituminous Materials. Upon verification of the Job Mix Formula by the Regional Materials Office, the producer can start production of the material.

Page 32: CONTRACT AWARD NOTIFICATIONJamesville, NY 13078 E-mail: tom.jones2@hanson.biz Web Site: This vendor accepts the NYS Procurement Card for orders up to $10,000.00. PC63577 INNOVATIVE

GROUP 31504 – BITUMINOUS CONCRETE COLD PATCH AWARD PAGE 32 (All State Agencies and Political Subdivisions)

(continued) 20999a1.doc/T06jh

DETAILED SPECIFICATIONS (Cont’d)

ITEM 15402.2020M - COLD MIX STOCKPILE PATCHING MATERIALS (Cont'd)

TABLE I COMPOSITION OF STOCKPILE

GENERAL LIMITS AND JOB MIX FORMULA TOLERANCES

Screen Coarse Mix Intermediate Mix Fine Mix Size % Passing Tol. (1) % Passing Tol. (1) % Passing Tol. (1) 25mm 100 - 12.5mm 95-100 - 100 - 100 - 6.3mm 55-75 ±5 90-100 - 90-100 - 3.2mm 15-40 ±6 10-35 ±6 35-60 ±6 180μm 0-5 ±2 0-5 ±2 2-10 ±3 75μm - - 0-5 ±2 Bituminous Material (2) 4.0-7.5 ±0.4 5.5-7.5 ±0.4 5.5-8.0 ±0.4 (1) All aggregate percentages are based on the total weight of the aggregate. (2) Bituminous Material (asphalt residue) percentage is based on the total weight of the mix and shall

include any additives.

4. PREPARATION OF MIXTURES: Preparation of the mixture shall conform to the specification requirements outlined in Section 302-Bituminous Stabilized Course. The moisture content requirement shall be waived and the Producer shall determine the mix proportions as outlined previously in the Composition of Mixtures section of this specification.

5. INSPECTION, TESTING AND ACCEPTANCE:

The Producer shall notify the Regional office having jurisdiction for Producer’s mixing equipment to arrange for a Department Inspector to inspect the preparation of the mixture. If inspection is not performed at the time of mixture preparation, samples from the stockpile will be tested by the Department to determine the acceptability of the mixture prior to Department use. The following stripping test shall be conducted on the pugmill mixed materials:

STRIPPING TEST

A suitable size sample of the pugmill mixed material shall be permitted to stand at normal laboratory temperatures for at least 24 hours after which it shall be placed in a glass jar, fitted with a tight cover, and covered completely with potable water. The jar and contents shall then be allowed to stand for a period of 24 hours at normal laboratory temperatures (approximately 20°C). The sample shall then be shaken vigorously for 15 minutes. The water shall then be poured from the jar and the sample removed to a flat surface and permitted to air dry after which it shall be visually examined for stripping of the bituminous film from the aggregates. The aggregate surfaces shall be at least 90% coated with the bituminous film. The initial approval of a mixture or the initial acceptance of material shall in no way preclude further examination and testing if unsatisfactory results are achieved. The acceptance at any time shall not bar its future rejection.

Page 33: CONTRACT AWARD NOTIFICATIONJamesville, NY 13078 E-mail: tom.jones2@hanson.biz Web Site: This vendor accepts the NYS Procurement Card for orders up to $10,000.00. PC63577 INNOVATIVE

GROUP 31504 – BITUMINOUS CONCRETE COLD PATCH AWARD PAGE 33 (All State Agencies and Political Subdivisions)

(continued) 20999a1.doc/T06jh

DETAILED SPECIFICATIONS (Cont’d)

ITEM 15402.2030M - MODIFIED STOCKPILE PATCHING MATERIALS 1. DESCRIPTION:

This material shall be a plant mixed pavement patching material capable of storage in a stockpile composed of mineral aggregates and a modified bituminous material, approved by the Director, Materials Bureau. The mix provided shall meet the gradation contained herein. Materials shall be provided in accordance with the general specifications for Section 401 - Plant Production of the New York State Department of Transportation, Standard Specifications, of May 4, 2006 except as modified herein. The material shall be uniform, workable, and have satisfactory setting properties at the time of delivery.

2. MATERIALS:

a) Aggregates. Fine aggregate shall conform to Section 703-01, Fine Aggregate. Coarse aggregate shall conform to Section 703-02, Coarse Aggregate. Crushed stone, crushed gravel, or approved crushed slag may be used.

b) Mineral Filler. Mineral filler, if used, shall conform to the requirements of Section 703-08, Mineral Filler.

c) Bituminous Material. The bituminous material shall be one of the brand names identified on the Department’s Approved List for Materials and Equipment. This list can be found on the Department’s website, www.dot.state.ny.us under Publications.

3. COMPOSITION OF MIXTURES:

The aggregate gradation and bituminous material quantities shall meet the requirements noted in Table I. The Job Mix Formula shall be submitted on forms available at the Department’s Regional offices. The following information shall be provided with the Job Mix Formula submission:

1. Aggregate gradation band and aggregate types. 2. Bituminous Material - amount and type, including any additives. 3. Temperature ranges for material preparation.

The Job Mix Formula shall be submitted for review to the Regional office which has jurisdiction over the plant in which the material is to be produced and the verified Job Mix Formula must be received by the Producer prior to production.

Page 34: CONTRACT AWARD NOTIFICATIONJamesville, NY 13078 E-mail: tom.jones2@hanson.biz Web Site: This vendor accepts the NYS Procurement Card for orders up to $10,000.00. PC63577 INNOVATIVE

GROUP 31504 – BITUMINOUS CONCRETE COLD PATCH AWARD PAGE 34 (All State Agencies and Political Subdivisions)

(continued) 20999a1.doc/T06jh

DETAILED SPECIFICATIONS (Cont’d)

ITEM 15402.2030M - MODIFIED STOCKPILE PATCHING MATERIALS (Cont'd)

TABLE I COMPOSITION OF STOCKPILE PATCHING MATERIALS

Screen General Limits Job Mix Formula Size % Passing (1) % Tolerance 12.5mm 100 - 6.3mm 90-100 - 3.2mm 12-37 ±6 180μm 2-10 ±3 75μm 0-2 - Bituminous Material (2) 5.0-7.0 ±0.4 (1) All aggregate percentages are based on the total weight of aggregate. (2) Bituminous material percentage is based on the total weight of the mix and shall include any additives.

4. PREPARATION OF MIXTURES:

The aggregate shall be introduced into the pugmill at a temperature which eliminates free moisture on the aggregate surface. The mixture temperature shall be no greater than 100°C. Preparation of the mixture shall conform to the specifications requirements outlined in Section 401 - Plant Production, except that automatic proportioning and recording equipment is not required.

5. INSPECTION, TESTING & ACCEPTANCE:

The Producer shall contact the Regional Office having jurisdiction for Producer’s plant to arrange for a Department Inspector to inspect the preparation of mixtures. If inspection is not performed at the time of mixture preparation, samples from the stockpile will be tested by the Department to determine the acceptability of the mixture prior to use for patching. The following stripping test shall be conducted on the plant mixed material:

STRIPPING TEST

A suitable size sample of the plant mixed material shall be permitted to cure at normal laboratory temperature for at least 24 hours after which it shall be placed in a glass jar, fitted with a tight cover, and completely covered with distilled water. The jar and contents shall then be allowed to stand for a period of 24 hours at normal laboratory temperature (approximately 20°C.) The sample shall then be shaken vigorously for a period of 15 minutes. The water shall then be poured from the jar and the sample removed to a flat surface and be permitted to air dry after which it shall be visually examined for stripping of the bituminous film from the aggregate. The aggregate surface shall be at least 90 percent coated with the bituminous film. The initial approval of a mixture or the initial acceptance of material shall in no way preclude further examination and testing if unsatisfactory results are achieved. The acceptance at any time shall not bar its future rejection.

Page 35: CONTRACT AWARD NOTIFICATIONJamesville, NY 13078 E-mail: tom.jones2@hanson.biz Web Site: This vendor accepts the NYS Procurement Card for orders up to $10,000.00. PC63577 INNOVATIVE

GROUP 31504 – BITUMINOUS CONCRETE COLD PATCH AWARD PAGE 35 (All State Agencies and Political Subdivisions)

(continued) 20999a1.doc/T06jh

DETAILED SPECIFICATIONS (Cont’d)

ITEM 15402.2040M - PLANT MIXED FIBER REINFORCED STOCKPILE PATCHING MATERIALS 1. DESCRIPTION:

This material shall be a plant mixed pavement patching material capable of storage in a stockpile composed of mineral aggregates, bituminous materials, and polymer fibers. The mix provided shall conform to one of the asphalt mixtures described in the Table of Composition herein. Material shall be provided in accordance with Section 401 - Plant Production of the New York State Department of Transportation, Standard Specifications, dated May 4, 2006, except as modified herein. Regardless of the material provided, it shall be uniform, workable, and have satisfactory setting properties at the time of delivery.

2. MATERIALS:

a) Aggregates. Fine aggregate shall conform to Section 703-01, Fine Aggregate. Coarse aggregate shall conform to Section 703-02, Coarse Aggregate. Crushed stone, crushed gravel, or approved crushed slag may be used.

b) Mineral Filler. Mineral filler, if used, shall conform to the requirements of Section 703-08, Mineral Filler.

c) Bituminous Materials. The bituminous material shall conform to the requirements outlined in Section 702, Bituminous Materials, or the Producer may elect to use an alternative bituminous material with or without modifying agents. Prior approval shall be obtained from the Director, Materials Bureau for the use of alternative materials. For any bituminous material not listed in Section 702, Bituminous Materials, the Producer shall provide specifications for the alternative material to the Materials Bureau.

d) Polymer Fiber Materials. The polymer fiber shall be one of the brand names identified on the Department’s Approved List for Materials and Equipment. This list can be found on the Department’s website, www.dot.state.ny.us under Publications. Go to the Bituminous Materials section, which contains the list for polymer fibers used in stockpile patching materials. Polymer fiber material shall be 6.3mm (nominal) long and be incorporated into the mix at the mixing plant in the quantities noted below.

e) Anti-Stripping Mixtures. An anti-stripping agent approved by the Director, Materials Bureau shall be used as needed to meet the stripping test requirements. This may be incorporated with the bituminous material at the refinery or at the mixing plant.

3. COMPOSITION OF MIXTURES:

The aggregate gradation, fiber and bituminous material quantities shall meet the requirements noted below. The Producer shall submit a Job Mix Formula on forms available at the Department’s Regional Offices. The following information shall be provided with the Job Mix Formula submission:

1. Aggregate gradation band and aggregate types. 2. Bituminous Material - amount and type. 3. Fiber Material - description and quantity. 4. Description and quantities of additives, if used. 5. Temperature ranges for material preparation.

The Job Mix Formula shall be submitted for review to the Regional Office which has jurisdiction over the plant in which the material is to be produced and the verified Job Mix Formula must be received by the Producer prior to production.

Page 36: CONTRACT AWARD NOTIFICATIONJamesville, NY 13078 E-mail: tom.jones2@hanson.biz Web Site: This vendor accepts the NYS Procurement Card for orders up to $10,000.00. PC63577 INNOVATIVE

GROUP 31504 – BITUMINOUS CONCRETE COLD PATCH AWARD PAGE 36 (All State Agencies and Political Subdivisions)

(continued) 20999a1.doc/T06jh

DETAILED SPECIFICATIONS (Cont’d) ITEM 15402.2040M - PLANT MIXED FIBER REINFORCED STOCKPILE PATCHING MATERIALS (Cont’d)

TABLE OF COMPOSITION FIBER REINFORCED ASPHALT PATCHING MIXTURES

GENERAL LIMITS AND JOB MIX FORMULA TOLERANCES

Sieve Coarse Mix Intermediate Mix Fine Mix Size % Passing Tol. (1) % Passing Tol. (1) % Passing Tol. (1) 25mm 100 - 12.5mm 95-100 - 100 - 100 - 6.3mm 55-75 ±5 90-100 - 90-100 - 3.2mm 15-40 ±6 12-40 ±6 35-60 ±6 180μm 0-5 ±2 0-5 ±2 2-10 ±3 75μm - - 0-5 ±2

Bituminous Material (2) 4.0-7.5 +0.4 4.0-8.0 +0.4 5.5-8.0 +0.4 Fiber Material (3) 0.3 0.3 0.3

(1) All aggregate percentages are based on the total weight of the aggregate. (2) Bituminous material percentage is based on the total weight of the mix and shall include any

additives. (3) Fiber material percentage is based on the total weight of the mix.

4. PREPARATION OF MIXTURES: The aggregate shall be introduced into the pugmill at a temperature to eliminate free moisture on

the aggregate surface. The mixture temperature shall be no greater than 100°C. The fibers shall be pre-weighed and pre-packaged according to batch size, and added in whole units

directly into the pugmill before the asphalt is discharged into the pugmil. The net mixing time shall be sufficient to insure uniform coating after all materials are in the pugmill.

Preparation of the mixture shall conform to the specification requirements outlined in Section 401, Plant Production, except that automatic proportioning and recording equipment is not required.

Page 37: CONTRACT AWARD NOTIFICATIONJamesville, NY 13078 E-mail: tom.jones2@hanson.biz Web Site: This vendor accepts the NYS Procurement Card for orders up to $10,000.00. PC63577 INNOVATIVE

GROUP 31504 – BITUMINOUS CONCRETE COLD PATCH AWARD PAGE 37 (All State Agencies and Political Subdivisions)

(continued) 20999a1.doc/T06jh

DETAILED SPECIFICATIONS (Cont’d) ITEM 15402.2040M - PLANT MIXED FIBER REINFORCED STOCKPILE PATCHING MATERIALS (Cont’d) 5. INSPECTION, TESTING & ACCEPTANCE: The Producer shall contact the Regional Office having jurisdiction for Producer’s plant to arrange

for a Department Inspector to inspect the preparation of mixtures. If inspection is not performed at the time of mixture preparation, samples from the stockpile shall be tested by the Department to determine the acceptability of the mixture prior to use for patching.

The following stripping test shall be conducted on the plant mixed material:

STRIPPING TEST A suitable size sample of the plant mixed material shall be permitted to cure at normal laboratory

temperature for at least 24 hours after which it shall be placed in a glass jar, fitted with a tight cover, and completely covered with distilled water. The jar and contents shall then be allowed to stand for a period of 24 hours at normal laboratory temperature (approximately 20°C). The sample shall then be shaken vigorously for a period of 15 minutes. The water shall then be poured from the jar and the sample removed to a flat surface and be permitted to air dry after which it shall be visually examined for stripping of the bituminous film from the aggregate. The aggregate surfaces shall be at least 90 percent coated with bituminous film. Fibers stripped of bituminous material shall not be included as part of the determination of bituminous material stripping from aggregate surfaces.

The initial approval of a mixture or the initial acceptance of material shall in no way preclude further examination and testing if unsatisfactory results are achieved. The acceptance at any time shall not bar its future rejection.

Page 38: CONTRACT AWARD NOTIFICATIONJamesville, NY 13078 E-mail: tom.jones2@hanson.biz Web Site: This vendor accepts the NYS Procurement Card for orders up to $10,000.00. PC63577 INNOVATIVE

GROUP 31504 – BITUMINOUS CONCRETE COLD PATCH AWARD PAGE 38 (All State Agencies and Political Subdivisions)

(continued) 20999a1.doc/T06jh

DETAILED SPECIFICATIONS (Cont’d) ITEM 15402.2050M - COLD MIXED MODIFIED STOCKPILE PATCHING MATERIALS: 1. DESCRIPTION: This material shall be a mixed pavement patching material capable of storage in a stockpile

composed of mineral aggregates and a modified bituminous material approved by the Director, Materials Bureau. The mix provided shall meet the requirements contained herein.

Material shall be provided in accordance with the standard specifications for Section 302-Bituminous Stabilized Course of the New York State Department of Transportation, Standard Specifications of May 4, 2006 except as modified herein.

The material shall be uniform, workable, and have satisfactory setting properties at the time of delivery.

2. MATERIALS:

a) Aggregates: Fine aggregate shall conform to Section 703-01, Fine Aggregate. Coarse aggregate shall conform to Section 703-02, Coarse Aggregate. Crushed stone, crushed gravel, or approved crushed slag may be used.

b) Bituminous Material: The bituminous material shall be one of the brand names identified on the Department’s Approved List for Materials and Equipment. This list can be found on the Department’s website, www.dot.state.ny.us under Publications.

3. COMPOSITION OF MIXTURES: The aggregate gradation and bituminous material quantities shall meet the requirements noted in

Table I. The Job Mix Formula shall be submitted on forms available at the Department’s Regional offices.

The following information shall be provided with the Job Mix Formula submission:

1. Aggregate gradation band and aggregate types. 2. Bituminous Material - amount and type, including any additives. 3. Temperature ranges for material preparation.

The Job Mix Formula shall be submitted for review to the Regional office which has jurisdiction

over the plant in which the material is to be produced. The verified Job Mix Formula must be received by the Producer prior to production.

Page 39: CONTRACT AWARD NOTIFICATIONJamesville, NY 13078 E-mail: tom.jones2@hanson.biz Web Site: This vendor accepts the NYS Procurement Card for orders up to $10,000.00. PC63577 INNOVATIVE

GROUP 31504 – BITUMINOUS CONCRETE COLD PATCH AWARD PAGE 39 (All State Agencies and Political Subdivisions)

(continued) 20999a1.doc/T06jh

DETAILED SPECIFICATIONS (Cont’d)

ITEM 15402.2050M - COLD MIXED MODIFIED STOCKPILE PATCHING MATERIALS: (Cont’d)

TABLE I COMPOSITION OF STOCKPILE PATCHING MATERIALS

Screen General Limits Job Mix Formula Size % Passing (1) % Tolerance 12.5mm 100 - 6.3mm 90-100 - 3.2mm 12-37 ±6 180μm 2-10 ±3 75μm 0-2 - Bituminous Material (2) 5.0-7.0 +0.4 (1) All aggregate percentages are based on the total weight of aggregate. (2) Bituminous material percentages is based on the total weight of the mix and shall include any additives.

4. PREPARATION OF MIXTURES: The preparation of the mixture shall conform to the specification requirements outlined in Section

302-Bituminous Stabilized Course. The moisture content requirement shall be waived and the Producer shall determine the mix proportions as outlined previously in the Composition of Mixtures section of this specification.

5. INSPECTION, TESTING & ACCEPTANCE: The Producer shall contact the Regional Office having jurisdiction for Producer’s pugmill to

arrange for a Department Inspector to inspect the preparation of mixtures. If inspection is not performed at the time of mixture preparation, samples from the stockpile will be tested by Department to determine the acceptability of the mixture prior to use for patching.

The following stripping test shall be conducted on the pugmill mixed material:

STRIPPING TEST A suitable size sample of the pugmill mixed material shall be permitted to cure at normal laboratory

temperature for at least 24 hours after which it shall be placed in a glass jar, fitted with a tight cover, and completely covered with distilled water. The jar and contents shall then be allowed to stand for a period of 24 hours at normal laboratory temperature (approximately 20°C). The sample shall then be shaken vigorously for a period of 15 minutes. The water shall then be poured from the jar and the sample removed to be visually examined for stripping of the bituminous film from the aggregate. The aggregate surface shall be at least 90 percent coated with the bituminous film.

The initial approval of a mixture of the initial acceptance of material shall in no way preclude further examination and testing if unsatisfactory results are achieved. The acceptance at any time shall not bar its future rejection.

Page 40: CONTRACT AWARD NOTIFICATIONJamesville, NY 13078 E-mail: tom.jones2@hanson.biz Web Site: This vendor accepts the NYS Procurement Card for orders up to $10,000.00. PC63577 INNOVATIVE

GROUP 31504 – BITUMINOUS CONCRETE COLD PATCH AWARD PAGE 40 (All State Agencies and Political Subdivisions)

20999a1.doc/T06jh

State of New York

Office of General Services PROCUREMENT SERVICES GROUP

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

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

OGS PROCUREMENT SERVICES GROUP Customer Services, 37th Floor

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

* * * * *