Highway Materials Group I

From: Monroe(County)
BP#0102-16

Basic Details

started - 28 Jan, 2021 (about 3 years ago)

Start Date

28 Jan, 2021 (about 3 years ago)
due -

Due Date

N/A
Contract

Type

Contract
BP#0102-16

Identifier

BP#0102-16
Monroe County

Customer / Agency

Monroe County
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

1 CONTRACT DATA SHEET Monroe County Division of Purchasing 200 County Office Building, Rochester NY 14614 TITLE: HIGHWAY MATERIALS – GROUP I CONTRACT #: 0102-16 CONTRACT DATES: BUYER: PHONE: FAX: VENDOR(S): 03/01/16 – 02/28/21 SEAN WILCOX 585-753-1136 585-753-1104 VARIOUS – PER ATTACHED LIST BP0102-16 HIGHWAY MATERIALS – GROUP I Contract# Vendor # Vendor Name Awarded 4700007306 115453 All County Construction Rental of Pavers, Rollers, Paver Operator, Screedman, Roller Operator, Heavy Laborer 4700007307 103328 Cardinal Landscape Inc. Hydroseeding; Tree & Shrub Various Options 4700007308 115536 Champion Asphalt Maintenance Crack Seal (PG64-22); Tack Coat (CSS-1h, HFMS-2) – Trailer unit: Hand Applications ONLY 4700007431 119731 D. Clark Distributors, LLC Tack Coat (HFMS-2); Tack coat Distributor Equipment Rental 4700007310 108929 Espana Enterprises LLC. Stone Curb Various Options (A –E) 4700007311 105307 Hanson Aggregates New York LLC Rental of Pavers, Rollers (10 Ton), Paver
Operator, Screedman, Roller Operator, Heavy Laborer 4700007312 107600 Highway Rehab. Corp. Hot In Place Asphalt Recycling 4700007329 107663 Hynes Concrete Contractor Inc. Concrete Gutter Various Operations (A – D); Concrete Curb Various Options (A or B) 4700007313 107569 Innovative Municipal Products (US) Inc. Liquid Calcium Chloride 4700007315 107998 Iroquois Rock Products Rental of Pavers, Rollers, Paver Operator, Screedman, Roller Operator, Heavy Laborer 4700007314 102473 Keeler Construction Co. Inc. Rental of Pavers, Rollers, Paver Operator, Screedman, Roller Operator, Heavy Laborer 4700007316 103863 Macedon Excavating Rental of Pavers, Rollers (10 Ton), Paver Operator, Screedman, Roller Operator, Heavy Laborer; Half Day Milling Machine Rental 4700007326 107265 Midland Asphalt Materials Inc. Pretreatment of Surface Treatment; Surface Treat A (CRS-2 & CRS-2p); Surface Treat B – CRS-2 & CRS-2p); Hand Spray Application; Fibermat A (SAM); Fibermat B (SAMI); Nova Chip; Motopave (CMS-2 & CMS-2h; Crack Seal (D6690); Tack Coat (CSS-1h), Tack Coat Distributor Equipment Rental; Pavement Reclamation Full Depth 4700007317 109911 Millennium Roads, LLC Stabilized Shoulder Material 4700007330 117637 Minority Material Haulers Rental of Standard Pavers, Rollers, Paver Operator, Screedman, Roller Operator, Heavy Laborer 4700007320 106859 R.M. Landscape, Inc. Slice Seeding; Soil Cutting and Removal 4700007319 103563 Ramsey Constructors Inc. Rental of Standard Pavers, Rollers, Paver Operator, Screedman, Roller Operator, Heavy Laborer 4700007318 118262 Roadtek Reconstruct Drop Inlet; Rental of Pavers, Rollers, Paver Operator, Screedman, Roller Operator, Heavy Laborer 4700007321 103382 Rochester Asphalt Materials Rental of Pavers, Rollers, Paver Operator, Screedman, Roller Operator, Heavy Laborer 4700007322 108928 Spezio Property Services, Inc. Motorized Sweeping 4700007323 100224 Suit-Kote Corporation Surface Treat A (SAM) (RS-2, HFRS-2, RS-2p, HFRS-2p); Surface Treat B (RS-2, HFRS-2, RS-2p, HFRS-2p); Motopave (HFMS-2, HFMS-2h, HFMS-2gh, CSS-1, CSS- 1h); Rapid Breaking Tack Coat; Tack Coat Distributer Equipment Rental; Type II Recycling; Pavement Recycling Pugmill Mix/Central Plant 4700007324 104483 Sunshine Concrete Co., Inc. Concrete Sidewalks Various Options (A – D) 4700007325 105625 Terry Tree Service LLC Tree Service 4700007327 102760 Villager Construction, Inc. Full Day Milling Machine Rental; Road Widener Rental; Rental of Pavers, Rollers, Paver Operator, Screedman, Roller Operator, Heavy Laborer WilcoxS Cross-Out TERMS AND CONDITIONS BID ITEM: HIGHWAY MATERIALS – GROUP I FOR: Department of Transportation PURCHASING CONTACT: The Buyer, identified below, is the sole point of contact regarding this Bid from the date of issuance until the bids are opened and the results made public. Sharon Berndt Monroe County Division of Purchasing 200 County Office Building 39 West Main Street Rochester, NY 14614 Email: sberndt@monroecounty.gov All requests for bid clarification must be submitted in writing to the Buyer referenced above and received no later than close of business (5:00 PM Eastern Standard Time) on Friday, December 18, 2015. All questions will be answered and documented in writing as an Addendum to the Bid. These will be sent out to all Bidders who received the original Bid no later than Tuesday, December 22, 2015. DUPLICATE COPIES: PLEASE SUBMIT YOUR BID IN DUPLICATE; THE ORIGINAL AND ONE (1) COPY. BID INFORMATION: At the time of bid, the bidder shall supply detailed specifications covering the item(s) contained herein and shall clearly indicate any areas in which item or items offered do not fully comply with the specifications contained herein. SUBMITTAL OF FORMAL PROPOSAL: Bid proposal must be legible and submitted in the original form, bearing an original signature. EMAILS AND FACSIMILES ARE NOT ACCEPTABLE. All bidders must submit proof that they have obtained the required Workers’ Compensation and disability benefits coverage or proof that they are exempt if awarded the contract. SPECIFICATION ALTERATIONS: Specifications will be construed to be complete and be considered the entire description of the goods or services upon which Monroe County is now seeking bids. Only formal written addenda can materially alter this set of specifications. No verbal statement made by a Monroe County employee or anyone else is binding nor shall such statement be considered an official part of this public bid proposal. 2 mailto:sberndt@monroecounty.gov NYS WAGE RATES: Pursuant to the provision of Section 220-A of the New York State Labor Law, as amended, the Contractor (and related Subcontractors) will be obligated to pay all workers in the covered classes only the applicable prevailing wage rates and supplements. The minimum hourly wage rate to be paid the various classes of labor performing work under this contract shall be in accordance with schedules which have been established or may hereafter be established or increased, by the New York State Department of Labor during the contract term. Refer to NYS Wage Schedule PRC# 20150012009 developed for this project. BRAND REFERENCE: References to a manufacturer's product by brand name or number are done solely to establish the minimum quality and performance characteristics required. Bidders may submit bids on alternates, but must attach two (2) copies of manufacturer specifications for any alternate at the time of the bid. Further, the bidder must demonstrate that the alternate proposed has a sufficient operating track record to show the equipment will perform per the specified brand. The acceptance of a bidder's alternate rests solely with Monroe County. QUALIFIED BIDDER: Each bidder must be prepared to present satisfactory proof of his capacity and ability to perform this contract. Such proof may include, but is not limited to, an inspection of the bidder’s facilities and equipment, financial statements, references and performance of similar contracts. The Purchasing Manager reserves the right to reject any bid where the bidder cannot satisfy the County as to their ability to perform. Monroe County reserves the right to reject any and all bids if the Monroe County Purchasing Manager deems said action to be in the best interests of Monroe County. METHOD OF AWARD: Monroe County intends to award one or more contract(s) to the lowest responsive and responsible bidder(s). The County reserves the right to award the bid as a whole or by Group or item, whichever method is in the best interest of the County. Bidders are not required to bid on every Item included in the bid. The County reserves the right to reject any and all bids if the Purchasing Manager deems said action to be in the best interest of the County. CONTRACT TERM: Contract will start with the date of the contract award and run through February 28, 2017, with the option to renew the contract up to four (4) additional twelve (12) month periods with the mutual consent of both parties. PRICE CHANGES: Price changes may be proposed by either party no later than forty-five (45) days prior to contract extension, based upon manufacturer price changes which must be supported with documentation. Should price changes not be acceptable to both parties, the contract will not be extended. Prices may change only at the time of extension. 3 MINIMUM ORDER: No minimum order is specified for this contract. Agencies must be able to order as needed. Political subdivisions and others authorized by law may participate in this contract. DELIVERY: All deliveries to be F.O.B. Monroe County to agency as specified by a Purchase Order. Delivery costs must be built into the unit prices bid. Deliveries must be made within two (2) weeks after receipt of purchase order number. The County reserves the right to terminate the contract in the event the specified delivery time is not met. PURCHASE ORDER ISSUANCE: Delivery of services may be directed by the receipt of a Purchase Order only. Items that are not part of this bid will not be paid for by Monroe County. As to all purchase orders issued by Monroe County, exceptions may only be authorized, in writing, by the Purchasing Manager or his authorized agent prior to delivery. BILLING PROCEDURE: All invoices for items sold any authorized agency as a result of this contract must be billed in the following manner: Purchase Order #, Quantity, Description of Item Purchased, BP#, Item #, Extension and Total. ALL INVOICES MUST BE MARKED WITH THE PURCHASE ORDER NUMBER. INVOICES WITHOUT THIS INFORMATION WILL NOT BE PROCESSED FOR PAYMENT. WARRANTY/ AGUARANTEE: All warranties by manufacturer shall apply. Bidder shall, as part of its proposal, furnish its warranty/guarantee for all goods/services to be furnished hereunder. As a minimum, Bidder shall warrant all goods for a period of one (1) year from date of acceptance. Bidder shall be obligated to repair or replace all defects in material or workmanship which are discovered or exist during said period. All labor, parts and transportation shall be at Bidder's expense. SECURITIES AND INSURANCE: Any Certificate of Insurance, Bonds or other forms of security required by this bid are to be submitted to the Purchasing Manager no later than ten (10) normal business days following the date of notification of award. Documents must be received by the close of business, 5:00 PM, on that day. COMPLIANCE WITH THE LAW: The Contractor agrees to procure all necessary licenses and permits. The Contractor shall comply with all laws, rules and regulations pertaining to the payment of wages and all other matters applicable to the work performed under this contract. UNCONTEMPLATED PURCHASES: Monroe County reserves the right to request separate bids for such quantities of items on this contract that may be best procured via separate public bid offering and to otherwise act in furthering its own best interests. 4 SUBCONTRACT: The Contractor shall not subcontract any work without first obtaining the written consent of the Monroe County Purchasing Manager. RELATED ITEMS: The County reserves the right to add miscellaneous related items to this contract during the contract term upon agreement by both parties as to the price. Approval must be given in writing by the Purchasing Manager or his Designee. REPORT OF PURCHASE: The Contractor must, upon request, provide the County Purchasing Manager with detailed information showing how much of each item was delivered, to any and all agencies under this contract. This includes deliveries to not only the County but any other municipality or agency which orders from this contract. OTHER AGENCIES: The Contractor(s) must honor the prices, terms and conditions of this contract with political subdivisions or districts located in whole or in part within Monroe County. In addition, the contractor may, but is not required to, extend the prices, terms and conditions of this contract to any political subdivision or district located in New York State. Usage of this contract by any of these other political subdivisions or districts will have to be coordinated between that subdivision or district and the contractor. Orders placed against this contract between any subdivision or district will be contracts solely between the Contractor(s) and those entities. Monroe County will not be responsible for, nor will it have any liability or other obligation for, such contract between the Contractor(s) and any third party. INDEMNIFICATION: The Contractor agrees to defend, indemnify and save harmless the County, its officers, agents, servants and employees from and against any and all liability, damages, costs or expenses, causes of action, suits, judgments, losses and claims of every name not described, including attorneys’ fees and disbursements, brought against the County which may arise, be sustained, or occasioned directly or indirectly by any person, firm or corporation arising out of or resulting from the performance of the services by the Contractor, arising from any act, omission or negligence of the Contractor, its agents and employees, or arising from any breach or default by the Contractor under this Agreement. Nothing herein is intended to relieve the County from its own negligence or misfeasance or to assume any such liability for the County by the Contractor. Terms & Conditions-Term Contract-Commodity-Multi Award.doc (8/03) 5 INSURANCE REQUIREMENTS INDEMNIFICATION The Contractor shall procure and maintain at his own expense until final completion of the work covered by the Contract, insurance for liability for damages imposed by law of the kinds and in the amounts hereinafter provided, issued by insurance companies authorized to do business in the State of New York, covering all operations under the Contract whether performed by the Contractor or by his subcontractors. Monroe County must be named as Additional Insured on the General Liability and Motor Vehicle policies. The ACORD form shall name Monroe County as additional insured and certificate holder. The General Liability and Motor Vehicle policies shall also include separate endorsement(s) naming Monroe County as an Additional Insured. Within ten (10) days after notice of award, the Contractor shall furnish to the County a certificate or certificates of insurance in a form satisfactory to the Monroe County Attorney (a sample form is attached to these specifications) showing that he has complied with all insurance requirements set forth herein, which certificate or certificates shall provide that the policies shall not be changed or canceled until thirty (30) days written notice has been given to the County. Except for Workers’ Compensation Insurance, no insurance required herein shall contain any exclusion of municipal operations performed in connection with the Contract resulting from this bid solicitation. The kinds and amounts of insurance are as follows: A. WORKERS’ COMPENSATION AND DISABILITY INSURANCE: A policy covering the operations of the Contractor in accordance with the provisions of Chapter 41 of the Laws of 1914, as amended, known as the Workers’ Compensation Law, covering all operations under Contract, whether performed by him or by his subcontractors. The Contract shall be void and of no effect unless the person or corporation making or executing same shall secure compensation coverage for the benefits of, and keep insured during the life of said Contract, such employees in compliance with the provisions of the Worker’s Compensation Law known as the Disability Benefits Law (Chapter 600 of the Laws of 1949) and amendments hereto. Below are Monroe County accepted Workers’ Comp forms and Disability Benefits: Worker’s Comp Forms (obtain from (www.wcb.ny.gov) 1) C-105.2 (or U-26.3) 2) SI-12 (or GSI 105.2) 3) CE-200 Disability Benefits Insurance (obtain from (www.wcb.ny.gov) 1) DB-120.1 2) DB-155 3) CE-200 B. LIABILITY AND PROPERTY DAMAGE INSURANCE: (1) CONTRACTOR’S GENERAL LIABILITY INSURANCE issued to the Contractor and covering the liability for damages imposed by law upon the Contractor with respect to all 6 http://www.wcb.ny.gov/ http://www.wcb.ny.gov/ work performed by him under the within Contract. All of the following coverages shall be included: Comprehensive Form Premises-Operations Products/Completed Operations Contractual Insurance covering the Hold Harmless Provision Broad Form Property Damage Independent Contractors Personal injury (2) Unless otherwise specifically required by special specifications, each policy shall have limits of not less than the following: BODILY INJURY LIABILITY PROPERTY DAMAGE LIABILITY AGGREGATE Each Occurrence Each Occurrence $1,000,000 $1,000,000 $3,000,000 C. MOTOR VEHICLE INSURANCE issued to the Contractor and covering public liability and property damage on the Contractor’s vehicles in the amount of: BODILY INJURY LIABILITY PROPERTY DAMAGE LIABILITY Each Occurrence Each Accident $1,000,000 $1,000,000 A sample insurance certificate is included with these specifications. All categories and amounts of insurance required for this bid project have been checked off on the sample. These are the minimum requirements that the Contractor must supply. Failure to supply a satisfactory certificate within ten (10) days after receipt of Notice of Award may result in the cancellation of the award. Rev. 5/23/2012 7 PROPER ATTIRE MUST BE WORN BY ALL WORKERS PERFORMING UNDER THIS CONTRACT CONSISTING OF: LONG PANTS SHIRTS WITH SHORT OR LONG SLEEVES INCLUDING TEE SHIRTS (NO TANK TOPS OR MUSCLE SHIRTS) REFLECTIVE VEST HARD HAT STEEL TOE SHOES OR BOOTS 13 Monroe County Department of Transportation 2016 Highway Material Group I Technical Specifications The specification item description will provide the reference between the technical specification and the price bid sheet proposal. ITEM _____ LIQUID BITUMINOUS (Surface Treatment and Cold Mix/Motopave) Description The work will involve the furnishing, delivering, and applying bituminous materials through an approved distributor for application in surface treating pavements; or for constructing a cold mix bituminous pavement on a prepared base in accordance with these specifications at any point in Monroe County. The liquid bituminous materials will be provided and paid for by the gallon. The liquid bituminous for surface treating will be provided with or without an aggregate spreader as indicated in the item option. The liquid bituminous for cold mix/motopave paving will include an approved cold mix paver. The work shall commence within 14 days’ notice from the County or as agreed upon between the vendor and the agency. MATERIAL All materials shall meet the requirements of Section 702, Bituminous materials, Section 703 Coarse Aggregates, Bituminous cold mix shall meet the requirements of section 405of the NYSDOT Standard Specification. The bituminous material shall be obtained from a primary source/supplier that has been approved by the NYSDOT materials bureau. The liquid bituminous material for surface treatment shall be selected by the contractor from the following list. 702-3101 RS-2 Rapid Setting Asphalt Emulsion 702-3102 HFRS-2 High Float Rapid Setting Asphalt Emulsion 702-4101 CRS –2 Cationic Rapid Setting Asphalt Emulsion 702-3701 RS-2p Polymer Modified Rapid Setting Asphalt Emulsion 702-3801 HFRS-2p Polymer Modified High Float Rapid Setting Asphalt Emulsion 702-4702 CRS-2p Polymer Modified Cationic Rapid Setting Asphalt Emulsion 702-3301 HFMS-2 High Float Medium Setting Asphalt Emulsion 702-3401 HFMS-2h &2gh High Float Medium Setting Asphalt Emulsion 702-4201 CMS-2 Cationic Medium Setting Asphalt Emulsion 702-4301 CMS-2h Cationic Medium Setting Asphalt Emulsion 702-4401 CSS-1 Cationic Slow Setting Asphalt Emulsion 702-4401 CSS-1h Cationic Slow Setting Asphalt Emulsion 702-4601 CQS-1h Cationic Quick Setting Asphalt Emulsion If polymer modifiers are chosen for use the bitumen content shall be determined by the laboratory performing the mix designs. The minimum polymer modifier content shall be 3% polymer solids, based on bitumen weight. The polymer material shall be milled or blended into the asphalt of blended into the emulsifier solution prior to the emulsification process. Aggregates for each process will be purchased and delivered by the agency. All aggregates shall conform to the requirements of section 703-02. The agency will select the size designation of aggregate stone to be used. Sampling and testing of the aggregate shall be the responsibility of the contractor. Equipment All equipment shall be maintained in satisfactory working condition at all times. Liquid Bituminous Material Distributor. The liquid bituminous distributor shall be a bituminous distributor that has been calibrated within the previous 12 months for transverse and longitudinal application rate by ASTM-D2995. The distributor shall be equipped, maintained, and operated so that the bituminous material can be applied at controlled temperature and rates from 0.16 to 6.36 liters per 0101surface treat and motopave.docx Page 1 of 3 Revised: 11/30/2015 ITEM _____ LIQUID BITUMINOUS (Surface Treatment and Cold Mix/Motopave) sq. meter. The distributor shall uniformly apply the material to the specified rate with a maximum allowed variation of 0.063 liters per square meter. Aggregate Spreader The aggregate spreader shall be a self-propelled unit capable of uniformly spreading the aggregate at the required rate on a minimum width of 6 inches wider than the width of the lane to be treated. The spreader shall be calibrated, within the previous 12 months, for transverse and longitudinal application using several sheets of canvass each being 1 foot by 3 feet and a portable scale, similar to ASTM-D2995 for bituminous distributors. Paver The bituminous asphalt vendor will provide a self-propelled paver capable of producing, mixing , and placing a cold mix bituminous pavement. The paver shall meet the requirements of Section 405 of the NYSDOT Standard Specification latest revision. Preparation of the Surface All areas to be treated will be prepared by the agency. Any portion of the existing pavement surface to be treated deemed to be deficient by the contractor and agreed to by the agency shall receive as additional treatment by either application of fog seal or an additional single surface treatment. METHOD OF MEASUREMENT The liquid bituminous material shall be the number of 60 degree F. gallons of specified material applied and in place. BASIS OF BID The unit price bid per gallon for surface treating shall include all costs of furnishing, delivering, heating and applying the bituminous material through an approved bituminous distributor: the bid will include options with or without the cost of an approved self-propelled aggregate spreader. Option A The bid price per gallon will not include the cost of an aggregate spreader. Option B The bid price per gallon will include the cost of an aggregate spreader The unit price bid per gallon for motopave/cold mix emulsions shall include the cost of an approved motopave/cold mix. BASIS OF AWARD The County will award by each individual item as shown in the proposal section. ASPHALT PRICE ADJUSTMENTS: Asphalt price adjustments will be made according to the provisions provided in the asphalt adjustment appendix. Each oil used in the treatment is eligible for adjustments according to the provisions contained in the appendix. 0101surface treat and motopave.docx Page 2 of 3 Revised: 11/30/2015 ITEM _____ LIQUID BITUMINOUS (Surface Treatment and Cold Mix/Motopave) PAYMENT Payment will be made under the following items by the gallon, Surface treat emulsions will be either Option A or B. Description Surface treat using RS-2 Rapid Setting Asphalt Emulsion Surface treat using HFRS-2 High Float Rapid Setting Asphalt Emulsion Surface treat using CRS –2 Cationic Rapid Setting Asphalt Emulsion Surface treat using RS-2p Polymer Modified Rapid Setting Asphalt Emulsion Surface treat using HFRS-2p Polymer Modified High Float Rapid Setting Asphalt Surface treat using CRS-2p Polymer Modified Cationic Rapid Setting Asphalt Cold Mix/Motopave using HFMS-2 High Float Medium Setting Asphalt Emulsion Cold Mix/Motopave using HFMS-2h High Float Medium Setting Asphalt Emulsion Cold Mix/Motopave using HFMS-2gh High Float Medium Setting asphalt Emulsion Cold Mix/Motopave using CMS-2 Cationic Medium Setting Asphalt Emulsion Cold Mix/Motopave using CMS-2h Cationic Medium Setting Asphalt Emulsion Cold Mix/Motopave using CSS-1 Cationic Slow Setting Asphalt Emulsion Cold Mix/Motopave using CSS-1h Cationic Slow Setting Asphalt Emulsion Cold Mix/Motopave using CQS-1h Cationic Quick Setting Asphalt Emulsion 0101surface treat and motopave.docx Page 3 of 3 Revised: 11/30/2015 ITEM _ - PRETREATING OF SURFACE TREATMENT AGGREGATE (Pugmill & Liquid Asphalt) DESCRIPTION: The work shall consist of pretreating surface treatment aggregate by blending liquid bituminous material with the stockpile aggregate through a twin shaft portable mixing plant. The work shall commence within 14 days’ notice from the County or as agreed upon between the vendor and the agency. MATERIAL REQUIREMENT: Material shall meet the requirements of the New York State Department of Transportation Standard Specifications, Section 700, latest revision. Bituminous material for precoating shall meet the requirements of NYSDOT Section 702-90 Asphalt Emulsion Tack coat, or Dilute Asphalt Cutback Emulsion or as approved by the agency. CONSTRUCTION DETAILS: Weather Limitations: This work will not be permitted when the temperature is below 45 deg. F. Equipment For Mixing: The contractor will be responsible for delivery, setup and the operation of the portable mixing plant. The agency will provide and or coordinate the location. All the equipment for this work shall be subject to approval of the contracting agency at all times. No work will be permitted until all equipment and the processing facilities are established, inspected and approved. The agency will be responsible for providing a loader. Mixing shall be done with a rotating twin shaft pugmill, providing suitable pressure-kneading action in mixing. Mixing by blading, shoveling and/or scooping will not be permitted. The mixer shall be a continuous type pugmill, designed to accurately proportion either by volume or by weight, so that when the granular material and bituminous material are incorporated in the mix, a thorough and uniform blend will result. The pugmill mixer shall be provided with weighing volumetric or other gauging equipment which shall be capable of providing accurate control at all times of the amount of granular material entering the mixer. The mixer shall be equipped to mechanically interlock the bituminous feed with the granular material feed, such that uniformity of the mixture is assured at all times. The mixer shall be equipped with a positive displacement meter for totalizing the quantity of bituminous material applied to the accuracy of the positive displacement meter. Mixing: The proportion of bituminous material that shall be mixed with the granular material will range between one and two gallons per ton. After the granular material and bituminous material have been introduced into the pugmill, the mixing shall continue for a length of time necessary to uniformly blend the materials and obtain a homogeneous mixture. 1A Pretreating of Surface Treat Aggregate .docx 1 of 2 Revised Date: 11/30/2015 ITEM _ - PRETREATING OF SURFACE TREATMENT AGGREGATE (Pugmill & Liquid Asphalt) MAINTENANCE AND PROTECTION OF TRAFFIC: The agency shall be responsible for the maintenance and protection of traffic in accordance with the current Manual of Uniform Traffic Control Devices (MUTCD) and supplements. The vendor will be responsible for maintenance and protection of traffic during delivery and pickup of the unit from the project site, in accordance with the current Manual of Uniform Traffic Control Devices (MUTCD) and supplements. METHOD OF MEASUREMENT: The quantity of bituminous material to be measured by the Gallon. The pugmill Rental item to be paid shall be either the number of full day’s rental provided or hours. A fixed mobilization price of $400 is established for each delivery and setup of the mixing equipment. BASIS OF BID: The unit price bid per Gallon shall include the cost of furnishing and operating the portable mixing plant, including bituminous material necessary to complete the work. The material shall be available within 5 days’ notice from the County. Aggregate shall be supplied by the municipality. The asphalt emulsion bid will be adjusted per the term of the asphalt price adjustment appendix. BASIS OF PAYMENT: Payment will be made under: Item No. Item Description Pay Unit Pretreating Surface Treatment Aggregate DEC 50 Pretreating Surface Treatment Aggregate MC 30 Gallon Gallon Pugmill Rental – Full Day (8 hrs.) Full Day Pugmill Rental – Hourly Mobilization Fee Hour $ 400 Fixed 1A Pretreating of Surface Treat Aggregate .docx 2 of 2 Revised Date: 11/30/2015 ITEM HAND SPRAY APPLICATION OF BITUMINOUS MATERIALS SCOPE The specification is intended to provide hand spray application of bituminous materials with an operator for use in spray patching of various areas. The work shall commence within 14 days’ notice from the County or as agreed upon between the vendor and the agency. MATERIAL The bituminous material shall be obtained from a primary source/supplier that has been approved by the NYSDOT materials bureau. The liquid bituminous material for surface treatment shall be selected by the contractor from the following list. 702-3101 RS-2 Rapid Setting Asphalt Emulsion 702-3102 HFRS-2 High Float Rapid Setting Asphalt Emulsion 702-4101 CRS –2 Cationic Rapid Setting Asphalt Emulsion 702-3701 RS-2p Polymer Modified Rapid Setting Asphalt Emulsion 702-3801 HFRS-2p Polymer Modified High Float Rapid Setting Asphalt Emulsion 702-4702 CRS-2p Polymer Modified Cationic Rapid Setting Asphalt Emulsion If polymer modifiers are chosen for use the bitumen content shall be determined by the laboratory performing the mix designs. The minimum polymer modifier content shall be 3% polymer solids, based on bitumen weight. The polymer material shall be milled or blended into the asphalt of blended into the emulsifier solution prior to the emulsification process. Aggregates for the process will be purchased, delivered and spread by the agency. All aggregates shall conform to the requirements of section 703-02. The agency will select the size designation of aggregate stone to be used. Sampling and testing of the aggregate shall be the responsibility of the contractor. Equipment All equipment shall be maintained in satisfactory working condition at all times. Maintenance and Protection of Traffic: The Contractor shall be responsible for the maintenance and protection of traffic in accordance with the current Manual of Uniform Traffic Control Devices (MUTCD) and supplements. BASIS OF BID Under this item the unit bid price shall be the cost per gallon to apply bituminous materials with a distributor and operator using hand spray methods for spray patching in surface treat applications. The cost of the distributor and operator shall be paid at a fixed rate of $85.00/hour. The cost per gallon to apply each material shall be based on the fixed operator and distributor rate. The charge for the distributor and operator shall include time at the project location for all costs incurred in applying specific material, including waiting time with an approved bituminous distributor. It shall be agreed upon as per the number of hours charged for each project at the end of the working period by the General Foreman, or his authorized representative. This shall not include time to and from job site or mechanical breakdown of the distributor. This item shall only be utilized with the application of the materials listed in the material section of the specification. The unit price for the hand spray distributor and operator will be by the hour. BASIS OF AWARD The County will award by each individual item as shown in the proposal section. 0202Hand spray patch application of bituminous material.docx 1 of 2 Revised:11/30/15 ITEM HAND SPRAY APPLICATION OF BITUMINOUS MATERIALS ASPHALT PRICE ADJUSTMENTS: Asphalt price adjustments will be made according to the provisions provided in the asphalt adjustment appendix. PAYMENT Payment will be made under the following items by the gallon. Description UNIT Hand spray application usingRS-2 (Rapid Setting Asphalt Emulsion) Gallon Hand spray using HFRS-2 (High Float Rapid Setting Asphalt Emulsion) Gallon Hand Spray using CRS –2 (Cationic Rapid Setting Asphalt Emulsion) Gallon Hand Spray using RS-2p (Polymer Modified Rapid Setting Asphalt Emulsion) Gallon Hand spray using HFRS-2p (Polymer Modified High Float Rapid Setting Asphalt Emulsion) Gallon Hand spray using CRS-2p (Polymer Modified Cationic Rapid Setting Asphalt Emulsion) Gallon Distributor and Operator fixed price 0202Hand spray patch application of bituminous material.docx 2 of 2 Revised:11/30/15 ITEM FIBER REINFORCED SURFACE TREATMENT DESCRIPTION. The work shall consist in the construction of a fiber reinforced bituminous membrane surface treatment known as “FiberMat – Type A” as a Stress Absorbing Membrane, SAM and as “FiberMat- Type B” when used as a Stress Absorbing Membrane Interlayer, SAMI. This is accomplished by using a specific applicator, which can be mounted on an asphalt distributor modified for applying the surface treatment of bituminous binder reinforced with glass fibers. The applicator comprises an open bottomed spray bar housing fan or blower for producing a down draft in the housing, and at least one spray bar mounted on the housing and adapted to extend transversely in the direction of movement of the asphalt distributor on which the unit can be mounted. A number of nozzles spaced longitudinally along the spray bar for spraying bituminous material, means of controlling the nozzles, and a number of sources for dispensing the cut glass fibers through the open bottomed housing to the surface of the bituminous material previously sprayed shall also be included. Asphalt emulsion, aggregate and in-place chopped fibers are combined to form a versatile treatment, ideal for sealing as a SAM and arresting severely alligator cracked surfaces. The in-place chopped fiber gives the surface an improved tensile strength and resilience. When applied within the pavement structure the fiber reinforced bituminous membrane surface treatment acts as a SAMI for the treatment of reflective cracking prior to the construction or placement of subsequent layers. The work shall commence within 14 days’ notice from the County or as agreed upon between the vendor and the agency. MATERIALS Bituminous Materials A. Bituminous Material Approval. The bituminous material shall be obtained from a storage facility that has been approved by the Director, Materials Bureau within the current calendar year, before the start of work. B. Bituminous Material Selection. The selected bituminous material shall be compatible with the aggregate to be used. It is the contractor’s responsibility to ensure compatibility between the bituminous material and the aggregate. The selection of bituminous material shall be subject to the approval of the NYSDOT, Materials Bureau Engineer, and conform to the standards below with the following exceptions. 1. Surface Treatment Material Designation Grade Description 702-4701 CRS-1P Polymer modified cationic asphalt emulsion or where appropriate CRS2P Polymer modified cationic asphalt emulsion Elastic recovery, 10oC – minimum 60%. Aggregates. The aggregates for the fiber reinforced bituminous membrane surface treatment shall conform to the requirements of NYSDOT Item Section 703-02, " Coarse Aggregate" and be from an approved source. Where aggregates for pavement surface treatment are from more than one source or of more than on type of material, they shall be proportioned and blended to provide a uniform mixture. The regional Director or the authorized representative shall approve the procedure used for this proportioning. 03fiber reinforced surface treatment .docx Page 1 of 5 Revised: 11/30/15 ITEM FIBER REINFORCED SURFACE TREATMENT Where the fiber reinforced bituminous membrane surface treatment is to be considered as a SAM then the aggregate size shall be Size 1ST, 3/8” or Size 1A or a combination of both as in a double dressing. Where the fiber reinforced bituminous surface treatment is to be considered as a SAMI, then the aggregate size shall be Size1A only. In both cases the aggregate shall meet one of the following: 1. Limestone having an acid insoluble content of not less than 20%, excluding particles of chert and similar siliceous rocks. Blends of siliceous and non-siliceous and non-siliceous limestone will not be permitted. 2. Dolomite. 3. Sandstone, granite, chert, trap rock, ore tailings, or other non-carbonate materials. 4. Gravel, or a natural or manufactured blend of two or more of the following types of material; limestone, dolomite, gravel, sandstone, granite, chert, tarp rock, ore tailings, slag or other similar materials meeting the following requirements  Non-carbonate plus 3.2mm particles must comprise a minimum 10% of the total aggregate (by weight with adjustments to equivalent volumes for materials of different specific gravities).  For Size 1A a minimum of 20% of plus 4.75mm particles must be non-carbonate.  For Size 1 ST a minimum of 20% of plus 9.5mm particles must be non-carbonate. Polymer modifier. The ideal amount of solid or dry polymer modifier shall be 3%, based on the asphalt weight. The polymer materials shall be milled or blended into the asphalt or blended with the "soap phase" or post added to the emulsion but at all times ensuring good homogenization of the polymer with in the asphalt emulsion. Fiber. The glass fiber is E Class from an approved source determined by the license holder. The glass fiber spools are supplied internally wound, in coils or cheeses. Typically the spools are cut in-place into nominally 60mm,(2.38”) lengths which are distributed uniformly across and between the two parallel applications of modified asphalt emulsion. Glass fiber spread rates are up to 120g/sqm, (4oz), with additional asphalt emulsion rates of spread, depending on the site requirements. CONSTRUCTION DETAILS A. Weather and Seasonal Limitations. The fiber reinforced bituminous membrane surface treatment may be applied on a dry or damp surface, but should not be laid where there is standing water or on a wet surface. Application should only be undertaken when the surface temperature is at least 10OC, (50OF), and rising, subject to site inspection. Greater initial traffic speed control may be required in certain circumstances, for example when the surface temperature is low. The fiber reinforced bituminous membrane surface treatment shall be placed normally in New York during the period May 1st to the third Saturday in September. Application outside of these times is permissible only with the approval of the contractor and local Engineer. 03fiber reinforced surface treatment .docx Page 2 of 5 Revised: 11/30/15 ITEM FIBER REINFORCED SURFACE TREATMENT B. Equipment. The following equipment shall be required: 1. Bituminous Material Distributor. A vehicle mounted liquid bituminous fiber applicator is used for applying a surface treatment of bituminous binder with reinforced glass fibers. The applicator shall comprise an open bottomed spray bar housing, a fan or blower producing a down draft in the housing, and at least one spray bar mounted on the housing and adapted to extend transversely in the direction of movement of the vehicle on which the applicator is mounted. A number of nozzles spaced longitudinally along the spray bar for spraying binder material, means for controlling the nozzles, and a number of sources for dispensing cut glass fiber through the open bottomed housing to the surface of the binder material previously sprayed shall also be included. The applicator shall have been calibrated within the previous 12 months for transverse and longitudinal distribution application rates according to ASTM D2995, Practice for Determining Application Rate of Bituminous Applicator or other suitable method. The bituminous fiber applicator shall be equipped, maintained, and operated so that the bituminous materials can be applied at controlled rates from 0.11 l/m2 (0.022gal/SY) to 2.5 l/m2 (0.56gal/SY). The fiber is applied at controlled rates from nominally 30 to 120g/m2 (approx.1-4oz/SY). These applications shall be such that a uniform first layer of asphalt emulsion is applied followed by uniform layer of glass fibers that is chopped in-place and covered with a uniform second layer of asphalt emulsion. 2. Self-propelled aggregate spreader. Aggregate spreader shall be a self-propelled unit capable of uniformly spreading the aggregate at the required rate on a minimum width of 150mm wider than the width of the lane to be treated. The spreader shall meet the approval of the Engineer and be calibrated similar to the test method used in ASTM D2995, within the previous 12 months, for transverse and longitudinal distribution. 3. Pneumatic tire roller. The Engineer will require a sufficient number of pneumatic tire rollers to permit the initial rolling of the aggregate to occur within 5 minutes of the application of the fiber reinforced bituminous membrane surface treatment. The pneumatic roller shall be self-propelled and have oscillating wheels with smooth tread tires and will have a minimum ballasted weight of 9 metric tons or 10 US tons. The tire pressure for all wheels shall be uniform within 2psi. The rollers shall be operated at a maximum speed of 8 km/hr., (5mph). To prevent pick-up of the aggregate on the tires, the tires shall be kept moistened with water mixed with small quantities of detergent or other material approved by the Engineer. In no case shall a solvent having an effect upon the fiber reinforced bituminous membrane surface treatment be used. 4. Static steel-wheel rollers shall be self-propelled and be either 9 to 11 metric ton tandem three-axle type or 7 to 9 ton tandem two-axle type. This shall be used particularly when a SAMI application is specified for the fiber reinforced bituminous membrane surface treatment following the pneumatic tire roller. The aim is to crush the aggregate and blind the surface prior to the application of the new overlay. 5. Self-propelled Rotary Power Broom A self-propelled rotary power broom shall so be designed, equipped, maintained and operated so that the pavement surface can be swept clean. The broom shall have an adjustment to control downward pressure. The power broom shall meet the approval of the Engineer. In the case where a SAMI is being overlaid the same or following day then a Vacuum sweeper shall be used only. 03fiber reinforced surface treatment .docx Page 3 of 5 Revised: 11/30/15 ITEM FIBER REINFORCED SURFACE TREATMENT C. Determination of the Quantities of Materials to be Applied In conjunction with the Engineer the Contractor will decide upon the appropriate rates of asphalt emulsion and fiber for and during the job. Typical rates of application for the asphalt emulsion range from 1.8- 2.7L/m2 (0.4-0.6 Gal/SY) and fiber application rates from 30-120g/m2 (approx. 1-4oz/SY). 1 For SAM applications the aggregate shall be of the 6mm, 10mm or 12.5mm maximum size and be added at rates as per conventional chip sealing operations – typically (11-13kg/m2 ---approx.12-26lb/SY). 2 For SAMI applications only the 6mm maximum size aggregate is used at typically (6-8kg/m2 --- 10-15lb/SY) to bind in the surface if it is to be overlaid within a few weeks. Otherwise higher aggregate application rates are employed and approved with the local engineer. D. Preparation of Surface. A self-propelled power broom shall be used to clear any loose material from the surface to be treated immediately prior to the application of the fiber reinforced bituminous membrane surface treatment. Any surface-defects such, as potholes shall be repaired prior to commencement of works. Manhole covers, drop inlets, catch basins, curbs and any structure within the roadway area shall be protected against the fiber reinforced bituminous membrane surface treatment. Any cracks greater than ¼” shall be pre-treated with approved hot or cold polymer modified bituminous crack filler. Information on suitable crack fillers for use in-conjunction with the fiber reinforced bituminous membrane surface treatment can be given by the license holder. E. Application of the fiber reinforced bituminous membrane surface treatment. Fibers and bituminous materials shall be applied by means of pressure distributor in a uniform, continuous spread over the section to be treated and within the temperature range, sandwiching the in-place chopped fibers between the two layers of asphalt emulsion. The quantities of fibers and bituminous materials shall be decided between the Engineer and Contractor dependent on the job site. The distributor shall be moving forward at the proper application speed at the time the spray bar and fiber chopper bars are opened. If any skipped areas or deficiencies occur, the operation shall be immediately stopped. Junctions of spreads shall be carefully made to assure a smooth riding surface and the deficient areas corrected in a manner approved by the Engineer. Overlaps of the membrane shall be made up to 6”. The fiber reinforced bituminous membrane surface treatment shall not be applied more than 50 meters, (150ft), in advance of the self-propelled chip spreader. Under no circumstances shall operations proceed in such a manner that the fiber reinforced bituminous membrane surface treatment will be allowed to chill, set-up, dry or otherwise impair retention of the cover aggregate. Traffic will not be allowed to run on the unprotected fiber reinforced bituminous membrane surface treatment. The distributor, when not spreading, shall be parked so that the spray bar or mechanism will not drip on the surface of the traveled way. F. Application of the Cover Aggregate. Immediately following the application of the fiber reinforced bituminous membrane surface treatment, cover aggregate shall be spread at the rate agreed between the Engineer and Contractor. Spreading shall be accomplished in such a manner that the tires of the aggregate spreader at no time contact the uncovered and newly applied fiber reinforced bituminous membrane surface treatment. Immediately after the cover aggregate is spread, any deficient areas shall be covered by additional material. Pneumatic tire rolling shall begin immediately. The initial pass shall be completed within 5 minutes of the application of the fiber reinforced bituminous membrane surface treatment and shall be continued until three complete passes are obtained within 30 minutes of the application of the fiber reinforced bituminous membrane surface treatment. Pneumatic tire rollers shall come to a complete stop prior to a change in direction. For overlaps 03fiber reinforced surface treatment .docx Page 4 of 5 Revised: 11/30/15 ITEM FIBER REINFORCED SURFACE TREATMENT the first pass of aggregate and the space uncovered shall be up to 6”. Upon the return pass the aggregate coverage shall be complete and over by up to 6” to insure full coverage of the membrane. G. Opening to Traffic. "Loose Stone" signs meeting requirements of current Manual of Uniform Traffic Control Devices (MUTCD) and supplements shall be posted at 1.6 km (1 mile), intervals throughout the length of the project. These signs shall be erected before treatment commences and removed after contract is accepted. Unless otherwise specified, the highway shall be kept open to traffic at all times. Traffic shall be discontinued on the lane being surface treated; and as soon as the final layer is applied and rolled, controlled traffic may be permitted thereon. "Loose Stone" signs meeting requirements of (MUTCD) and supplements shall be posted at 1.6 km (1 mile), intervals throughout the length of the project. Traffic shall be maintained at a speed not to exceed 24km/h, (15mph) for a period of four hours after placement of the fiber reinforced bituminous membrane surface treatment using two-way radio-equipped patrol vehicles in accordance with the maintenance and protection of traffic details shown on the plans. All patrol vehicles shall be equipped with signs meeting the requirements of section 254.5 of the Manual of Uniform Traffic Control Devices. Immediately after completion of the fiber reinforced bituminous membrane surface treatment, the section shall be posted for speed limit of 48km/h, (30mph), for a period of three days. The signs should be posted at 800-meter (0.5mile) intervals and signs showing other speed limitations should be covered for this period. All construction signs shall meet the requirements of the MUTCD and supplements. METHOD OF MEASURMENT. Fiber reinforced bituminous membrane surface treatment will be measured by the number of square Yards of compacted material in place making no deductions for minor untreated areas such as catch basins and manholes. BASIS OF PAYMENT. Fiber reinforced surface treatment. The unit price bid per square yard per day, plus the addition of any items the Agency requires the Contractor to furnish. The following items will be performed by the Agency, unless otherwise directed: A. Manhole covers, water valves, catch basins, and other drainage structures shall be clearly referenced for location and adjustment. B. Thermoplastic traffic markings shall be removed. C. All vegetation at the edge of the pavement shall be removed. D. Compaction equipment with operator. E. Furnish aggregate delivered to the Chip-Spreader. F. Maintenance and Protection of Traffic. G. Furnish self-propelled Power Broom or Vacuum. Price Adjustments. The asphalt price adjustment applies to the CRS-1P and CRS-2P of the liquid portion of the item applied to Fiber Reinforced Bituminous Membrane Surface Treatment. The price adjustment per gallon shall be multiplied by a factor .4 to calculate the price adjustment per square yard. Price Adj. New Avg. FOB - Base Avg. Total Per SY = Terminal Price Terminal Price X Allowable X .4 235 Petroleum % 03fiber reinforced surface treatment .docx Page 5 of 5 Revised: 11/30/15 ITEM ____ PAVER PLACED SURFACE TREATMENT (NOVA CHIP) DESCRIPTION: The Paver Placed Surface Treatment consists of a warm polymer modified emulsion sprayed immediately preceding the application of a hot mix asphalt wearing course which forms a homogeneous well-textured durable wearing surface that can be quickly opened to traffic. The finished surface treatment has a normal thickness of: TYPE Nominal Thickness A 3/8” B 5/8” C ¾” The work shall commence within 14 days’ notice from the County or as agreed upon between the vendor and the agency. MATERIALS: a. Hot Mix Asphalt Wearing Course. The requirements of Section 401 - Plant Mix pavements - General and Section 402 - Quality Control Asphalt Concrete - General apply, except as modified herein. The Marshall Mix Property Criteria in § 401-2.02 do not apply. The Producer shall formulate a job mix formula that satisfies the design limits listed in Table 1 - Mixture Requirements and submit it to the Director for approval. The production tolerances in Table 1 will not be permitted to exceed the design limits. b. TABLE 1 - MIXTURE REQUIREMENTS Type A Type B Type C Sieve Sizes (in) Sieve Sizes (mm) Design Limits % passing Production Tolerance % Design Limits % passing Production Tolerance % Design Limits % passing Production Tolerance % ¾” ½” 3/8” ¼” #4 #8 #16 330 #50 #100 #200 19.0 12.5 9.5 6.3 4.75 2.36 1.18 0.600 0.300 0.150 0.075 100 85-100 40-60 21-32 16-26 12-20 8-16 5-10 5-7 +4 +3 +3 +3 +2 +2 +2 +2 100 85-100 30-50 24-40 21-32 16-26 12-20 8-16 5-10 5-7 +4 +4 +3 +3 +3 +2 +2 +2 +2 100 85-100 60-90 30-50 24-40 21-32 16-26 12-20 8-16 5-10 5-7 +4 +4 +4 +3 +3 +3 +2 +2 +2 +2 %PGB % Asphalt 4.9-5.3 % Asphalt 4.8-5.2 % Asphalt 4.8-5.2 Note 1: All aggregate percentages are based on total weight of the aggregate. 1. Asphalt Binder. The liquid material shall be a cationic, rapid setting, asphalt emulsion, NYS item 702-4001 except as modified in Data Table I – Polymer Modified Asphalt Emulsion. The emulsion shall be obtained from a storage facility that has been approved by the Director of the Materials Bureau, NYSDOT, within the calendar year, prior to the start of work. 04Paver Placed Surface Treatment (Nova).docx Revised: 11/30/15 1 ITEM ____ PAVER PLACED SURFACE TREATMENT (NOVA CHIP) 2. Coarse Aggregate. The Coarse Aggregate shall meet the requirements of §703- 02-Coarse Aggregate in addition to the following requirements listed below. The wearing course shall be a mixture of single size coarse aggregate, fine aggregate, mineral filler and asphalt cement. The single size coarse aggregate shall be nominal ¼” for Type-A mix, nominal 3/8” for Type-B mix or nominal ½”for Type-C mix, according to the gradation specifications in Data Table II. The hot mix asphalt concrete shall be obtained from a facility that has been approved by the Director of the Materials Bureau, NYSDOT, within the calendar year, prior to the start of work. The asphalt content of the mix shall be 4.8-5.3% by weight of the total mix and must be computed based on the actual job mix. Coarse aggregates used shall be from approved sources and shall meet one of the following requirements: a. Limestone having an acid insoluble residue content of not less than 20%, excluding particles of chert and similar siliceous rocks. b. Dolomite having an acid insoluble residue content of not less than 17%, excluding particles of chert and similar siliceous rocks. c. Crushed Gravel or blends of two or more of the following types of materials: crushed gravel, limestone, dolomite, sandstone, granite, chert, traprock, ore tailings, slag or similar materials. These aggregates must meet the following requirements: For Paver Placed Surface Treatment mixes - not less than 20% (by weight with adjustments to equivalent volume for material of different specific gravities) of the total coarse aggregate particles (plus 3.2 mm material) shall be non-carbonade. Non carbonate particles are defined as those having an acid insoluble residue content not less than 80%. d. Where coarse aggregates for these mixes are from more than one source or of more than one type of material, they shall be proportioned and blended to provide a uniform mixture. The single size coarse aggregate shall be nominal 6.3mm, 9.5mm or 12.5mm meeting the following gradation requirements: TABLE 2 - COARSE AGGREGATE - GRADATION Total % Passing by Weight Screen Size Type A (6.3mm) Type B (9.5mm) Type C (12.5mm) ¾’ 19.0mm 100 ½” 12.5mm 100 85-100 3/8” 9.5mm 100 85-100 25-50 ¼” 6.3mm 85-100 0-15 0-15 #4 4.75mm 25-50 0-3 0-3 #8 2.36mm 0-3 0 0-2 04Paver Placed Surface Treatment (Nova).docx Revised: 11/30/15 2 ITEM ____ PAVER PLACED SURFACE TREATMENT (NOVA CHIP) TABLE 3 - COARSE AGGREGATE PROPERTIES for light to medium duty traffic Property Method Requirement LA Abrasion Coefficient, Max. % Loss ASTM C131 25 Water absorption % ASTM C127 2 Flatness Index % NFP 18-561 20 Flatness Coefficient (G/E) note1 NFP 18-561 1.59 Crushing Ratio % observation 100 Overall Cleanliness (% passing #30) ASTM C142 2 Resistance to striping note 2 ASTM D3625 >95 Note 1:Where "G" is the smallest square opening through which the particle can pass and "E" is the smallest slot through which the particles can pass. Note 2: Anti striping agents may be required to provide acceptable values 3. Fine Aggregate. The Crushed Fine Aggregate shall meet the requirements of § 703-01 Fine Aggregate and have a minimum sand equivalency of 60, as determined by ASTM D2419. The fine aggregate shall meet the following gradation requirements: TABLE 4 - FINE AGGREGATE GRADATION Screen Size % Passing #4 4.75mm 100 #8 2.36mm 90-100 #16 1.18mm 60-80 #30 0.60mm 45-60 #50 0.30mm 30-40 #100 0.15mm 20-30 #200 0.075mm 15-25 Sand equivalency, % min (ASTM D2419) 4. Mineral Filler. The Mineral Filler, if required may be hydrated lime, Fly ash or bag house fines 100% passing #100, 80% passing #200. and shall meet the requirements of § 703-08 Mineral Filler. 5. Modified Asphalt Emulsion Binder. Use grade CRS-1 (702-4001) Asphalt Emulsion modified with polymer and meeting the requirements of § 702 Bituminous Materials except as modified with polymer and meeting the requirements of § 702 Bituminous Materials except in Table % - asphalt prior to the emulsification process. TABLE 5 - MODIFIED ASPHALT EMULSION BINDER MATERIAL PROPERTIES Property Method Minimum Maximum Polymer Content, %Mass of Total Residue - 3.0 - Viscosity at 25 deg. C, SSF ASTM D244 20 100 Total Residue by Distillation @ 175 deg. C ASTM D244 63 - Demulsibility ASTM D244 40 - 04Paver Placed Surface Treatment (Nova).docx Revised: 11/30/15 3 ITEM ____ PAVER PLACED SURFACE TREATMENT (NOVA CHIP) B. Equipment. 1. Paving. The Contractor shall use a self-priming Paver appearing on the Department's Approved List. The self-priming paver must be capable of spraying the modified asphalt emulsion binder, applying the hot asphalt overlay and smoothing the surface of the mat in one pass at the rate of 35 – 100 ft./minute. The self-priming paver must incorporate a receiving hopper, feed conveyor, insulated storage tank for asphalt emulsion, metered emulsion, spray bar and a variable width, heated, ironing-type screed. The screed must have the ability to be crowned at the center both positively and negatively and have vertically adjustable extensions to accommodate the desired pavement profile. Direct equipment approval requests to the Director, Materials Bureau, at least 30 days prior to the start of work. 2. Compaction. Compaction shall be performed by using a steel wheeled double drum rollers weighing at least 10 tons, which are equipped with functioning water systems and scrapers to prevent the fresh mix from adhering to the roller drums. CONSTRUCTION DETAILS A. Surface Preparation: The Contractor will perform the following surface preparation prior to applying the wearing course except where noted: 1. Cover all manhole covers, water boxes, catch basins and other such utility structures with plastic or building felt. Reference each for location and adjustment after paving. 2. Remove all standing water. A damp surface is acceptable if favorable weather conditions are expected during paving operations. The contactor shall guarantee bonding to any damp surfaces. 3. Thoroughly clean the entire area to be overlaid. Power rotary broom sweeping or vacuuming may be required. 4. The removal of thermoplastic traffic markings, flush filling of cracks and joint, and the filling of surface irregularities to be overlaid shall be done by the owner or paid for under the appropriate items. B. Application. The minimum pavement surface temperature for application of the modified asphalt emulsion binder and placement of the wearing course is 50 deg. C and rising.. 1. Apply the modified asphalt emulsion binder at a temperature of 140-180 deg. F. Provide a uniform application across the entire width to be overlaid, at a rate of 0.20 +/- 0.05 gallons /SY. Continuously monitor the rate of spray. 2. No equipment shall come in contact with the modified asphalt emulsion binder before the hot mix asphalt concrete wearing course is applied. 3. Immediately after applying the modified asphalt emulsion binder, apply the hot mix asphalt overlay across the full width of the modified asphalt emulsion binder at a temperature of 315 +/- deg. F. 4. The typical application rate of the hot asphalt aggregate mixture will be; Type A (nominal ¼”) 60 +/- 10 lbs. /sy. Type B (nominal 3/8”) 65 +/- 10 lbs. /sy. Type C ( nominal ½”) 70 +/- 10 lbs. /sy. 04Paver Placed Surface Treatment (Nova).docx Revised: 11/30/15 4 ITEM ____ PAVER PLACED SURFACE TREATMENT (NOVA CHIP) C. Compaction. Begin compaction immediately after application of the wearing course. Use a minimum of two passes Compaction of wearing course shall be carried out using a minimum of a double drum roller of minimum deadweight of 10 ton, before the material temperature has fallen below 180 deg. F. at mid-layer.. The roller(s) will not be allowed to stop on the freshly placed wearing course. Use an adequate number of rollers to complete compaction before the pavement temperature falls below 180 deg. F. The wearing coarse must be protected from traffic until the rolling operation is complete and the material has cooled sufficiently to resist damage. Because of the speed of the paving machine, two double drum rollers are necessary if the project is over 10,000 square yards. D. Verification of Quantities and Testing. At the end of each work day or job site, a check shall be made to determine the quantities used of tack/seal coat. The check shall be made by means of calibrated load cells on the machine. The total mass or material shall be divided by the total area sprayed. Asphalt concrete spread rate shall be calculated by dividing the tonnage laid (from asphalt tickets) by the area covered. E. Milling: (Optional Incidental) The contractor shall be equipped to mill as directed by the Associate Engineer or his / her designee. A. Along gutters / curbs for proper reveal B. Transitions to existing pavement and side streets. C. For the removal of thermoplastic traffic markings Coordination of the sweeping activities shall be the responsibility of the agency. The milling will be paid as an option by the square yard. MAINTENANCE AND PROTECTION OF TRAFFIC: The agency shall be responsible for the maintenance and protection of traffic in accordance with the current Manual of Uniform Traffic Control Devices (MUTCD) and supplements. The vendor will be responsible for maintenance and protection of traffic during delivery and pickup of the unit from the project site, in accordance with the current Manual of Uniform Traffic Control Devices (MUTCD) and supplements. BASIS OF BID: Paver Placed Surface Treatment (Nova Chip): Bidders are requested to submit prices per square yard for the two mix types (Type A - 6.3mm, B - 9.5mm). The square yard range is for total square yards constructed on any single project or work site in Monroe County. Milling – Optional Incidental: Bidders are requested to submit price per square yard. (This item is an incidental option. Only vendors who bid on the Paver Placed Surface Treatment (Nova Chip) will be eligible to bid) 04Paver Placed Surface Treatment (Nova).docx Revised: 11/30/15 5 ITEM ____ PAVER PLACED SURFACE TREATMENT (NOVA CHIP) ASPHALT PRICE ADJUSTMENTS: Asphalt price adjustments will be made according to the provisions provided in the asphalt adjustment appendix. METHOD OF PAYMENT: Item No. Description Pay Unit Paver Placed Surface Treatment (hot mix asphalt wearing course placed) Square Yard Asphalt Milling - Optional Incidental Square Yard 04Paver Placed Surface Treatment (Nova).docx Revised: 11/30/15 6 ITEM ______ POLYMER MODIFIED ASPHALT JOINT AND CRACK SEALANT: Scope This specification covers joint sealants of the hot-poured type intended for use in sealing joints and cracks in portland cement concrete and asphalt concrete pavements. General: The work shall consist of cleaning and sealing cracks and joints in the existing pavement. All sealant shall be an asphalt cement. The Contractor shall provide a listing of municipal and/or private projects where installation of ASTM D3450 or D6690 has occurred over the last two years. Before beginning the work the Contractor will be required to demonstrate to the satisfaction of the Associate Engineer - Highways, compliance with the specification. Description: The work to be done shall consist of performing all operations and furnishing all labor, equipment and materials for cleaning and sealing miscellaneous cracks and joints in the pavement using ASTM D3405. The work shall commence within 14 days’ notice from the County or as agreed upon between the vendor and the agency. Materials: The material used shall meet the following requirements: ASTM Standard D6690 Testing Joint Sealants, Hot-poured, for Concrete and Asphalt Pavements. General Requirements The joint sealant shall be composed of a mixture of materials that will form a resilient and adhesive compound capable of effectively sealing joints and cracks in concrete and asphaltic pavements against the infiltration of moisture and foreign material throughout repeated cycles of expansion and contraction with temperature changes, and that will not, at ambient temperatures, flow from the joint or be picked up by vehicles tires. The material shall be capable of being brought to a uniform pouring consistency suitable or completely filling the joints without inclusion of large air holes or discontinuities and without damage to the material. It shall remain relatively unchanged at pouring temperature in the field. Physical Requirements Safe Heating Temperature. The safe heating temperature is the highest temperature to which the sealant can be heated and still conform to all the requirements specified herein. For purpose of testing as specified hereafter, the pouring temperature shall be the same as safe heating temperature. The safe heating temperature shall be set forth by the manufacturer and shall be shown on all containers and shall be provided to the testing agency before any laboratory tests are begun. Penetration at 77°F (25°C), 150g, 5s, shall not exceed 90. Flow at 140°F (60°C) shall not exceed 3.0mm. 05polymer crackseal.docx Page 1 of 4 Revised 11/30/2015 ITEM ______ POLYMER MODIFIED ASPHALT JOINT AND CRACK SEALANT: Bond. The sealant shall be tested at -20°F (-29°C) for three complete cycles. The development at any time during the test procedure of a crack, separation, or other opening that at any point is over ¼" (6.4mm) deep, in the sealer or between the sealer and mortar block, shall constitute failure of the test specimen. The depth of the crack, separation, or opening shall be measured perpendicular to the side of the sealer showing the defect. All three specimens must meet this requirement for bond. As an alternative to the bond test as specified, the specifying agency may permit testing at 0°F (- 17.8°C) in the alternative procedure. Methods D6690. Resilience. When tested at 77°F (25°C), the recovery shall be a minimum of 60%. Asphalt Compatibility. There shall be no failure in adhesion, formation of an oily exudate at the interface between the sealant and the asphaltic concrete, or softening or other deleterious effects on the asphaltic concrete or sealant when tested at 140°F (60°C). Packaging and Marking: The sealing compound shall be delivered in the manufacturer's original sealed containers. Each container shall be legibly marked with the name of the manufacture, the trade name of the dealer, the manufacturer's batch number or lot, the pouring temperature and the safe heating temperature. Test Methods: The physical requirements enumerated in this specification shall be determined in accordance with Methods D3407. CONSTRUCTION DETAILS Heat, haul, deliver (in hot oil-heated, containerized, mobile tanks), clean cracks (air compressor with minimum 125 cfm), and seal cracks at the locations. Vendor to supply and operate all equipment, including that required to clean and seal cracks. Only well defined, single cracks shall be sealed. Sealing shall be limited to cracks not less than one eighth inch wide not more than one inch wide, at locations as directed by the Engineer or agency representative. Cracks with varying widths, portions of which are one eighth inch wide or greater, shall be sealed along their entire length. Longitudinal cracks in the travel lane shall be sealed, Centerline cracks, cracks between lanes, and edge or pavement cracks may be filled or sealed. Where secondary cracking exists, seal only the primary (widest) crack. Do not seal secondary cracks, or excessive material width and thickness will result. All cracks shall be thoroughly cleaned of dust, dirt, foreign material, sand and any other extraneous materials by high pressure air or a hot air lance. When using a hot air lance, care shall be taken so as not to burn, scorch or ignite the adjoining pavement to prevent recontamination of the crack. The crack sides shall appear thoroughly clean and dry immediately prior to sealing. The Vendor shall be ordered to re-clean cracks, if in the opinion of the agency representative, adequate cleaning and drying is not evident. Any cracks not sealed the same day shall be re-cleaned prior to sealing. Cracks shall be sealed by placing the applicator wand in or directly over the crack recess and carefully discharging the sealant just to fill the crack. The material shall be struck off flush with 05polymer crackseal.docx Page 2 of 4 Revised 11/30/2015 ITEM ______ POLYMER MODIFIED ASPHALT JOINT AND CRACK SEALANT: the pavement surface using a sealing shoe and/or "V" shaped squeegee pressed firmly against the roadway surface. Only a narrow, thin "film" or material shall be permitted on the pavement surface, no greater than two inches wide and one thirty-second inch thick. Sealant in excess of the specified thin "film" amount shall be removed from the pavement surface and disposed of properly, at the Contractor's expense. Traffic shall not be allowed on the sealant until it has cooled sufficiently and will not track. A low pressure, light spray of water may be used to accelerate cooling of the filler or sealant. Blotting with fine aggregate will not be allowed. Sealant that becomes damaged from traffic or from the removal of over applied amounts shall be repaired. The areas shall be cleaned with high pressure air and then have additional sealant applied to the satisfaction of the Engineer or agency representative, at the Vendor's expense. Deficient areas where sealant has sunk into the crack more than three eighths inch below the pavement surface shall be cleaned with high pressure air and additional sealant installed to the satisfaction of the Engineer or Agency representative, at the bid price. Cleaning of damaged or deficient areas shall not require removal of the sealant from a crack that has been sealed. Qualification of Bidders: a. All bidders will be required to have a minimum of 2 years’ experience installing hot fiber reinforced asphalt sealing similar to those specified in this contract. b. Within 3 working days of request by the County, The bidder must present evidence of experience as an asphalt sealant contractor for jobs equivalent to those of this contract and possessing financial standing, plant, machinery and equipment adequate to handle this project. The bidder must provide a list of contract work performed within the last 2 years. Roads To Be Crack Sealed: Roads to be crack sealed will be designated by the Associate Engineer - Highways. Maintenance and Protection of Traffic: The Contractor shall be responsible for the maintenance and protection of traffic in accordance with the current Manual of Uniform Traffic Control Devices (MUTCD) and supplements. a. The working hours of construction may have to be restricted on arterial functional classification streets. In general, lane reduction may be prohibited during the peak rush traffic hours of 7:00 AM to 9:00 AM and 4:00 PM to 6:00 PM Monday through Friday. The Contractor shall exhibit the ability to maintain adequate traffic flows to the satisfaction of the Associate Engineer - Highways. b. Temporary no parking signs may be necessary to facilitate traffic flows or crack seal curb lanes. The Contractor shall provide these temporary signs. The construction material for these signs shall be on a light weight card board paper stock or as approved by the Associate Engineer - Highways. The temporary no parking signs shall be in accordance with Sign No. P1- 2C of Part 221.5; Prohibition signs, of the current Manual of Uniform Traffic Control Devices (MUTCD) and supplements. Placement of signs will be as approved by the County Maintenance Supervisor - Roads on a per street basis. 05polymer crackseal.docx Page 3 of 4 Revised 11/30/2015 ITEM ______ POLYMER MODIFIED ASPHALT JOINT AND CRACK SEALANT: c. The Contractor must provide a minimum of one flag person at all times. The purpose of this flag person is to maintain directional vehicular and pedestrian traffic. An arrow board shall also be utilized to provide advance warning of lane changes and construction operations in addition to a flag person. Method of Measurement: The quantity to be paid shall be the actual installed number of gallons of polymer modified crack sealant cement at 60°F. The gallons will be verified by delivery tickers and measurements of asphalt cement volumes in the kettle prior to additions of fibers. No payment will be made for wasted material. Asphalt Price Adjustments: Asphalt price adjustments will be made according to the provisions provided in the asphalt adjustment appendix. Basis of Payment: The unit price bid shall be per gallon and include the cost of all maintenance and protection of traffic, labor, equipment and materials necessary to complete the work. Payment will be made under: Item No. Item Description Pay Unit D6690 Polymer Modified Crack Seal Gallons 05polymer crackseal.docx Page 4 of 4 Revised 11/30/2015 ITEM ______FIBER REINFORCED ASPHALT CRACK SEALER (PG 64-22) General: The work shall consist of cleaning and sealing cracks and joints in the existing pavement. All sealant shall be a fiber reinforced asphalt cement. The Contractor shall provide a listing of municipal and/or private projects where installation of asphalt cement sealant has occurred over the last two years. Before beginning the work the Contractor will be required to demonstrate to the satisfaction of the Associate Engineer - Highways, his competence in mixing and applying the fiber reinforced asphalt sealant in accordance with this specification. Description: The work to be done shall consist of performing all operations and furnishing all labor, equipment and materials for cleaning and sealing miscellaneous cracks and joints in the pavement using asphalt reinforced with polyester fiber. The work shall commence within 14 days’ notice from the County or as agreed upon between the vendor and the agency. Materials: The material used shall meet the following requirements: a. Asphalt cement shall be paving grade asphalt with a material designation 702 of the New York State Department of Transportation Specifications with a viscosity grade of PG 64-22. b. The fibers shall meet the following requirements: 1. Material: Polyester. 2. Length: 1/4" (one quarter inch). 3. Tensile Strength: 75,000 psi + 5,000 psi (pounds per square inch). 4. Specific Gravity: 1.32 to 1.40. 5. Melt Temperature: 480 deg F. minimum. 6. Elongation: 45%. c. The asphalt cement and fiber proportion shall be based on weight. The weight of the polyester fibers added to the asphalt cement shall be a minimum of 5% of the weight of the raw asphalt cement. d. The fiber reinforced asphalt cement shall be mixed at the temperatures recommended by the fiber manufacturers but shall not exceed 325 deg F. e. Blotting material shall be Black Beauty manufactured by H.B. Reed & Company, utility grade #1040 or approved equal. If the bidder is proposing an alternate material this must be clearly identified on the proposal page. CONSTRUCTION DETAILS: a. Surface Preparation - The Sealant shall be applied only when the joints and cracks and adjacent pavement surfaces are dry and free of dirt, vegetation, loose material, debris and loose sealant. Joints and cracks and adjacent pavement surfaces shall be cleaned by air blasting. Joints and cracks in excess of 1 inch width shall be repaired by the County before application of the sealant. b. Preparation of Asphalt Fiber Mixture - The sealant shall be mixed in a double jacketed kettle equipped with an agitator and re-circulating pump. The mixing unit shall be capable of maintaining the specified mixing temperature. c. Equipment - The asphalt kettle shall be a double jacket kettle with asphalt cement heated by transfer oil. The asphalt sealant shall be mixed by full sweep agitation. d. Application of Sealant - The pavement surface temperature shall be a minimum of 50 degrees F. during application. The sealant shall be pumped directly into the crack or joint from the mixing unit. The mixing unit shall have a distributor wand with a pancake design, with the applicator specifically designed to apply the sealant under pressure which compresses the sealant onto the pavement surface. The sealant shall overlap the crack at the pavement surface. The finished height of the sealant above the pavement surface shall be 1/8" to 3/16". 06Cracksealing PG64-22 w fibers.docx Page 1 of 3 Revised: 11/30/2015 ITEM ______FIBER REINFORCED ASPHALT CRACK SEALER (PG 64-22) e. Blotting Material - Blotting with fine aggregate shall directly follow sealant application if traffic is permitted immediately after crack sealing, within pedestrian areas or if the ambient temperature exceeds 75 degrees F. f. Demonstration - Before beginning the work the Contractor will be required to demonstrate to the satisfaction of the Associate Engineer - Highways, his competence in mixing and applying the fiber reinforced asphalt sealant in accordance with the specification. g. The working hours of construction may have to be restricted on arterial functional classification streets. In general, lane reductions may be prohibited during the peak rush traffic hours of 7:00 A.M. to 9:00 A.M. and 4:00 P.M. to 6:00 P.M. Monday through Friday. The Contractor shall exhibit the ability to maintain adequate traffic flows with a minimum of two lanes of traffic (1 lane in either direction) to the satisfaction of the Associate Engineer - Highways. h. Temporary no parking signs may be necessary to facilitate traffic flows or crack seal curb lanes. The Contractor shall provide these temporary signs. The construction material for these signs shall be on a light weight card board paper stock or as approved by the Associate Engineer - Highways. The temporary no parking signs shall be in accordance with Sign No. P1-2C of Part 221.5; Prohibition signs, of "The New York State Manual of Uniform Traffic Control Devices." Placement of signs will be as approved by the County Maintenance Supervisor - Roads on a per street basis. i. The Contractor must provide a minimum of one flag person at all times. The purpose of this flag person is to maintain directional vehicular and pedestrian traffic. An arrow board shall also be utilized to provide advance warning of lane changes and construction operations in addition to a flag person. Qualifications of Bidders: a. All bidders will be required to have a minimum of 2 years’ experience installing hot fiber reinforced asphalt sealing similar to those specified in this contract. b. Within 3 working days of request by the County, the bidder must present evidence of experience as an asphalt sealant contractor for jobs equivalent to those of this contract and possessing financial standing, plant, machinery and equipment adequate to handle this project. The bidder must provide a list of contract work performed within the last 2 years. Roads To Be Crack Sealed: Roads to be crack sealed will be designated by the Associate Engineer - Highways. Maintenance and Protection of Traffic: The Contractor shall be responsible for the maintenance and protection of traffic in accordance with the current Manual of Uniform Traffic Control Devices (MUTCD) and supplements. Method of Measurement: The quantity to be paid for shall be the actual installed number of gallons of asphalt cement at 60 degrees F. used within the fiber reinforced asphalt sealant. The gallons will be verified by asphalt cement delivery tickets and measurements of asphalt cement volumes in the kettle prior to additions of fibers. No payment will be made for wasted material. Expanded volume of the fiber reinforced asphalt sealant due to temperature and addition of fibers will be reduced by corresponding expansion when calculating waste materials. 06Cracksealing PG64-22 w fibers.docx Page 2 of 3 Revised: 11/30/2015 ITEM ______FIBER REINFORCED ASPHALT CRACK SEALER (PG 64-22) ASPHALT PRICE ADJUSTMENTS: Asphalt price adjustments will be made according to the provisions provided in the asphalt adjustment appendix. Basis of Payment: The unit price bid shall be per gallon and include the cost of all maintenance and protecting traffic, labor, equipment and materials necessary to complete the work. Payment will be made under: ITEM NO. ITEM PAY UNIT FIBER REINFORCED ASPHALT CRACK SEALER (PG 64-22) Gallon 06Cracksealing PG64-22 w fibers.docx Page 3 of 3 Revised: 11/30/2015 ITEM __________ PAVER RENTAL DESCRIPTION: The contractor shall supply on a rental basis a HMA Paver/ finishing machine of approved type with an operator and screed man to any location within Monroe County. The paver rental price shall include furnishing and all necessary maintenance, fuel, and all equipment, mobilization and dismantlement. The Paver shall be available within 14 days’ notice from the County or as agreed upon between the vendor and the agency. The vendor / contractor will be responsible for the delivery and pick up of the paver to any destination within Monroe County. Bituminous material will be hauled to the paver / finishing machine by others. EQUIPMENT: 1. The Standard Paver equipment shall meet the requirements of the New York State Department of Transportation Standard Specifications, Section 400 latest revision and be in good working condition. The finishing machine shall be designed with standard compaction equipment such as tamping bars and/or pressure screed. The use of electronic screed and leveling devices are required. 2. Sidewalk Paver shall meet the requirements of Monroe County. The equipment shall be able to pave 4’ – 7’ as requested by the Associate Engineer or his / hers designee. PAVER OPERATOR, PAVER GROUND MAN , HEAVY LABORER (Optional) : This pay item will provide a qualified person to operate the paver, to operate the paver screed, or an optional heavy labor on an hourly basis (both regular time and overtime) if required by the County, regardless of the asphalt quantity. Overtime is defined as the hours worked per day over 8 hours. All operator or heavy laborers will have all OSHA required clothing and safety equipment. MAINTENANCE AND PROTECTION OF TRAFFIC: The agency shall be responsible for the maintenance and protection of traffic during the rental period in accordance with the current Manual of Uniform Traffic Control Devices (MUTCD) and supplements. The vendor will be responsible for maintenance and protection of traffic during delivery and pickup of the unit from the project site, in accordance with the current Manual of Uniform Traffic Control Devices (MUTCD) and supplements. METHOD OF MEASUREMENT: Equipment and Operator(s): The quantity to be paid under this item shall be the number of half or full day’s rental for the paver. A half day is defined as 4 hours or less and a full day is for over 4 hours. The quantity for the paver operator, screedman and heavy laborer (optional) shall be hourly charge for regular hours and hourly charge for overtime hours. Regular hours is defined as 8 hours. Overtime hours is defined as hours worked greater than 8 hours. 07A Paver Rental.docx 1 of 2 Revised: 11/30/15 ITEM __________ PAVER RENTAL The initial equipment move shall be included in the daily rate for half day or full day rental. Any additional equipment moves to another location during the rental period, requiring a low boy trailer move shall be paid as additional mobilization move at a fixed price of $500 for each move. BASIS OF PAYMENT: Payment will be made under: The unit price will include all costs for equipment associated with use of the machine. Payment will be made for either half day (0 – 4 hours) or a full day rate (> 4 hours). Description Pay Unit Standard Paver Rental – Half Day Half Day Standard Paver Rental – Full Day Full Day Sidewalk Paver – Half Day Half Day Sidewalk Paver – Full Day Full Day Additional Mobilization – Equipment Moves Fixed Price Paver Operator – Regular Hour Paver Operator - Overtime Hour Screed Man - Regular Hour Screed Man - Overtime Hour Heavy Laborer (optional) - Regular Hour Heavy Laborer (optional) - Overtime Hour 07A Paver Rental.docx 2 of 2 Revised: 11/30/15 ITEM __________ ASPHALT ROLLER RENTAL DESCRIPTION: The contractor shall supply on a rental basis a 10 or 5 ton dual drum hot HMA Roller to any location within Monroe County. The Roller rental price shall include delivery and furnishing of equipment, all necessary maintenance items, fuel, mobilization and dismantlement. The Roller shall be available within 14 days’ notice from the County or as agreed upon between the vendor and the agency. The vendor / contractor will be responsible for the delivery and pick up of the Roller to any destination within Monroe County. A roller operator shall be provided as an option at an additional cost per hour. EQUIPMENT: 1. The 10 Ton Steel Vibratory / Static Roller equipment shall meet the requirements of the New York State Department of Transportation Standard Specifications, Section 400 latest revision and be in good working condition. 2. The 5 Ton Steel Vibratory / Static Roller equipment shall meet the requirements of the New York State Department of Transportation Standard Specifications, Section 400 latest revision and be in good working condition. Water: The authorizing agency shall be responsible for supplying a source of water. The Contractor shall be responsible to provide the labor and equipment to haul and distribute the necessary water to the project site. OPERATOR: This item will provide a qualified person to operate the roller on an hourly basis (both regular time and overtime) if required by the County, regardless of the asphalt quantity. Overtime is defined as the hours worked per day over 8 hours. The roller operator will have all OSHA required clothing and safety equipment METHOD OF MEASUREMENT: Equipment: The quantity to be paid under this item shall be the number of half or full day’s rental provided. Operator: The quantity to be paid under this item shall be the number of straight time hours and the number of overtime hours worked. BASIS OF PAYMENT: Payment will be made under: Item No. Description Pay Unit 10 Ton Roller Rental – Half Day Half Day 10 Ton Roller Rental – Full Day Full Day 5 Ton Roller Rental – Half Day Half Day 5 Ton Roller Rental – Full Day Full Day Roller Operator – Straight Time Hours Roller Operator - Overtime Hours 07E Asphalt Roller Rental.docx 1 of 1 Revised: 11/30/15 ITEM __________ ASPHALT ROLLER RENTAL 07E Asphalt Roller Rental.docx 2 of 1 Revised: 11/30/15 ITEM __________ ROAD WIDENER RENTAL DESCRIPTION: The contractor shall supply on a rental basis a Road Widener of approved type to any location within Monroe County. The Road Widener rental price shall include furnishing and all necessary maintenance, fuel, and all equipment, mobilization and dismantlement. The Road Widener shall be available within 14 days’ notice from the County or as agreed upon between the vendor and the agency. The vendor / contractor will be responsible for the delivery and pick up of the road widener to any destination within Monroe County. Material will be hauled to the Road Widener machine by others. EQUIPMENT: The Road Widener equipment shall meet the following requirements, self-propelled, turbo charged diesel powered, hydrostatically driven, rubber tired road widener/shoulder paving machine. It shall be suitable for receiving, feeding, and spreading aggregate and bituminous paving materials to proper grade slope to the right hand side or left hand side of the working lane for widths from 1 (30.5 cm) to 8 feet (2.44 m). The equipment shall have the following capabilities: Strike-OFF Blade Blade--Bull-nose type, 18” tall (45.7cm), reversible, with torque tubes for rigidity. Blade sections shall be (2) 13 in long and (2) 26 in long, bolt on type. Storage for blade sections shall be provided in convenient, lockable location. Blade shall be able to swing alongside machine for travel and shipment. Vertical adjustable support Column for RH and/or LH strike-off blade Support Column tube shall be adjustable to allow raising or lower spreader blade travel to meet varying project conditions including placing materials further below grade than standard settings allow and shall be heavy duty for stability at various widths. Column and Strike-off Blade shall be mounted in front of operator location Hydraulic Control- Grade: Strike-off height (grade) shall be hydraulically adjustable from operator control panel – either up or down. Hydraulic Control-Slope: Strike-off slope shall be hydraulically adjustable from operator control panel and use hydraulic cylinder for both positive and negative slope adjustment. Hydraulic Control-Variable Width Blade A Variable width, hydraulic extendable strike off section shall be provided, 26 in length extendable to 38 in (12in. stroke). 07F Road Widner Rental.docx 1 of 3 Revised Date 11/30/15 ITEM __________ ROAD WIDENER RENTAL Push bar shall be provided to keep strike-off blade in proper position once set to place materials and be telescoping type with quick pins for fast set-up and changes. Inside Edge Plate - shall be provided to keep paving material in front of the strike-off and away from the main road surface. Outer Edge Plate - shall be provided at the outer end of the strike-off blade to retain shoulder paving material within the desired width. PUSH ROLLERS Rollers – shall be self-cleaning and oscillating type to maintain proper truck alignment. Frame - push roller frame must be hydraulically extendable (14" (35 cm) travel) from operator station to match with various types of trucks. Road Widener Operator (optional): This item will provide a qualified person to operate the road widener on an hourly basis (both regular time and overtime) if required by the County. Overtime is defined as the hours worked per day over 8 hours. The road widener operator will have all OSHA required clothing and safety equipment. Road Widener Ground man (optional): This item will provide a qualified person to perform the function of ground man for the road widener on an hourly basis (both regular time and overtime) if required by the County. Overtime is defined as the hours worked per day over 8 hours. The road widener operator will have all OSHA required clothing and safety equipment. MAINTENANCE AND PROTECTION OF TRAFFIC: The agency shall be responsible for the maintenance and protection of traffic in accordance with the current Manual of Uniform Traffic Control Devices (MUTCD) and supplements. The vendor will be responsible for maintenance and protection of traffic during delivery and pickup of the unit from the project site, in accordance with the current Manual of Uniform Traffic Control Devices (MUTCD) and supplements. METHOD OF MEASUREMENT: EQUIPMENT: The quantity to be paid under this item shall be the number of half or full day’s rental provided for the equipment. The initial equipment move shall be included in the daily rate for half day or full day rental. Additional equipment moves to another location during the rental period, requiring a low boy trailer shall be paid as additional mobilization move at a fixed rate of $500 for each move. ROADWIDENER OPERATOR & ROAD WIDENER GROUND MAN: The quantity to be paid under this item shall be the number of regular hours and overtime hours worked. Overtime is defined as the hours worked per day over 8 hours. 07F Road Widner Rental.docx 2 of 3 Revised Date 11/30/15 ITEM __________ ROAD WIDENER RENTAL BASIS OF PAYMENT: Payment will be made under: The unit price will include all costs for equipment associated with use of the machine. Payment will be made for either half day (0 – 4 hours) or a full day rate (> 4 hours). Description Pay Unit Road Widener – Half Day Half Day Road Widener – Full Day Full Day Road Widener Operator – Regular Hour Road Widener Operator - Overtime Hour Road Widener Ground Man - Regular Hour Road Widener Ground Man - Overtime Hour Additional Mobilization – Equipment Moves Fixed Price 07F Road Widner Rental.docx 3 of 3 Revised Date 11/30/15 ITEM __________TACK COAT - APPLIED DESCRIPTION: Provide bituminous liquid tack coat material and distributor w/operator to apply material in accordance with the manufacturer’s and/or owner’s recommendations. MATERIAL REQUIREMENT: Material shall meet the requirements of the New York State Department of Transportation Standard Specifications, Section 702, latest revision, for bituminous liquid tack coat and rapid breaking tack coat material. CONSTRUCTION REQUIREMENTS: The material shall be delivered to the site upon 24 hours’ notice and applied in accordance with NYSDOT Standard Specifications, Section 407, latest revision. BASIS OF BID: The unit price bid shall include all costs to furnish, deliver and install the material at the recommended and/or agreed upon application rates. The unit bid price shall be the cost per gallon factoring in an established price of $125 / hour for the rental of the bituminous distributor with operator. METHOD OF MEASUREMENT: The quantity of material to be paid for shall be measured by the number of gallons used. The number of hours charged for the distributor truck and operator will only be for hours on the project site. No payment will be made for travel to and from the project site or for mechanical breakdown of the distributor. The time charged shall be agreed upon for the project at the end of each working period by the project superintendent. BASIS OF PAYMENT: Payment will be made under: Item Description Pay Unit Bituminous Liquid Tack Coat Gallon Rapid Breaking Bituminous Liquid Tack Coat Gallon Tack Coat Distributor rental w/operator Fixed price $125 / hr. 07Tack Coat - Applied.docx 1 of 1 Revised Date: 11/27/12 ITEM COLD IN PLACE RECYCLING OF BITUMINOUS PAVEMENTS (TYPE II ) DESCRIPTION This work, performed by the contractor, shall consist of recycling the existing bituminous pavement using the Type II process as indicated in the bid item to a specified depth and width in a single pass per lane width. The single pass recycling system shall have the capability to incorporate additional aggregate (if required); excavate existing pavement by cold milling (Type II) or screen and crush the milled pavement to the required gradation (Type I); proportion, mix and compact the Reclaimed Asphalt Pavement (RAP*) with Asphalt Emulsion and place in accordance with the lines, grades and depth established by the contracting Agency. After the existing pavement has been removed, it shall not be returned to grade until it has been completely processed for final placement. MATERIALS Materials shall meet the New York State Department of Transportation Standard Specifications, Construction and Materials latest revision Bituminous material Asphalt Emulsion shall meet the requirements of the most current version of NYSDOT Section 702, Bituminous Materials. Liquid materials required for remixing with the recycled pavement material shall be medium setting asphalt emulsion grade HFMS-2 or grade CMS-2. The material shall be obtained from a storage facility that has been approved by the NYSDOT materials bureau. Additives Additives may be used to improve the quality of the resulting recycled pavement. Rejuvenators may be added to increase the penetration of the existing asphalt cement. Additives may be combined with the asphalt emulsion prior to construction or may be added during construction. HFMS-2 asphalt emulsion with a polymer modification may be substituted for unmodified HFMS-2 asphalt emulsion and payment shall be made at the bid price approved for the project. Water shall meet the requirements of Section 712-01, Water. Aggregate (if required) shall meet the requirements of Section 703, Aggregates. Prior to the mixing and placing operation, the RAP and imported aggregate (if required) shall meet the following gradation: SIEVE SIZE % PASSING 1 ½” 100 EQUIPMENT The equipment shall consist of a self-propelled machine capable of pulverizing in-situ bituminous pavement to a depth shown on the plans, or as directed by the contracting agency, in one pass per lane width. The machine shall have a minimum rotor cutting width of 10 feet, standard automated grade and slope controls, and the capability of maintaining a consistent depth of cut. The asphalt emulsion stabilizing additive shall be applied through a separate mixing machine capable of blending the sized RAP into a homogeneous mixture. Placement of the blend materials to grade shall be such that segregation is minimized. 08cold in place recycling Type II.docx 1 of 4 Highway Material – Group I 12/1/15 ITEM COLD IN PLACE RECYCLING OF BITUMINOUS PAVEMENTS (TYPE II ) The mixing equipment shall have a positive displacement asphalt emulsion pump which shall be interlocked with the dry materials feeding system so that wet and dry components are volumetrically consistent. The vendor shall supply all compaction equipment. All compaction equipment shall appear on the current NYS Approved List. Compaction equipment shall be pneumatic tire and/or a dual drum, vibratory roller of adequate weight and drum diameter to complete the consolidation of the recycled mat. The roller shall have a pressure water spray system and scrapers to keep the recycled pavement from adhering to the drums. CONSTRUCTION REQUIREMENTS The pavement to be recycled shall be excavated by cold milling to the length, width and depth as specified by the contracting agency, processed and placed as per this specification. The cold milling machine shall be capable of cutting to the depth and lane width required and shall be equipped with automatic grade and slope controls. When required by the Job Mix Formula, additional aggregate shall be imported and placed on the existing pavement prior to the removal of the pavement to be recycled. The imported aggregate shall be incorporated with the recycled asphalt pavement (RAP) by the milling machine as it progresses forward. Water is required for cooling of the milling machine cutter head and is added to enhance mixing and compaction. Such additional water shall be added at the cutting head prior to the mixing and placing of the processed material. Introduction of the asphalt emulsion into the mixing chamber shall be through a positive displacement liquid metering system. The flow of the asphalt emulsion shall be electronically interlocked with the processed recycled material feed so they will start and stop simultaneously. Placing of the processed recycled material shall be done to the specified lane width and depth in the path removed by the cold milling operation. Placement shall be done after the cold milling, and mixing are completed with no material being returned to the newly milled surface until final placement can be accomplished. Final placement shall be done with a floating, vibrating screed which can be crowned at the center. The screed shall be capable of placin

39 W Main St, Rochester, NY 14614Location

Address: 39 W Main St, Rochester, NY 14614

Country : United StatesState : New York