CONTRACT AWARD NOTIFICATION

Similar documents
CONTRACT AWARD NOTIFICATION

By E mail. July 24, Revised Purchase Price and Income Limits Seller s Guide Bulletin # Dear Participating Lender:

MT-15. Mortgage Recording Tax Return

CONTRACT AWARD NOTIFICATION

RUTHANNE VISNAUSKAS Commissioner/CEO. ANDREW M. CUOMO Governor. Page 1. By E mail. June 27, 2017

CONTRACT AWARD NOTIFICATION

King Center Charter School

Page 1 of 5 Publication CHAR023 (2018)

CONTRACT AWARD NOTIFICATION

Wage $27.35 $16.41 $19.15 $21.88 $ Pension $7.30 $0.00 $5.11 $5.84 $6.57. Health $8.00 $8.00 $8.00 $8.00 $8.00

Journeyman Level 1 Level 2 Level 3 Level 4. Wage $27.60 $16.56 $19.32 $22.08 $ Pension $7.50 $0.00 $5.25 $6.00 $6.75

Southwestern Central School District

Mineola Union Free School District

CONTRACT AWARD NOTIFICATION

Local Government Snapshot

Town of Theresa. Internal Controls Over Claims Auditing. Report of Examination. Period Covered: January 1, 2012 December 31, M-89

Village of Canajoharie

Local Commissioners Memorandum

PURCHASING MEMORANDUM

2009 Annual Report. New York State Workers Compensation Board. David Patersen, Governor Robert E. Beloten, Chair

City of White Plains

NYSHIP RATE CHANGES EFFECTIVE SEPTEMBER 1, 2013

Village of Galway. Claims Processing. Report of Examination. Thomas P. DiNapoli. Period Covered: June 1, 2012 January 31, M-79

Town of Vestal. Capital Acquisitions. Report of Examination. Thomas P. DiNapoli. Period Covered: January 1, 2012 January 15, M-78

Beacon City School District

PURCHASING MEMORANDUM

Village of Newark Valley

Bethpage Union Free School District

Village of Homer. Purchasing and Credit Cards. Report of Examination. Thomas P. DiNapoli. Period Covered: March 1, 2015 April 13, M-112

Local Commissioners Memorandum

Oneida-Herkimer- Madison Board of Cooperative Educational Services

New York s unemployment insurance system: A vital safety net for New York workers and their families during economic downturns

Prattsburgh Central School District

Watertown Housing Authority

Central Valley School District

Little Falls City School District

Town of Allegany. Financial Management. Report of Examination. Period Covered: January 1, 2009 January 2, M-103

Walden Fire District

Genesee County Soil and Water Conservation District

Town of Thurman. Capital Projects. Report of Examination. Thomas P. DiNapoli. Period Covered: January 1, 2012 June 30, M-431

Technical Assistance. Community Budget and Fiscal Management New York State Office of Mental Health

New York s unemployment insurance system: A vital safety net for New York workers and their families during economic downturns

Jefferson-Lewis- Hamilton-Herkimer- Oneida Board of Cooperative Educational Services

Town of Amenia. Leave Accruals. Report of Examination. Thomas P. DiNapoli. Period Covered: January 1, 2012 October 10, M-361

Village/Town of Mount Kisco

Forestburgh Fire District

Town of Rush. Board Oversight. Report of Examination. Thomas P. DiNapoli. Period Covered: January 1, 2012 April 30, M-193

Catskill Central School District

Town of Oxford. Financial Management. Report of Examination. Period Covered: January 1, 2015 August 22, M-420

Oyster Bay Water District

Ardsley Union Free School District

Vestal Central School District

Town of Sand Lake. Justice Court. Report of Examination. Period Covered: January 1, 2013 February 28, M-121

West Hempstead Water District

Lansing Central School District

Northville Public Library

Town of Hume. Financial Management. Report of Examination. Period Covered: January 1, 2009 February 11, M-333

North Colonie Central School District

Niagara Falls Water Board

Sauquoit Valley Central School District

Town of Kortright. Financial Management. Report of Examination. Period Covered: January 1, 2015 August 25, M-397

Town of North Castle

Johnson City Central School District

Village of Sharon Springs

Local Commissioners Memorandum

Norwood-Norfolk Central School District

NYSHIP Rates & Deadlines for 2018

Village of Delhi. Financial Condition. Report of Examination. Thomas P. DiNapoli. Period Covered: June 1, 2011 March 1, M-110

Town of Cincinnatus. Financial Operations. Report of Examination. Period Covered: January 1, 2015 April 29, M-238

Mahopac Central School District

Penn Yan Central School District

NEW YORK STATE MEDICAID PROGRAM INFORMATION FOR ALL PROVIDERS

Labor Market Overview

Labor Market Overview

November Choices and The Empire Plan Special Report Explain Your Current Plan and Other Available Plans

Town of Chautauqua. Fiscal Stress. Report of Examination. Thomas P. DiNapoli. Period Covered: January 1, 2012 July 16, M-220

Town of Hampton. Justice Court Operations. Report of Examination. Thomas P. DiNapoli. Period Covered: January 1, 2012 June 30, M-305

Albany Parking Authority

CONTRACT AWARD NOTIFICATION

Town of Stanford. Financial Condition. Report of Examination. Thomas P. DiNapoli. Period Covered: January 1, 2012 January 31, M-225

Richland Fire District

Cambria Housing Authority

Local Commissioners Memorandum

Town of Beekman. Dover Ridge Sewer and Water Districts Financial Operations. Report of Examination

Cortland Enlarged City School District

The Role of Property Taxes in New York s State-Local Tax System. Hudson Valley Property Tax Relief and Reform Conference

Smithtown Central School District

Willsboro Fire Department

Big Flats Fire District No. 2

Town of Tuxedo. Financial Operations. Report of Examination. Period Covered: January 1, 2013 January 29, M-284

New Rochelle City School District

Barnard Fire District

Local Commissioners Memorandum

Altmar-Parish- Williamstown Central School District

Contract Award Notification

Charlotte Valley Central School District

Menands Union Free School District

Groton Central School District

Susquehanna Valley Central School District

Town of Cambria. Capital Projects Financing. Report of Examination. Period Covered: January 1, 2015 May 11, M-161

Transcription:

Title : 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 Group 31506 LIQUID BITUMINOUS MATERIALS Quick Set Slurry Seal (FOB Storage Facility) Classification Code(s): 30 Award Number : 20194 (Replaces Award 19387) Contract Period : April 1, 2006 to March 31, 2007 Bid Opening Date : November 1, 2005 Date of Issue : March 21, 2006 Specification Reference : Contractor Information : Name : Title : Phone : Fax : E-mail : State Agencies & Vendors Joseph Hodder Purchasing Officer I, Team 6 518-474-3668 518-474-8676 joseph.hodder@ogs.state.ny.us SPEC-896 dated September 9, 2005 and as amended in the Invitation for Bids (Supersedes SPEC-892 dated November 10, 2004) and Purchasing Memorandum dated October 21, 2005 Appears on Page 2 of this Award Address Inquiries To: Political Subdivisions & Others Phone : Fax : E-mail : Customer Services 518-474-6717 518-474-2437 customer.services@ogs.state.ny.us The Procurement Services Group values your input. Complete and return "Contract Performance Report" at end of document. Description Quick Set Slurry Seal is a pavement preventive maintenance treatment that offers minor improvement to rideability and has excellent friction characteristics for low volume roads. PR #20194-T

GROUP 31506 LIQUID BITUMINOUS MATERIALS AWARD PAGE 2 NOTE: See individual contract items to determine actual awardees. CONTRACT # CONTRACTOR & ADDRESS TELEPHONE # FED.IDENT.# PC62298 GORMAN BROTHERS, INC. 200 Church Street Albany, NY 12202 518/462-5401 P. A. Gorman Fax: 518/462-1296 E-mail: tgorman@gormanroads.com Web Site: www.gormanroads.com 140704840 PC62299 SB NEW YORK BITUMINOUS PRODUCTS CORP. PO Box 577 1297 Craigville Road Chester, NY 10918 800/892-6047 845/782-7231 Daniel E. Patenaude Fax: 845/783-1787 E-mail: dpatenaude@nybit.com Web Site: www.nybit.com 061069341 PC62300 SUIT-KOTE CORP. 1911 Lorings Crossing Road Cortland, NY 13045 800/622-5636, ext. 332 607/753-1100, ext. 332 Mark L. Edsall Fax: 607/758-9760 E-mail: medsall@suit-kote.com Web Site: www.suit-kote.com 161177189 PC62301 SB THOS. H. GANNON & SONS, INC. 75 Cedarhurst Avenue Medford, NY 11763 631/696-8798 Thomas H. Gannon, Jr. Fax: 631/696-0892 E-mail: tgannon631@aol.com 112280296 PC62302 SB VESTAL ASPHALT, INC. 201 Stage Road Vestal, NY 13850 800/837-8253 607/785-3393 Neil I. Guiles Fax: 607/785-3396 E-mail: nguiles@vestalasphalt.com 161201418 Vestal Asphalt, Inc. offers Electronic Access Ordering (EDI) and accepts the New York State Procurement Card for orders up to $10,000.00.

GROUP 31506 LIQUID BITUMINOUS MATERIALS AWARD PAGE 3 Cash Discount, If Shown, Should be Given Special Attention. INVOICES MUST BE SENT DIRECTLY TO THE ORDERING AGENCY FOR PAYMENT. (See "Contract Payments" and "Electronic Payments" in this document.) AGENCIES SHOULD NOTIFY THE PROCUREMENT SERVICES GROUP PROMPTLY IF THE CONTRACTOR FAILS TO MEET DELIVERY OR OTHER TERMS OF THIS CONTRACT. PRODUCTS OR SERVICES WHICH DO NOT COMPLY WITH THE SPECIFICATIONS OR ARE OTHERWISE UNSATISFACTORY TO THE AGENCY SHOULD ALSO BE REPORTED TO THE PROCUREMENT SERVICES GROUP. SMALL, MINORITY AND WOMEN-OWNED BUSINESSES: The letters SB listed under the Contract Number indicate the contractor is a NYS small business. Additionally, the letters MBE and WBE indicate the contractor is a Minority-owned Business Enterprise and/or Woman-owned Business Enterprise. RECYCLED, REMANUFACTURED AND ENERGY EFFICIENT PRODUCTS: The Procurement Services Group supports and encourages the purchase of recycled, remanufactured, energy efficient and "energy star" products. If one of the following codes appears as a suffix in the Award Number or is noted under the individual Contract Number(s) in this Contract Award Notification, please look at the individual awarded items for more information on products meeting the suffix description. RS,RP,RA Recycled RM Remanufactured SW Solid Waste Impact EE Energy Efficient E* EPA Energy Star ES Environmentally Sensitive NOTE TO AUTHORIZED USERS: When placing purchase orders under the contract(s), the authorized user should be familiar with and follow the terms and conditions governing its use which usually appears at the end of this document. The authorized user is accountable and responsible for compliance with the requirements of public procurement processes. The authorized user must periodically sample the results of its procurements to determine its compliance. In sampling its procurements, an authorized user should test for reasonableness of results to ensure that such results can withstand public scrutiny. The authorized user, when purchasing from OGS contracts, should hold the contractor accountable for contract compliance and meeting the contract terms, conditions, specifications, and other requirements. Also, in recognition of market fluctuations over time, authorized users are encouraged to seek improved pricing whenever possible. Authorized users have the responsibility to document purchases, particularly when using OGS multiple award contracts for the same or similar product(s)/service(s), which should include: a statement of need and associated requirements, a summary of the contract alternatives considered for the purchase, the reason(s) supporting the resulting purchase (e.g., show the basis for the selection among multiple contracts at the time of purchase was the most practical and economical alternative and was in the best interests of the State).

GROUP 31506 LIQUID BITUMINOUS MATERIALS AWARD PAGE 4 PRICE: Clause 23B of the General Specifications is modified to read: Price, with the exception of F.O.B. Storage Facility and Price Additionals, is net per metric ton furnished, hauled, delivered, and applied with contractor s equipment at the locations indicated by the resident engineer, State Agency, or individual authorized by using agency and includes material costs. Quick set slurry seal shall be applied in accordance with NYS DOT s Standard Specifications and as per the attached material specification for quick set slurry seal. Cleaning and preparing the existing pavement will be the responsibility of the purchasing agency. Erecting warning signs and directing traffic will be the responsibility of the purchasing agency or the contractor using the optional maintenance and protection of traffic section at the discretion of the purchasing agency. Price for quick set slurry placed in the five boroughs of New York City is net per metric ton for the actual number of metric tons of completed Quick Set Slurry Seal placed in the five boroughs of New York City. Price for optional maintenance and protection of traffic is net per metric ton of completed quick set slurry seal placed. This price includes all costs to properly maintain and protect traffic in accordance with these specifications. Price for additional cost per metric ton for optional maintenance and protection of traffic in the five boroughs of New York City and the counties of Nassau, Suffolk, Westchester and Rockland, is net per metric ton of completed quick set slurry seal placed in the five boroughs of New York City and the counties of Nassau, Rockland, Westchester, and Suffolk. This price includes all costs to properly maintain and protect traffic in accordance with these specifications. Price for additional cost per day for Saturday and/or Sunday work, when directed by the resident engineer or individual authorized by using agency, is net per day for Saturday and/or Sunday work. Price for additional flaggers (if required ) is net per day (to the nearest quarter day) for additional flaggers. Price for optional pilot vehicles with drivers (if required) is net per day (to the nearest quarter day) for each pilot vehicle with driver. Price for abrading the existing pavement markings by the vendor, with maintenance and protection of traffic by the owner (if required) is net per linear meter at 100 mm wide of pavement markings actually abraded by the vendor. This price includes all costs for pavement marking abrading including all labor, materials, and equipment necessary to abrade the pavement markings. Price for abrading the existing pavement markings by the vendor, with maintenance and protection of traffic by the vendor (if required) is net per linear meter at 100 mm wide of pavement markings actually abraded by the vendor. This price includes all costs for pavement marking abrading including all labor, materials, and equipment necessary to abrade the pavement markings and all costs to properly maintain traffic. NOTE: Price, with the exception of F.O.B. Storage Facility shown herein, includes material cost and cost to furnish, haul, deliver and apply with contractor's equipment. Similarly, a job that has a total requirement of 300 metric tons and takes 3 days to complete would be calculated using the rate for 100 metric tons per day which is indicated in the 92-272 column since it would be presumed that equal quantities would be applied each day.

GROUP 31506 LIQUID BITUMINOUS MATERIALS AWARD PAGE 5 New York State Office of General Services 2006 Contractors St. Lawrence Franklin Clinton Jefferson Essex 30703 Lewis Hamilton Warren Oswego Washington Orleans Niagara Genesee 30503 Erie Wyoming Ontario Seneca Livingston Yates 30603 Allegany Schuyler Cattaraugus Chautauqua Steuben 30401 Wayne Monroe Onondaga Madison 30602 Chemung 30501 Tioga Cayuga 30301 Cortland Tompkins Chenango Broome 30903 Herkimer Oneida Fulton Saratoga 30202 30201 30204 Otsego 30902 30203 Montgomery Sch dy Rensselaer Schoharie 30103 Albany Delaware Greene Columbia Ulster Plant # Contractor 30103 Gorman Bros. - Albany 30201 Gorman Bros. - Clinton 30202 Suit-Kote - New Hartford 30203 Gorman Bros. - Amsterdam 30204 Vestal Asphalt - Sangerfield 30301 Suit-Kote - Cortland 30401 Suit-Kote - Rochester 30501 Suit-Kote - Jamestown Plant # Contractor 30503 Suit-Kote - Buffalo 30602 Suit-Kote - Belmont 30603 Suit-Kote - Watkins Glen 30703 Suit-Kote - Watertown 30803 New York Bituminous - Chester 30902 Suit-Kote - West Oneonta 30903 Vestal Asphalt - Vestal A Thos. H. Gannon & Sons - Medford Sullivan Orange 30803 Rockland Dutchess Putnam Westchester New York Bronx Queens Nassau Richmond Kings Suffolk A

GROUP 31506 LIQUID BITUMINOUS MATERIALS AWARD PAGE 6 LOCATION BY CONTRACTOR Contractor Address City, State, Zip Code County Plant # Gorman Bros. 200 Church Street Albany, NY 12202 Albany 30103 Gorman Bros. 20 Robinson Road Clinton, NY 13323 Oneida 30201 Gorman Bros. 446 Route 161 Amsterdam, NY 12010 Montgomery 30203 New York Bituminous 1297 Craigville Road Chester, NY 10918 Orange 30803 Suit-Kote 41 Clinton Road New Hartford, NY 13413 Oneida 30202 Suit-Kote 1911 Lorings Crossing Road Cortland, NY 13045 Cortland 30301 Suit-Kote 2 Rockwood Street Rochester, NY 14610 Monroe 30401 Suit-Kote 57 Lister Street Jamestown, NY 14701 Chautauqua 30501 Suit-Kote 505 Como Park Boulevard Buffalo, NY 14227 Erie 30503 Suit-Kote 5678 Tuckers Corners Road Belmont, NY 14813 Allegany 30602 Suit-Kote 20 Fairgrounds Lane Watkins Glen, NY 14891 Schuyler 30603 Suit-Kote 21811 Lane Road Watertown, NY 13601 Jefferson 30703 Suit-Kote Country Club Road W. Oneonta, NY 13861 Otsego 30902 Thos. Gannon & Sons 75 Cedarhurst Avenue Medford, NY 11763 Suffolk A Vestal Asphalt 7630 Route 20 Sangerfield, NY 13455 Oneida 30204 Vestal Asphalt 201 Stage Road Vestal, NY 13850 Broome 30903

GROUP 31506 LIQUID BITUMINOUS MATERIALS AWARD PAGE 7 LOCATION BY CITY City, State, Zip Code Contractor Address County Plant # Albany, NY 12202 Gorman Bros. 200 Church Street Albany 30103 Amsterdam, NY 12010 Gorman Bros. 446 Route 161 Montgomery 30203 Belmont, NY 14813 Suit-Kote 5678 Tuckers Corners Road Allegany 30602 Buffalo, NY 14227 Suit-Kote 505 Como Park Boulevard Erie 30503 Chester, NY 10918 New York Bituminous 1297 Craigville Road Orange 30803 Clinton, NY 13323 Gorman Bros. 20 Robinson Road Oneida 30201 Cortland, NY 13045 Suit-Kote 1911 Lorings Crossing Road Cortland 30301 Jamestown, NY 14701 Suit-Kote 57 Lister Street Chautauqua 30501 Medford, NY 11763 Thos. Gannon & Sons 75 Cedarhurst Avenue Suffolk A New Hartford, NY 13413 Suit-Kote 41 Clinton Road Oneida 30202 Rochester, NY 14610 Suit-Kote 2 Rockwood Street Monroe 30401 Sangerfield, NY 13455 Vestal Asphalt 7630 Route 20 Oneida 30204 Vestal, NY 13850 Vestal Asphalt 201 Stage Road Broome 30903 W. Oneonta, NY 13861 Suit-Kote Country Club Road Otsego 30902 Watertown, NY 13601 Suit-Kote 21811 Lane Road Jefferson 30703 Watkins Glen, NY 14891 Suit-Kote 20 Fairgrounds Lane Schuyler 30603

GROUP 31506 LIQUID BITUMINOUS MATERIALS AWARD PAGE 8 LOCATION BY COUNTY County Contractor Address City, State, Zip Code Plant # Albany Gorman Bros. 200 Church Street Albany, NY 12202 30103 Allegany Suit-Kote 5678 Tuckers Corners Road Belmont, NY 14813 30602 Broome Vestal Asphalt 201 Stage Road Vestal, NY 13850 30903 Chautauqua Suit-Kote 57 Lister Street Jamestown, NY 14701 30501 Cortland Suit-Kote 1911 Lorings Crossing Road Cortland, NY 13045 30301 Erie Suit-Kote 505 Como Park Boulevard Buffalo, NY 14227 30503 Jefferson Suit-Kote 21811 Lane Road Watertown, NY 13601 30703 Monroe Suit-Kote 2 Rockwood Street Rochester, NY 14610 30401 Montgomery Gorman Bros. 446 Route 161 Amsterdam, NY 12010 30203 Oneida Gorman Bros. 20 Robinson Road Clinton, NY 13323 30201 Oneida Suit-Kote 41 Clinton Road New Hartford, NY 13413 30202 Oneida Vestal Asphalt 7630 Route 20 Sangerfield, NY 13455 30204 Orange New York Bituminous 1297 Craigville Road Chester, NY 10918 30803 Otsego Suit-Kote Country Club Road W. Oneonta, NY 13861 30902 Schuyler Suit-Kote 20 Fairgrounds Lane Watkins Glen, NY 14891 30603 Suffolk Thos. Gannon & Sons 75 Cedarhurst Avenue Medford, NY 11763 A

GROUP 31506 LIQUID BITUMINOUS MATERIALS AWARD PAGE 9 Contractor Plant # PRICE PER METRIC TON TO FURNISH MATERIAL, HAUL, DELIVER AND APPLY WITH CONTRACTOR'S EQUIPMENT 18410.2011M QUICK SET SLURRY SEAL - TYPE II 0-16 0-45 KILOMETERS / METRIC TONS PER DAY 0-16 46-91 0-16 92-272 0-16 273-454 Gorman Bros. - Albany 30103 242.420 198.380 159.140 150.970 144.430 Gorman Bros. - Amsterdam 30203 242.420 198.380 159.140 150.970 144.430 Gorman Bros. - Clinton 30201 236.970 192.930 153.690 153.690 138.980 New York Bituminous 30803 270.250 221.900 174.550 165.500 155.850 Suit-Kote - Belmont 30602 243.455 198.772 161.437 149.088 138.209 Suit-Kote - Buffalo 30503 243.455 198.772 161.437 149.088 138.209 Suit-Kote - Cortland 30301 243.455 198.772 161.437 149.088 138.209 Suit-Kote - Jamestown 30501 243.455 198.772 161.437 149.088 138.209 Suit-Kote - New Hartford 30202 243.455 198.772 161.437 149.088 138.209 Suit-Kote - Rochester 30401 243.455 198.772 161.437 149.088 138.209 Suit-Kote - W. Oneonta 30902 243.455 198.772 161.437 149.088 138.209 Suit-Kote - Watertown 30703 243.455 198.772 161.437 149.088 138.209 Suit-Kote - Watkins Glen 30603 243.455 198.772 161.437 149.088 138.209 Thos. Gannon & Sons A 215.000 175.000 140.000 129.000 124.000 Vestal Asphalt - Sangerfield 30204 224.540 182.990 150.780 143.270 135.540 Vestal Asphalt - Vestal 30903 224.450 182.970 150.580 143.220 135.490 0-16 455+ AP - NB - Award Pending No Bid

GROUP 31506 LIQUID BITUMINOUS MATERIALS AWARD PAGE 10 Contractor Plant # PRICE PER METRIC TON TO FURNISH MATERIAL, HAUL, DELIVER AND APPLY WITH CONTRACTOR'S EQUIPMENT 18410.2011M QUICK SET SLURRY SEAL - TYPE II 17-40 0-45 KILOMETERS / METRIC TONS PER DAY 17-40 46-91 17-40 92-272 17-40 273-454 Gorman Bros. - Albany 30103 244.710 202.200 164.050 155.870 149.880 Gorman Bros. - Amsterdam 30203 244.710 202.200 164.050 155.870 149.880 Gorman Bros. - Clinton 30201 239.260 196.750 158.600 158.600 145.520 New York Bituminous 30803 272.250 224.150 177.900 168.550 159.150 Suit-Kote - Belmont 30602 241.985 201.711 164.077 152.028 141.149 Suit-Kote - Buffalo 30503 241.985 201.711 164.077 152.028 141.149 Suit-Kote - Cortland 30301 241.985 201.711 164.077 152.028 141.149 Suit-Kote - Jamestown 30501 241.985 201.711 164.077 152.028 141.149 Suit-Kote - New Hartford 30202 241.985 201.711 164.077 152.028 141.149 Suit-Kote - Rochester 30401 241.985 201.711 164.077 152.028 141.149 Suit-Kote - W. Oneonta 30902 241.985 201.711 164.077 152.028 141.149 Suit-Kote - Watertown 30703 241.985 201.711 164.077 152.028 141.149 Suit-Kote - Watkins Glen 30603 241.985 201.711 164.077 152.028 141.149 Thos. Gannon & Sons A 215.000 175.000 140.000 129.000 124.000 Vestal Asphalt - Sangerfield 30204 225.880 184.640 152.290 144.940 138.190 Vestal Asphalt - Vestal 30903 225.780 184.590 152.250 144.880 138.120 17-40 455+ AP - NB - Award Pending No Bid

GROUP 31506 LIQUID BITUMINOUS MATERIALS AWARD PAGE 11 Contractor Plant # PRICE PER METRIC TON TO FURNISH MATERIAL, HAUL, DELIVER AND APPLY WITH CONTRACTOR'S EQUIPMENT 18410.2011M QUICK SET SLURRY SEAL - TYPE II 41-80 0-45 KILOMETERS / METRIC TONS PER DAY 41-80 46-91 41-80 92-272 41-80 273-454 Gorman Bros. - Albany 30103 247.980 205.470 167.320 155.870 149.880 Gorman Bros. - Amsterdam 30203 247.980 205.470 167.320 155.870 149.880 Gorman Bros. - Clinton 30201 242.530 200.020 161.870 161.870 148.790 New York Bituminous 30803 276.000 227.850 181.200 170.950 162.450 Suit-Kote - Belmont 30602 248.484 206.120 165.846 153.225 142.619 Suit-Kote - Buffalo 30503 248.484 206.120 165.846 153.225 142.619 Suit-Kote - Cortland 30301 248.484 206.120 165.846 153.225 142.619 Suit-Kote - Jamestown 30501 248.484 206.120 165.846 153.225 142.619 Suit-Kote - New Hartford 30202 248.484 206.120 165.846 153.225 142.619 Suit-Kote - Rochester 30401 248.484 206.120 165.846 153.225 142.619 Suit-Kote - W. Oneonta 30902 248.484 206.120 165.846 153.225 142.619 Suit-Kote - Watertown 30703 248.484 206.120 165.846 153.225 142.619 Suit-Kote - Watkins Glen 30603 248.484 206.120 165.846 153.225 142.619 Thos. Gannon & Sons A 230.000 180.000 145.000 135.000 127.000 Vestal Asphalt - Sangerfield 30204 228.490 190.290 154.110 146.220 139.330 Vestal Asphalt - Vestal 30903 228.470 190.240 153.990 146.170 139.270 41-80 455+ AP - NB - Award Pending No Bid

GROUP 31506 LIQUID BITUMINOUS MATERIALS AWARD PAGE 12 Contractor Plant # PRICE PER METRIC TON TO FURNISH MATERIAL, HAUL, DELIVER AND APPLY WITH CONTRACTOR'S EQUIPMENT 18410.2011M QUICK SET SLURRY SEAL - TYPE II 81+ 0-45 KILOMETERS / METRIC TONS PER DAY 81+ 46-91 81+ 92-272 81+ 273-454 Gorman Bros. - Albany 30103 251.250 208.740 169.500 160.230 155.330 Gorman Bros. - Amsterdam 30203 251.250 208.740 169.500 160.230 155.330 Gorman Bros. - Clinton 30201 245.800 203.290 164.050 164.050 149.880 New York Bituminous 30803 280.000 231.500 184.500 175.750 164.250 Suit-Kote - Belmont 30602 249.334 209.060 167.316 157.907 140.414 Suit-Kote - Buffalo 30503 249.334 209.060 167.316 157.907 140.414 Suit-Kote - Cortland 30301 249.334 209.060 167.316 157.907 140.414 Suit-Kote - Jamestown 30501 249.334 209.060 167.316 157.907 140.414 Suit-Kote - New Hartford 30202 249.334 209.060 167.316 157.907 140.414 Suit-Kote - Rochester 30401 249.334 209.060 167.316 157.907 140.414 Suit-Kote - W. Oneonta 30902 249.334 209.060 167.316 157.907 140.414 Suit-Kote - Watertown 30703 249.334 209.060 167.316 157.907 140.414 Suit-Kote - Watkins Glen 30603 249.334 209.060 167.316 157.907 140.414 Thos. Gannon & Sons A 230.000 180.000 145.000 135.000 127.000 Vestal Asphalt - Sangerfield 30204 230.370 191.540 155.230 147.550 140.940 Vestal Asphalt - Vestal 30903 230.340 191.450 155.170 147.490 140.880 81+ 455+ AP - NB - Award Pending No Bid

GROUP 31506 LIQUID BITUMINOUS MATERIALS AWARD PAGE 13 Contractor Plant # PRICE PER METRIC TON TO FURNISH MATERIAL, HAUL, DELIVER AND APPLY WITH CONTRACTOR'S EQUIPMENT 18410.2012M QUICK SET SLURRY SEAL - TYPE III 0-16 0-45 KILOMETERS / METRIC TONS PER DAY 0-16 46-91 0-16 92-272 0-16 273-454 Gorman Bros. - Albany 30103 192.390 170.040 143.990 135.710 120.990 Gorman Bros. - Amsterdam 30203 192.390 170.040 143.990 135.710 120.990 Gorman Bros. - Clinton 30201 186.940 164.590 138.540 130.260 117.720 New York Bituminous 30803 215.500 185.000 151.650 145.200 132.500 Suit-Kote - Belmont 30602 197.952 174.056 141.760 130.461 117.588 Suit-Kote - Buffalo 30503 197.952 174.056 141.760 130.461 117.588 Suit-Kote - Cortland 30301 197.952 174.056 141.760 130.461 117.588 Suit-Kote - Jamestown 30501 197.952 174.056 141.760 130.461 117.588 Suit-Kote - New Hartford 30202 197.952 174.056 141.760 130.461 117.588 Suit-Kote - Rochester 30401 197.952 174.056 141.760 130.461 117.588 Suit-Kote - W. Oneonta 30902 197.952 174.056 141.760 130.461 117.588 Suit-Kote - Watertown 30703 197.952 174.056 141.760 130.461 117.588 Suit-Kote - Watkins Glen 30603 197.952 174.056 141.760 130.461 117.588 Thos. Gannon & Sons A 180.000 153.000 127.000 125.000 112.000 Vestal Asphalt - Sangerfield 30204 178.990 158.290 130.920 124.450 115.630 Vestal Asphalt - Vestal 30903 178.950 158.240 130.870 124.420 115.590 0-16 455+ AP - NB - Award Pending No Bid

GROUP 31506 LIQUID BITUMINOUS MATERIALS AWARD PAGE 14 Contractor Plant # PRICE PER METRIC TON TO FURNISH MATERIAL, HAUL, DELIVER AND APPLY WITH CONTRACTOR'S EQUIPMENT 18410.2012M QUICK SET SLURRY SEAL - TYPE III 17-40 0-45 KILOMETERS / METRIC TONS PER DAY 17-40 46-91 17-40 92-272 17-40 273-454 Gorman Bros. - Albany 30103 194.570 172.220 147.700 136.800 126.990 Gorman Bros. - Amsterdam 30203 194.570 172.220 147.700 136.800 126.990 Gorman Bros. - Clinton 30201 189.120 166.770 142.250 131.350 121.540 New York Bituminous 30803 217.500 186.900 154.500 146.700 135.650 Suit-Kote - Belmont 30602 199.002 175.105 142.810 131.511 118.113 Suit-Kote - Buffalo 30503 199.002 175.105 142.810 131.511 118.113 Suit-Kote - Cortland 30301 199.002 175.105 142.810 131.511 118.113 Suit-Kote - Jamestown 30501 199.002 175.105 142.810 131.511 118.113 Suit-Kote - New Hartford 30202 199.002 175.105 142.810 131.511 118.113 Suit-Kote - Rochester 30401 199.002 175.105 142.810 131.511 118.113 Suit-Kote - W. Oneonta 30902 199.002 175.105 142.810 131.511 118.113 Suit-Kote - Watertown 30703 199.002 175.105 142.810 131.511 118.113 Suit-Kote - Watkins Glen 30603 199.002 175.105 142.810 131.511 118.113 Thos. Gannon & Sons A 180.000 153.000 127.000 125.000 112.000 Vestal Asphalt - Sangerfield 30204 179.870 160.380 132.270 125.930 116.220 Vestal Asphalt - Vestal 30903 179.840 160.330 132.340 125.890 116.170 17-40 455+ AP - NB - Award Pending No Bid

GROUP 31506 LIQUID BITUMINOUS MATERIALS AWARD PAGE 15 Z PRICE PER METRIC TON TO FURNISH MATERIAL, HAUL, DELIVER AND APPLY WITH CONTRACTOR'S EQUIPMENT Contractor Plant # 18410.2012M QUICK SET SLURRY SEAL - TYPE III 41-80 0-45 KILOMETERS / METRIC TONS PER DAY 41-80 46-91 41-80 92-272 41-80 273-454 Gorman Bros. - Albany 30103 198.380 177.130 152.060 141.160 130.260 Gorman Bros. - Amsterdam 30203 198.380 177.130 152.060 141.160 130.260 Gorman Bros. - Clinton 30201 192.930 171.680 146.610 135.710 124.810 New York Bituminous 30803 220.750 190.200 156.150 148.600 137.100 Suit-Kote - Belmont 30602 201.102 176.155 143.860 135.850 119.162 Suit-Kote - Buffalo 30503 201.102 176.155 143.860 135.850 119.162 Suit-Kote - Cortland 30301 201.102 176.155 143.860 135.850 119.162 Suit-Kote - Jamestown 30501 201.102 176.155 143.860 135.850 119.162 Suit-Kote - New Hartford 30202 201.102 176.155 143.860 135.850 119.162 Suit-Kote - Rochester 30401 201.102 176.155 143.860 135.850 119.162 Suit-Kote - W. Oneonta 30902 201.102 176.155 143.860 135.850 119.162 Suit-Kote - Watertown 30703 201.102 176.155 143.860 135.850 119.162 Suit-Kote - Watkins Glen 30603 201.102 176.155 143.860 135.850 119.162 Thos. Gannon & Sons A 180.000 153.000 127.000 125.000 112.000 Vestal Asphalt - Sangerfield 30204 182.690 162.330 133.980 127.770 117.340 Vestal Asphalt - Vestal 30903 182.660 162.270 133.950 127.730 117.280 41-80 455+ AP - NB - Award Pending No Bid

GROUP 31506 LIQUID BITUMINOUS MATERIALS AWARD PAGE 16 Contractor Plant # PRICE PER METRIC TON TO FURNISH MATERIAL, HAUL, DELIVER AND APPLY WITH CONTRACTOR'S EQUIPMENT 18410.2012M QUICK SET SLURRY SEAL - TYPE III 81+ 0-45 KILOMETERS / METRIC TONS PER DAY 81+ 46-91 81+ 92-272 81+ 273-454 Gorman Bros. - Albany 30103 203.290 182.580 153.150 141.160 129.170 Gorman Bros. - Amsterdam 30203 203.290 182.580 153.150 141.160 129.170 Gorman Bros. - Clinton 30201 197.840 177.170 147.700 135.710 123.720 New York Bituminous 30803 224.000 194.500 157.600 150.000 138.500 Suit-Kote - Belmont 30602 202.152 177.205 144.910 133.611 120.212 Suit-Kote - Buffalo 30503 202.152 177.205 144.910 133.611 120.212 Suit-Kote - Cortland 30301 202.152 177.205 144.910 133.611 120.212 Suit-Kote - Jamestown 30501 202.152 177.205 144.910 133.611 120.212 Suit-Kote - New Hartford 30202 202.152 177.205 144.910 133.611 120.212 Suit-Kote - Rochester 30401 202.152 177.205 144.910 133.611 120.212 Suit-Kote - W. Oneonta 30902 202.152 177.205 144.910 133.611 120.212 Suit-Kote - Watertown 30703 202.152 177.205 144.910 133.611 120.212 Suit-Kote - Watkins Glen 30603 202.152 177.205 144.910 133.611 120.212 Thos. Gannon & Sons A 185.000 165.000 135.000 130.000 117.000 Vestal Asphalt - Sangerfield 30204 183.980 164.240 134.930 129.460 118.590 Vestal Asphalt - Vestal 30903 185.930 163.180 134.880 129.420 118.550 81+ 455+ AP - NB - Award Pending No Bid

GROUP 31506 LIQUID BITUMINOUS MATERIALS AWARD PAGE 17 PRICE PER METRIC TON FOB STORAGE FACILITY 18410.2011M 18410.2012M Contractor Plant # TYPE II TYPE III Gorman Bros. - Albany 30103 108.455 99.735 Gorman Bros. - Amsterdam 30203 108.455 99.735 Gorman Bros. - Clinton 30201 103.010 94.290 New York Bituminous 30803 117.000 115.000 Suit-Kote - Belmont 30602 108.690 107.280 Suit-Kote - Buffalo 30503 108.690 107.280 Suit-Kote - Cortland 30301 108.690 107.280 Suit-Kote - Jamestown 30501 108.690 107.280 Suit-Kote - New Hartford 30202 108.690 107.280 Suit-Kote - Rochester 30401 108.690 107.280 Suit-Kote - W. Oneonta 30902 108.690 107.280 Suit-Kote - Watertown 30703 108.690 107.280 Suit-Kote - Watkins Glen 30603 108.690 107.280 Thos. Gannon & Sons A 98.000 98.000 Vestal Asphalt - Sangerfield 30204 105.490 102.270 Vestal Asphalt - Vestal 30903 104.350 101.790 AP - NB - Award Pending No Bid

GROUP 31506 LIQUID BITUMINOUS MATERIALS AWARD PAGE 18 PRICE ADDITIONAL PER METRIC TON FOR QUICK SET SLURRY SEAL WITHIN THE FIVE BOROUGHS OF NEW YORK CITY Contractor Plant # ADDED PRICE - NYC PER METRIC TON Gorman Bros. - Albany 30103 45.780 Gorman Bros. - Amsterdam 30203 45.780 Gorman Bros. - Clinton 30201 45.780 New York Bituminous 30803 43.000 Suit-Kote - Belmont 30602 NB Suit-Kote - Buffalo 30503 NB Suit-Kote - Cortland 30301 NB Suit-Kote - Jamestown 30501 NB Suit-Kote - New Hartford 30202 NB Suit-Kote - Rochester 30401 NB Suit-Kote - W. Oneonta 30902 NB Suit-Kote - Watertown 30703 NB Suit-Kote - Watkins Glen 30603 NB Thos. Gannon & Sons A 37.000 Vestal Asphalt - Sangerfield 30204 48.000 Vestal Asphalt - Vestal 30903 47.000 AP - NB - Award Pending No Bid

GROUP 31506 LIQUID BITUMINOUS MATERIALS AWARD PAGE 19 PRICE ADDITIONAL PER METRIC TON FOR MAINTENANCE & PROTECTION OF TRAFFIC BY CONTRACTOR ALL MATERIALS, TWO-WAY ROADWAYS METRIC TONS PER DAY Contractor Plant # 0-45 46-91 92-272 273-454 455+ Gorman Bros. - Albany 30103 15.440 13.230 9.920 9.400 8.300 Gorman Bros. - Amsterdam 30203 15.440 13.230 9.920 9.400 8.300 Gorman Bros. - Clinton 30201 15.440 13.230 9.920 9.400 8.300 New York Bituminous 30803 17.500 14.500 10.000 9.000 8.250 Suit-Kote - Belmont 30602 15.680 13.400 10.050 9.450 8.600 Suit-Kote - Buffalo 30503 15.680 13.400 10.050 9.450 8.600 Suit-Kote - Cortland 30301 15.680 13.400 10.050 9.450 8.600 Suit-Kote - Jamestown 30501 15.680 13.400 10.050 9.450 8.600 Suit-Kote - New Hartford 30202 15.680 13.400 10.050 9.450 8.600 Suit-Kote - Rochester 30401 15.680 13.400 10.050 9.450 8.600 Suit-Kote - W. Oneonta 30902 15.680 13.400 10.050 9.450 8.600 Suit-Kote - Watertown 30703 15.680 13.400 10.050 9.450 8.600 Suit-Kote - Watkins Glen 30603 15.680 13.400 10.050 9.450 8.600 Thos. Gannon & Sons A 15.000 13.000 9.000 8.500 8.500 Vestal Asphalt - Sangerfield 30204 14.950 12.750 9.890 9.050 8.220 Vestal Asphalt - Vestal 30903 14.940 12.720 9.880 8.970 8.140 AP - NB - Award Pending No Bid

GROUP 31506 LIQUID BITUMINOUS MATERIALS AWARD PAGE 20 PRICE ADDITIONAL PER METRIC TON FOR MAINTENANCE & PROTECTION OF TRAFFIC BY CONTRACTOR ALL MATERIALS, ONE-WAY ROADWAYS METRIC TONS PER DAY Contractor Plant # 0-45 46-91 92-272 273-454 455+ Gorman Bros. - Albany 30103 14.020 11.810 9.500 8.660 8.190 Gorman Bros. - Amsterdam 30203 14.020 11.810 9.500 8.660 8.190 Gorman Bros. - Clinton 30201 14.020 11.810 9.500 8.660 8.190 New York Bituminous 30803 16.000 13.000 9.500 8.500 8.000 Suit-Kote - Belmont 30602 14.750 12.500 9.550 8.900 8.300 Suit-Kote - Buffalo 30503 14.750 12.500 9.550 8.900 8.300 Suit-Kote - Cortland 30301 14.750 12.500 9.550 8.900 8.300 Suit-Kote - Jamestown 30501 14.750 12.500 9.550 8.900 8.300 Suit-Kote - New Hartford 30202 14.750 12.500 9.550 8.900 8.300 Suit-Kote - Rochester 30401 14.750 12.500 9.550 8.900 8.300 Suit-Kote - W. Oneonta 30902 14.750 12.500 9.550 8.900 8.300 Suit-Kote - Watertown 30703 14.750 12.500 9.550 8.900 8.300 Suit-Kote - Watkins Glen 30603 14.750 12.500 9.550 8.900 8.300 Thos. Gannon & Sons A 14.000 12.000 8.500 8.500 8.000 Vestal Asphalt - Sangerfield 30204 14.190 11.660 8.820 8.440 8.050 Vestal Asphalt - Vestal 30903 14.140 11.630 8.770 8.420 7.970 AP - NB - I Award Pending No Bid

GROUP 31506 LIQUID BITUMINOUS MATERIALS AWARD PAGE 21 PRICE ADDITIONAL PER METRIC TON FOR MAINTENANCE AND PROTECTION OF TRAFFIC BY CONTRACTOR WITHIN THE FIVE BOROUGHS OF NEW YORK CITY AND NASSAU, SUFFOLK, ROCKLAND AND WESTCHESTER COUNTIES ALL MATERIALS, TWO-WAY ROADWAYS METRIC TONS PER DAY Contractor Plant # 0-45 46-91 92-272 273-454 455+ Gorman Bros. - Albany 30103 38.850 35.700 30.450 25.200 25.200 Gorman Bros. - Amsterdam 30203 38.850 35.700 30.450 25.200 25.200 Gorman Bros. - Clinton 30201 38.850 35.700 30.450 25.200 25.200 New York Bituminous 30803 40.000 37.000 31.000 27.000 25.000 Suit-Kote - Belmont 30602 NB NB NB NB NB Suit-Kote - Buffalo 30503 NB NB NB NB NB Suit-Kote - Cortland 30301 NB NB NB NB NB Suit-Kote - Jamestown 30501 NB NB NB NB NB Suit-Kote - New Hartford 30202 NB NB NB NB NB Suit-Kote - Rochester 30401 NB NB NB NB NB Suit-Kote - W. Oneonta 30902 NB NB NB NB NB Suit-Kote - Watertown 30703 NB NB NB NB NB Suit-Kote - Watkins Glen 30603 NB NB NB NB NB Thos. Gannon & Sons A 35.000 35.000 27.000 22.000 22.000 Vestal Asphalt - Sangerfield 30204 42.000 40.000 34.000 29.000 26.000 Vestal Asphalt - Vestal 30903 40.000 38.000 33.000 28.000 25.000 AP - NB - Award Pending No Bid

GROUP 31506 LIQUID BITUMINOUS MATERIALS AWARD PAGE 22 PRICE ADDITIONAL PER METRIC TON FOR MAINTENANCE AND PROTECTION OF TRAFFIC BY CONTRACTOR WITHIN THE FIVE BOROUGHS OF NEW YORK CITY AND NASSAU, SUFFOLK, ROCKLAND AND WESTCHESTER COUNTIES ALL MATERIALS, ONE-WAY ROADWAYS METRIC TONS PER DAY Contractor Plant # 0-45 46-91 92-272 273-454 455+ Gorman Bros. - Albany 30103 38.850 35.700 30.450 25.200 25.200 Gorman Bros. - Amsterdam 30203 38.850 35.700 30.450 25.200 25.200 Gorman Bros. - Clinton 30201 38.850 35.700 30.450 25.200 25.200 New York Bituminous 30803 40.000 37.000 30.000 26.000 24.000 Suit-Kote - Belmont 30602 NB NB NB NB NB Suit-Kote - Buffalo 30503 NB NB NB NB NB Suit-Kote - Cortland 30301 NB NB NB NB NB Suit-Kote - Jamestown 30501 NB NB NB NB NB Suit-Kote - New Hartford 30202 NB NB NB NB NB Suit-Kote - Rochester 30401 NB NB NB NB NB Suit-Kote - W. Oneonta 30902 NB NB NB NB NB Suit-Kote - Watertown 30703 NB NB NB NB NB Suit-Kote - Watkins Glen 30603 NB NB NB NB NB Thos. Gannon & Sons A 35.000 35.000 27.000 20.000 20.000 Vestal Asphalt - Sangerfield 30204 40.000 38.000 33.000 28.000 25.000 Vestal Asphalt - Vestal 30903 39.000 37.000 32.000 27.000 24.000 AP - NB - Award Pending No Bid I

GROUP 31506 LIQUID BITUMINOUS MATERIALS AWARD PAGE 23 PRICE ADDITIONAL PER DAY FOR WORK ON WEEKENDS Contractor Plant # SATURDAY SUNDAY Gorman Bros. - Albany 30103 1,720.000 3,200.000 Gorman Bros. - Amsterdam 30203 1,720.000 3,200.000 Gorman Bros. - Clinton 30201 1,720.000 3,200.000 New York Bituminous 30803 1,625.000 3,100.000 Suit-Kote - Belmont 30602 1,650.000 3,300.000 Suit-Kote - Buffalo 30503 1,650.000 3,300.000 Suit-Kote - Cortland 30301 1,650.000 3,300.000 Suit-Kote - Jamestown 30501 1,650.000 3,300.000 Suit-Kote - New Hartford 30202 1,650.000 3,300.000 Suit-Kote - Rochester 30401 1,650.000 3,300.000 Suit-Kote - W. Oneonta 30902 1,650.000 3,300.000 Suit-Kote - Watertown 30703 1,650.000 3,300.000 Suit-Kote - Watkins Glen 30603 1,650.000 3,300.000 Thos. Gannon & Sons A 1,450.000 2,850.000 Vestal Asphalt - Sangerfield 30204 1,550.000 2,999.000 Vestal Asphalt - Vestal 30903 1,549.000 2,995.000 AP - NB - Award Pending No Bid

GROUP 31506 LIQUID BITUMINOUS MATERIALS AWARD PAGE 24 Contractor Plant # PRICE ADDITIONAL PER DAY PER ADDITIONAL FLAGGER PER PILOT VEHICLE WITH DRIVER Gorman Bros. - Albany 30103 515.000 630.000 Gorman Bros. - Amsterdam 30203 515.000 630.000 Gorman Bros. - Clinton 30201 515.000 630.000 New York Bituminous 30803 500.000 575.000 Suit-Kote - Belmont 30602 540.000 575.000 Suit-Kote - Buffalo 30503 540.000 575.000 Suit-Kote - Cortland 30301 540.000 575.000 Suit-Kote - Jamestown 30501 540.000 575.000 Suit-Kote - New Hartford 30202 540.000 575.000 Suit-Kote - Rochester 30401 540.000 575.000 Suit-Kote - W. Oneonta 30902 540.000 575.000 Suit-Kote - Watertown 30703 540.000 575.000 Suit-Kote - Watkins Glen 30603 540.000 575.000 Thos. Gannon & Sons A 475.000 475.000 Vestal Asphalt - Sangerfield 30204 499.350 515.000 Vestal Asphalt - Vestal 30903 498.850 515.000 AP - NB - Award Pending No Bid

GROUP 31506 LIQUID BITUMINOUS MATERIALS AWARD PAGE 25 PRICE ADDITIONAL PER LINEAR METER FOR ABRADING EXISTING PAVEMENT MARKINGS WITH MAINTENANCE AND PROTECTION OF TRAFFIC BY: Contractor Plant # OWNER AGENCY VENDOR Gorman Bros. - Albany 30103 1.370 1.890 Gorman Bros. - Amsterdam 30203 1.370 1.890 Gorman Bros. - Clinton 30201 1.370 1.890 New York Bituminous 30803 1.340 1.860 Suit-Kote - Belmont 30602 1.360 1.850 Suit-Kote - Buffalo 30503 1.360 1.850 Suit-Kote - Cortland 30301 1.360 1.850 Suit-Kote - Jamestown 30501 1.360 1.850 Suit-Kote - New Hartford 30202 1.360 1.850 Suit-Kote - Rochester 30401 1.360 1.850 Suit-Kote - W. Oneonta 30902 1.360 1.850 Suit-Kote - Watertown 30703 1.360 1.850 Suit-Kote - Watkins Glen 30603 1.360 1.850 Thos. Gannon & Sons A 1.550 1.900 Vestal Asphalt - Sangerfield 30204 1.350 1.810 Vestal Asphalt - Vestal 30903 1.340 1.790 AP - NB - Award Pending No Bid

GROUP 31506 LIQUID BITUMINOUS MATERIALS AWARD PAGE 26 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 this 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. REQUEST FOR CHANGE: Any request by the agency or contractor regarding changes in any part of the contract must be made in writing to the Office of General Services, Procurement Services Group, prior to effectuation. CONTRACT PAYMENTS: Payments cannot be processed by State facilities until the contract products have been delivered in satisfactory condition or services have been satisfactorily performed. Payment will be based on any invoice used in the supplier's normal course of business. However, such invoice must contain sufficient data including but not limited to contract number, description of product or service, quantity, unit and price per unit as well as federal identification number. State facilities are required to forward properly completed vouchers to the Office of the State Comptroller for audit and payment. All facilities are urged to process every completed voucher expeditiously giving particular attention to those involving cash discounts for prompt payment. If the contract terms indicate political subdivisions and others authorized by law are allowed to participate, those entities are required to make payments directly to the contractor. Prior to processing such payment, the contractor may be required to complete the ordering non-state agency's own voucher form. See "Contract Billings" in Appendix B, OGS General Specifications. ELECTRONIC PAYMENTS: The Office of the State Comptroller (OSC) offers an "electronic payment" option in lieu of issuing checks. To obtain an electronic payment authorization form visit the OSC website at www.osc.state.ny.us or contact them by e-mail at epunit@osc.state.ny.us 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). Click on "For Government - Contracts and Purchasing," then "Seller Information," then "Dispute Resolution Procedures for Vendors."

GROUP 31506 LIQUID BITUMINOUS MATERIALS AWARD PAGE 27 PAYMENT: Payment for Quick Set Slurry Seal Types II and III shall be made at the contract price per metric ton for the actual total number of metric tons of aggregate, mineral filler, and asphalt emulsion verified by the receiving agency used in the accepted portion of the work. An invoice shall be sent promptly by the contractor to the resident engineer of the region or to the State Agency (or other entity authorized to purchase) placing the order. The price per unit arrived at (mutually estimated) by the contractor and the using agency on the Price Calculation Worksheet or the price per unit resultant from the actual average daily production, whichever is less, shall be the price per unit paid to the contractor. No additional payment shall be due to the contractor for production rates that are not equal to the rate upon which the Price Calculation Worksheet price was based. Payment for quick set slurry seal placed in the five boroughs of New York City will be made based on the actual number of metric tons of completed Quick Set Slurry Seal placed in the five boroughs of New York City. This payment is an additional payment (on top of the basic payment per metric ton of quick set slurry seal) for quick set slurry seal placed in the five boroughs of New York City. Payment for optional maintenance and protection of traffic (if required) will be made based on the number of metric tons of completed quick set slurry seal for the applicable type of highway and quantity range. Payment for optional maintenance and protection of traffic in the five boroughs of New York City and the counties of Nassau, Suffolk, Westchester and Rockland (if required) will be made based on the number of metric tons of completed quick set slurry seal for the applicable type of highway and quantity range. This payment is an additional payment (on top of the basic payment for maintenance and protection of traffic) for maintenance and protection of traffic in the five boroughs of New York City and the counties of Nassau, Westchester, Rockland, and Suffolk. Payment for work on Saturday and/or Sunday will be based on the actual number of days worked at the direction of the resident engineer or agency authorized individual. Payment for additional flaggers (if required) will be made based on the number of days (computed to the nearest quarter day) that additional flaggers are utilized as directed by the engineer or agency authorized individual. Payment for optional pilot vehicles with drivers will be made based on the number of days (computed to the nearest quarter day) that optional pilot vehicles with drivers are utilized as directed by the engineer or agency authorized individual. Payment for abrading the existing pavement markings by the vendor, with maintenance and protection of traffic by the owner (if required) will be made based on the number of linear meters at 100 mm wide of pavement markings actually abraded as directed by the engineer or agency authorized individual. Payment for abrading the existing pavement markings by the vendor, with maintenance and protection of traffic by the vendor (if required), will be made based on the number of linear meters at 100 mm wide of pavement markings actually abraded as directed by the engineer or agency authorized individual. No separate payment will be made for maintenance and protection of traffic when this item is used. NOTE: The price (kilometer and metric ton range) for a specific job will be calculated at the same rate. The rate will be determined by finding the one category which applies to the total kilometer and metric tons per job. For example, a job which is 17 kilometers from the plant will be calculated at the same rate per metric ton for each kilometer (from 17 to 40) which is indicated in the 17-40 kilometers line herein, rather than on a cumulative basis.

GROUP 31506 LIQUID BITUMINOUS MATERIALS AWARD PAGE 28 AWARD PENDING: Any contractor given an "Award Pending" for a material item may become eligible for award by reducing their price(s) to less than or equal to the revised average price increased by 20 (twenty) per cent. 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 30 days thereafter. A supplemental award(s) shall then be published to incorporate contractors whose material pricing is determined to be acceptable. Any contractor given an "Award Pending" for an "optional" item may become eligible for award by reducing its price(s) as previously mentioned. Acceptable revised pricing for "optional" items will not have time restrictions and will be handled by issuance of Purchasing Memoranda. OPTIONAL ITEMS ARE: Quick set slurry placed in the five boroughs of New York City Maintenance and protection of traffic by contractor Maintenance and protection of traffic by contractor within the five boroughs of NYC and Nassau, Suffolk, Rockland and Westchester Counties Work on Saturday and Sunday Additional flaggers Optional pilot vehicles with drivers Abrading (removal) of pavement markings by vendor, maintenance and protection of traffic by agency Abrading (removal) of pavement markings by vendor, maintenance and protection of traffic by vendor DELIVERY: 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. DEFAULT: Clause 45 of the General Specifications is modified as follows: Failure to furnish material within ten days after receiving order or as agreed upon with authorized representative or violation of shipping instructions, shall be cause for and entitle the State (1) to damages which in its judgment have resulted, or (2) to purchase in the open market at the expense of the contractor. At the discretion of the State, one or both of these courses of action may be followed. 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. Vendors may do so through the agency's use of the Quick Quote/Price Calculation worksheet.

GROUP 31506 LIQUID BITUMINOUS MATERIALS AWARD PAGE 29 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 blank Quick Quote form is provided 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 any 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. Since asphalt price adjustments will be charged/credited to all invoices (after the work is finished), asphalt price adjustments are not a factor to be considered when offering quick quote pricing. SUPERVISION: The using agency shall provide supervision for the quick set slurry seal. The resident engineer or agency authorized individual shall designate a quick set slurry seal supervisor and that person shall be in responsible charge of the operation. The following portions of Section 105 - CONTROL OF WORK of the Standard Specifications shall apply to these projects: 105-01 STOPPING WORK, 105-08 COOPERATION BY THE CONTRACTOR, 105-15 CONTRACTOR S RESPONSIBILITY FOR WORK. PRE-QUICK SET SLURRY SEAL CONFERENCE: The contractor shall schedule a pre-quick set slurry seal conference with the affected resident engineer or agency authorized individual after the acceptance of the contractor s quotation and at least one week prior to the start of the quick set slurry seal. Project level supervisors for both the owner agency and the vendor should be present at this conference. At this conference the contractor shall present their proposed quick set slurry seal schedule (including design curing time), procedure, and Maintenance and Protection of Traffic Plan (if applicable) to the State (or using agency) for approval along with a copy of their letter of approval for their proposed quick set slurry seal equipment. Prior to the start of quick set slurry seal, the contractor shall coordinate the details of the quick set slurry seal with the resident engineer or agency authorized individual. SATURDAY AND SUNDAY WORK: When requested to work on Saturday and/or Sunday by the resident engineer or agency authorized individual, the contractor shall be paid the price bid for Saturday and/or Sunday work, as appropriate. The price bid per day shall include the cost of all premium labor charges. The contractor shall only be due the extra payment when work on Saturday and/or Sunday is in the best interest of the State or the using agency. Work done by the contractor on Saturday and/or Sunday for their own convenience or to make up for rain outs shall not be due the extra payment for Saturday and/or Sunday work.

GROUP 31506 LIQUID BITUMINOUS MATERIALS AWARD PAGE 30 QUICK QUOTE/PRICE CALCULATION WORKSHEET LIQUID BITUMINOUS PRODUCTS Agency Date Project Name Number Project Location Quick-Set Slurry Seal Item Type Estimated Total Quantity: Metric Tons Maintenance & Protection of Traffic by Contractor Required YES NO Roadways One-way Two-way Abrade Pavement Markings YES NO MPT by Agency Lin. Meters MPT by Vendor Lin. Meters Work Required on Saturday YES NO Work Required on Sunday YES NO Additional Flaggers Required YES NO Number of Additional Flaggers Required Anticipated Project Initiation Date Agency Signature WORKSHEET MUST BE RETURNED BY Agency Name **NOTE: Agency representative must complete top of form. Vendor completes bottom of form. Agency is only required to consider those contractors whose distance from their plant location to the project location is a practical distance to assure the proper quality and production controls of the Bituminous Materials. Vendor Name Telephone Plant Location Plant Number Estimated Haul Distance Estimated Number of Days or Hours to Complete Project Quick Set Slurry Price (including haul, deliver & apply) Maintenance & Protection of Traffic Maintenance & Protection of Traffic Additional Cost for Downstate Counties Price Additional for Projects in New York City TOTAL COST Per Metric Ton $ Per Metric Ton $ Per Metric Ton $ Per Metric Ton $ Per Metric Ton $ Per Metric Ton Quick-Set Slurry $ Total Cost Per Metric Ton X Metric Tons = $ Work on Weekends Costs $ Per Saturday X Saturdays = $ Work on Weekends Costs $ Per Sunday X Sundays = $ Additional Flaggers $ Per Day X Flaggers = $ Pilot Vehicle w/driver $ Per Day X Pilot Vehicles = $ Abrade Markings $ Per Lin. Meter X Lin. Meters = $ TOTAL PROJECT COST $ Can Vendor Supply YES NO Can Vendor meet Schedule YES NO Vendor Signature Date Agency Comments* *This form must be sent to the contractors within the proximity of the project. *Explain under Agency Comments any rejection of lowest price. NOTE: Since price adjustments will be charged/credited to all invoices (after the work is finished), price adjustments are not a factor to be considered when offering pricing. Any reduction in prices must be based on the actual awarded price for each item in the contract.

GROUP 31506 LIQUID BITUMINOUS MATERIALS AWARD PAGE 31 CONTRACTOR S INSURANCE REQUIREMENTS AND/OR EQUIPMENT INSURANCE REQUIREMENTS: Contractor shall provide Certificates of Insurance evidencing that it has at the current time, the following insurance coverages, with limits not less than those described below, or as required by law, whichever is greater (limits may be provided through a combination of primary and umbrella/excess policies), naming the People of the State of New York, its officers, agents, and employees as additional insured's thereunder. Such Certificates shall be in the form and substance acceptable to OGS. In the block provided in the Certificate for insertion of Description of Operation, the Contractor shall reference Invitation for Bids #20194. All Contractors shall, upon receipt of a Non- State Agency Authorized Users' Purchase Order, provide a Certificate of Insurance evidence insurance coverage at that time, in the amounts and type set forth below, and shall provide a certificate of such insurance naming the non-state agency Authorized User as an additional insured. Such insurance shall in no event be construed for any purpose so as to make Contractor or the issuer of such policies liable for the negligence (joint, concurrent, independent or individual) acts, errors or omissions of the Authorized Users or its employees. Acceptance and/or approval by OGS does not and shall not be construed to relieve Contractor of any obligations, responsibilities or liabilities under the Contract. All 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 OGS; shall be primary and non-contributing to any insurance or self insurance maintained by OGS; shall be endorsed to provide written notice be given to OGS, 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 Office of General Services, Procurement Services Group, Joseph Hodder, 38 th Floor, GNARESP,Albany, NY and shall name The People of the State of New York, its officers, agents, and employees as additional insureds thereunder. 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 OGS. Such approval shall not be unreasonably withheld. The Contractor shall require that any subcontractors hired carry insurance with the same limits and provisions provided herein. Each insurance carrier must be rated at least A- Class VII in the most recently published Best s Insurance Report. If, during the term of the policy, a carrier s rating falls below A- Class VII, the insurance must be replaced no later than the renewal date of the policy with an insurer acceptable to the Department and rated at least A- Class VII in the most recently published Best s Insurance Report. The Contractor shall cause all insurance to be in full force and effect as of the commencement date of this 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, the Contractor shall supply OGS updated replacement Certificates of Insurance, and amendatory endorsements.

GROUP 31506 LIQUID BITUMINOUS MATERIALS AWARD PAGE 32 CONTRACTOR S INSURANCE REQUIREMENTS AND/OR EQUIPMENT INSURANCE REQUIREMENTS: (Cont d.) The Contractor, throughout the term of this Contract, or as otherwise required by this Contract, shall obtain and maintain in full force and effect, the following insurance with limits not less than those described below and as required by the terms of this Contract, or as required by law, whichever is greater (limits may be provided through a combination of primary and umbrella/excess policies): a) Commercial General Liability Insurance with a limit of not less than $5,000,000 each occurrence. Such liability shall be written on the ISO occurrence form CG 00 01, or a substitute form providing equivalent coverages and shall cover liability arising from premises operations, independent contractors, products-completed operations, broad form property damage, personal & advertising injury, cross liability coverage, liability assumed in a contract (including the tort liability of another assumed in a contract) and explosion, collapse & underground coverage. 1. If such insurance contains an aggregate limit, it shall apply separately on a per job basis. b) Workers Compensation, Employers Liability, and Disability Benefits as required by New York State. If employees will be working on, near or over navigable waters, US Longshore and Harbor Workers Compensation Act must be included. The Alternate Employer Endorsement WC 00 03 01A must be included on the policy naming the People of the State of New York as the alternate employer for only those contractors offering equipment with operators. c) Comprehensive Business Automobile Liability Insurance with a limit of not less than $2,000,000 each accident. Such insurance shall cover liability arising out of any automobile including owned, leased, hired and non-owned automobiles. d) Commercial Inland Marine Insurance providing for direct loss or damage to any owned, borrowed, leased or rented equipment. Waiver of Subrogation. Contractor shall cause to be included in each of its policies insuring against loss, damage or destruction by fire or other insured casualty a waiver of the insurer s right of subrogation against OGS, or, if such waiver is unobtainable (i) an express agreement that such policy shall not be invalidated if Contractor waives or has waived before the casualty, the right of recovery against OGS or (ii) any other form of permission for the release of OGS. CONTRACT PERIOD AND RENEWALS: It is the intention of the State to enter into a contract for the term as stated herein. If mutually agreed between the Procurement Services Group and the contractor, the contract may be renewed under the same terms and conditions for additional period(s) not to exceed a total contract term of five (5) years. 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.

GROUP 31506 LIQUID BITUMINOUS MATERIALS AWARD PAGE 33 SHORT TERM EXTENSION: In the event the replacement contract has not been issued, any contract let and awarded hereunder by the State, 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. DISPOSITION OF SETTLEMENTS: The Office of General Services has the right to determine the disposition of any rebates, settlements, restitution, liquidated damages, etc. which arise from the administration of this contract. REPORT OF CONTRACT PURCHASES: The contractor shall furnish reports of purchases made from Contract Award #19387 for the period of September 1, 2005 to December 31, 2005 and from Contract Award #20194 for the period of April 1, 2006 to August 31, 2006. A report template shall be provided by Procurement Services Group to the vendor in the following format: Brief Description Total Value ($) Purchased By All Political Subdivisions and Others Authorized by Law ($) All State Agencies ($) Total Value Purchased ($) A report is to be submitted by the contractor by September 15, 2006 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, Award Number, Contract Number, sales period and contractor's name. Additional related sales information, such as monthly reports, and/or detailed user purchases may be required and must be supplied upon request. Failure to submit the required report may be cause for disqualification of contractor for future contracts. STORAGE FACILITY: The bidder shall supply liquid bituminous material in the quantity and date specified on the order. The storage facility shall be approved by NYS DOT in the current calendar year before liquid bituminous material can be supplied. METHOD OF ORDERING: Orders for the purchase of material will be placed with the contractor whose source of supply offers the lowest ultimate cost (including hauling costs) to the State at the destination. DELIVERY TICKET: A delivery ticket shall be provided with each load of bituminous material and filler for joints stating the following: 1. Storage facility identification 2. Ticket Number 3. Date/time 4. Item Number and Type 5. Quantity ticket printed by machine 6. Quantity in 16 C liters for emulsions.

GROUP 31506 LIQUID BITUMINOUS MATERIALS AWARD PAGE 34 SAMPLING, TESTING, INSPECTING AND REPORTING: All liquid bituminous material intended for use on State agency and non-state agency projects shall be sampled, tested, inspected, certified and shipped in accordance with NYS DOT Materials Method N.Y. 8.1, 8.2 and 8.3 and addenda. The State reserves the right to inspect liquid bituminous material supply facilities and the equipment of any successful bidder at any time for conformance with the requirements listed herein; if deficiencies are found, such deficiencies shall be corrected within 10 days or the contractor will be considered in default. AGENCY NOTE: It is the responsibility of the agency to ascertain quantities shipped are accurate to the delivery ticket. Each vehicle should be checked for product upon arrival and prior to departure. DAMAGED OR DEFICIENT AREAS: Prior to acceptance and payment for the quick set slurry seal by the purchasing agency, any mixture that ravels, delaminates, streaks because of oversize stone, fails to properly cure, or is in anyway defective shall be redone to the satisfaction of the resident engineer at the contractor s expense. OPTIONAL MAINTENANCE AND PROTECTION OF TRAFFIC: The contractor shall submit per metric ton prices for maintenance and protection of traffic for the various options and quantity ranges as prescribed by this specification. When requesting price quotations from the contractors, the purchasing agency may at their option, include maintenance and protection of traffic by the contractor for the specific project anticipated. If optional maintenance and protection of traffic is included in the mix design request, the contractor shall be responsible for maintenance and protection of traffic. Traffic shall be maintained in accordance with Sections 619-1 through 619-3 of the Standard Specifications, the Manual of Uniform Traffic Control Devices (MUTCD) and as described herein. The contractor shall submit a Maintenance and Protection of Traffic Plan for approval to the resident engineer or agency authorized individual at the Pre-Quick Set Slurry Seal Conference. For two way roadways, Figure TASD-C6 may be used as a basis for development of a Maintenance and Protection of Traffic Plan. For freeways or expressways, Figures TASD-E2, TASD-E3, AND TASD-E4 may be used as a basis for development of a Maintenance and Protection of Traffic Plan. For one way low speed roadways, Figures TASD-C12,TASD-C13, TASD-C14, and TASD-C15 may be used as a basis for development of a Maintenance and Protection of Traffic Plan. All necessary flaggers for maintenance and protection of traffic shall be provided by the contractor. For two way roadways, a minimum of three flaggers shall be provided while the quick set slurry seal operation is underway. One shall be stationed at each end of the operation and one shall be stationed with the quick set slurry seal machine. For one way roadways, a minimum of two flaggers shall be provided while the quick set slurry seal operation is underway. One shall be stationed at the beginning of the operation and one shall be stationed with the quick set slurry seal machine. The contractor shall station flaggers such that communication is maintained between the flaggers. Hand signals, radios, or some other means of communication may be used subject to the approval of the resident engineer or agency authorized individual.

GROUP 31506 LIQUID BITUMINOUS MATERIALS AWARD PAGE 35

GROUP 31506 LIQUID BITUMINOUS MATERIALS AWARD PAGE 36

GROUP 31506 LIQUID BITUMINOUS MATERIALS AWARD PAGE 37

GROUP 31506 LIQUID BITUMINOUS MATERIALS AWARD PAGE 38

GROUP 31506 LIQUID BITUMINOUS MATERIALS AWARD PAGE 39

GROUP 31506 LIQUID BITUMINOUS MATERIALS AWARD PAGE 40

GROUP 31506 LIQUID BITUMINOUS MATERIALS AWARD PAGE 41

GROUP 31506 LIQUID BITUMINOUS MATERIALS AWARD PAGE 42