A meeting of the Manatee County Port Authority will be held during a Land Use meeting Thursday, September 22, 2022, at 1:30 p.m., or as soon as is practicable, in the Patricia M. Glass Commission Chambers on the first floor of the County Administrative Center at 1112 Manatee Avenue West, Bradenton, Florida
MANATEE COUNTY PORT AUTHORITY AGENDA
September 22, 2022
1:30 p.m.
The Manatee County Port Authority may take action on any matter during this meeting, including those items set forth within this agenda. The chairperson, at the option of the chairperson, may take business out of order if the chairperson determines that such a change in the agenda’s schedule will expedite the business of the Port Authority.
CALL TO ORDER
Public Comments
1. Consent Agenda
Public Comments
Executive Director Comments Commissioner Comments
According to Section 286.0105, Florida Statutes, any person desiring to appeal any decision made by the Port Authority with respect to any matter considered at this meeting will need a record of the proceedings, and for such purpose may need to ensure that a verbatim record of the proceedings is made, which includes the testimony and evidence upon which the appeal is to be based.
Reggie Bellamy, Chairman
George Kruse, 1st Vice-Chairman; Misty Servia, 2nd Vice Chairman James Satcher, 3rd Vice-Chairman; Vanessa Baugh, Member; Kevin Van Ostenbridge, Member; Carol Whitmore, Member
CONSENT AGENDA
Warrant List
Minutes July 26, 2022, August 9, 2022
Budget Resolution
Port Manatee Tariff No. 3 Items 115 and 365
Insurance Renewals 2022 – 2023
Deletion of Port Assets
Approval for Update to Mission Statement
Approval of the Sublease Between Martin Marietta and Maschmeyer Concrete Company of Florida
U.S. Coating Specialist Retainage Percentage Adjusted
Ratify/Affirm Emergency Change Order to Midcoast for Berth 11 Void
Drop Trailer Lot Paving Contract Award
Port Manatee and Kinder Morgan Lease Amendment Two
RECOMMENDATION:
Move to approve the Consent Agenda incorporating the language as stated in the recommended motions on the cover sheets for the Consent Agenda items.
XXXXXXX | V019302 | ABBOTT, PAUL SCOTT | 731.25 | |
AP | XXXXXXX | V016081 | AECOM TECHNICAL SERVICES INC | 97,075.80 |
AP | XXXXXXX | V104700 | AJAX PAVING INDUSTRIES INC OF | 317,277.48 |
AP | XXXXXXX | V029295 | AMAZON CAPITAL SERVICES INC | 7,299.00 |
AP | XXXXXXX | V029295 | AMAZON CAPITAL SERVICES INC | 924.99 |
AP | XXXXXXX | V029295 | AMAZON CAPITAL SERVICES INC | 889.49 |
AP | XXXXXXX | V029295 | AMAZON CAPITAL SERVICES INC | 418.97 |
AP | XXXXXXX | V023321 | AMERICAN EXPRESS TRAVEL RELATE | 94.85 |
AP | XXXXXXX | V113719 | APEX OFFICE PRODUCTS INC | 676.26 |
AP | XXXXXXX | V023254 | ARCPOINT LABS OF SARASOTA | 195.00 |
AP | XXXXXXX | V118009 | AT AND T | 71.11 |
AP | XXXXXXX | V016756 | ATKINS NORTH AMERICA INC | 48,298.40 |
AP | XXXXXXX | V028127 | ATTAWAY SERVICES ELECTRICAL IN | 1,968.64 |
WT | XXXXXXX | V019189 | BANK OF AMERICA | 3,424.81 |
AP | XXXXXXX | V002730 | BANK OF AMERICA | 1,041.43 |
AP | XXXXXXX | V004571 | BATTERY USA INC | 666.00 |
AP | XXXXXXX | V004571 | BATTERY USA INC | 220.00 |
AP | XXXXXXX | V027089 | BERMELLO AJAMIL AND PARTNERS I | 4,125.00 |
AP | XXXXXXX | V015400 | BIG EARTH LANDSCAPE SUPPLY | 472.00 |
AP | XXXXXXX | V015400 | BIG EARTH LANDSCAPE SUPPLY | 236.00 |
AP | XXXXXXX | V012515 | BIG RED INC | 13,000.00 |
AP | XXXXXXX | V162113 | BOBS CARPET MART | 25,175.00 |
AP | XXXXXXX | V009839 | BRYANT MILLER AND OLIVE PA | 6,760.04 |
AP | XXXXXXX | V009839 | BRYANT MILLER AND OLIVE PA | 4,207.50 |
AP | XXXXXXX | P000278 | BUQUERAS, CARLOS | 3,736.19 |
AP | XXXXXXX | P000278 | BUQUERAS, CARLOS | 1,303.56 |
AP | XXXXXXX | V029174 | CHARTER COMMUNICATIONS | 816.83 |
AP | XXXXXXX | V029174 | CHARTER COMMUNICATIONS | 223.94 |
AP | XXXXXXX | V021377 | CINTAS CORPORATION | 790.44 |
AP | XXXXXXX | V282890 | DISCOUNT LOCK AND KEY INC | 386.00 |
WT | XXXXXXX | V334600 | DIVISION OF RETIREMENT, FLORID | -2.84 |
AP | XXXXXXX | V022096 | ENTECH | 395.00 |
AP | XXXXXXX | V022096 | ENTECH | 935.25 |
AP | XXXXXXX | V022096 | ENTECH | 2,318.36 |
AP | XXXXXXX | V022096 | ENTECH | 3,393.90 |
AP | XXXXXXX | V022096 | ENTECH | 187.50 |
AP | XXXXXXX | V001198 | ENTERPRISE FLORIDA | 1,500.00 |
AP | XXXXXXX | V005537 | ESL POWER SYSTEMS INC | 13,428.70 |
AP | XXXXXXX | V320642 | FAIRBANKS SCALES | 866.00 |
AP | XXXXXXX | V323190 | FASTENAL COMPANY | 73.58 |
AP | XXXXXXX | V017454 | FIRST CHOICE MARINE SUPPLY | 288.00 |
ZP | XXXXXXX | L333009 | FLEET PRODUCTS | 530.38 |
ZP | XXXXXXX | L333009 | FLEET PRODUCTS | 1,009.44 |
ZP | XXXXXXX | L333009 | FLEET PRODUCTS | 1,638.24 |
AP | XXXXXXX | V334298 | FLORIDA MUNICIPAL INSURANCE TR | 111,133.00 |
AP | XXXXXXX | V019619 | FLORIDA POWER AND LIGHT COMPAN | 105,907.41 |
AP | XXXXXXX | V019619 | FLORIDA POWER AND LIGHT COMPAN | 26,900.17 |
AP | XXXXXXX | V019619 | FLORIDA POWER AND LIGHT COMPAN | 8,032.67 |
AP | XXXXXXX | V021937 | FRONTIER COMMUNICATIONS OF FLO | 2,407.49 |
AP | XXXXXXX | V021937 | FRONTIER COMMUNICATIONS OF FLO | 119.66 |
ZP | XXXXXXX | L007982 | FRONTIER LIGHTING INC | 448.30 |
AP | XXXXXXX | V020807 | GENUINE AUTOMOTIVE | 340.09 |
AP | XXXXXXX | V020807 | GENUINE AUTOMOTIVE | 26.79 |
AP | XXXXXXX | V020114 | GOOLJAR MUTIS AND LOMBANA LLC | 2,000.00 |
AP | XXXXXXX | V385628 | GRAINGER INC, W W | 1,690.79 |
AP | XXXXXXX | V385628 | GRAINGER INC, W W | 1,277.68 |
AP | XXXXXXX | V009540 | GRAPEVINE COMMUNICATIONS INTER | 9,150.00 |
AP | XXXXXXX | V007986 | GREATER TAMPA BAY MARINE ADVIS | 1,666.66 |
WT | XXXXXXX | V027081 | HANCOCK WHITNEY BANK | 29,253.12 |
AP | XXXXXXX | V023500 | HOME DEPOT CREDIT SERVICES | 1,113.61 |
AP | XXXXXXX | V004875 | J2 ARTS INC | 250.00 |
AP | XXXXXXX | V004875 | J2 ARTS INC | 985.00 |
AP | XXXXXXX | V012352 | JANI KING OF TAMPA BAY | 1,426.00 |
AP | XXXXXXX | V027228 | JENNI AND GUYS | 255.00 |
WT | XXXXXXX | V026038 | JOCELYN HONG AND ASSOCIATES | 5,000.00 |
AP | XXXXXXX | V493800 | JOHNSON PRINTING | 1,363.80 |
AP | XXXXXXX | V520115 | KIMBALL MIDWEST | 258.36 |
AP | XXXXXXX | V520115 | KIMBALL MIDWEST | 260.25 |
AP | XXXXXXX | V029731 | KMPARTS COM INC | 11,999.60 |
AP | XXXXXXX | V013723 | LOGISTEC USA INC | 7,000.00 |
AP | XXXXXXX | V022184 | LOUIS PRYOR SUPPLY INC | 1,103.16 |
AP | XXXXXXX | V004489 | LOWES HOME CENTER INC | 17.06 |
AP | XXXXXXX | V023184 | LYNCH OIL COMPANY INC | 2,083.84 |
AP | XXXXXXX | V023184 | LYNCH OIL COMPANY INC | 3,204.48 |
AP | XXXXXXX | V023184 | LYNCH OIL COMPANY INC | 1,679.07 |
AP | XXXXXXX | V024291 | MACKAY COMMUNICATIONS INC | 168.60 |
AP | XXXXXXX | V625403 | MAINTENANCE TOO PAPER CO INC | 171.45 |
AP | XXXXXXX | V028850 | MANATEE BROADCASTERS INC | 3,500.00 |
AP | XXXXXXX | V004140 | MANATEE COUNTY PUBLIC WORKS DE | 33.10 |
AP | XXXXXXX | V004140 | MANATEE COUNTY PUBLIC WORKS DE | 3,278.09 |
AP | XXXXXXX | V004140 | MANATEE COUNTY PUBLIC WORKS DE | 7,284.43 |
AP | XXXXXXX | V004140 | MANATEE COUNTY PUBLIC WORKS DE | 6,313.99 |
AP | XXXXXXX | V627108 | MANATEE PRINTERS INC | 206.12 |
AP | XXXXXXX | V000259 | MANATEE SPORTS UNLIMITED | 965.02 |
AP | XXXXXXX | V000259 | MANATEE SPORTS UNLIMITED | 875.39 |
AP | XXXXXXX | V028973 | MCGRIFF INSURANCE SERVICES INC | 43,633.35 |
AP | XXXXXXX | V025892 | OCEANSIDE PROMOTIONS | 1,005.00 |
AP | XXXXXXX | V028053 | ORKIN LLC | 2,742.46 |
AP | XXXXXXX | V028053 | ORKIN LLC | 915.00 |
AP | XXXXXXX | V028053 | ORKIN LLC | 110.00 |
AP | XXXXXXX | V708015 | OTIS ELEVATOR | 3,188.52 |
AP | XXXXXXX | V029578 | PALMETTO ACE HARDWARE | 19.99 |
AP | XXXXXXX | V736427 | PITNEY BOWES CREDIT CORP | 141.00 | |
AP | XXXXXXX | V028846 | PORT OF PORT MANATEE PROPELLER | 420.00 | |
AP | XXXXXXX | V746898 | PRINTWORKS | 278.90 | |
AP | XXXXXXX | V776386 | RING POWER CORP | 1,681.14 | |
AP | XXXXXXX | P000392 | RODRIGUEZ, FELIPE | 63.29 | |
AP | XXXXXXX | V015633 | SIEMENS INDUSTRY INC | 99,948.00 | |
AP | XXXXXXX | V015633 | SIEMENS INDUSTRY INC | 32,650.00 | |
AP | XXXXXXX | V015633 | SIEMENS INDUSTRY INC | 34,591.70 | |
AP | XXXXXXX | V028186 | SIOLI ALEXANDER PINO | 9,549.30 | |
AP | XXXXXXX | V018137 | STANTEC CONSULTING SERVICES IN | 27,453.12 | |
WT | XXXXXXX | V874841 | STATE OF FLA DEPT OF REVENUE | 11,285.38 | |
AP | XXXXXXX | V875019 | STATE OF FLORIDA | 804.60 | |
AP | XXXXXXX | V875019 | STATE OF FLORIDA | 797.90 | |
AP | XXXXXXX | V894121 | SUMMERS RAILROAD CONTRACTOR | I | 27,199.83 |
AP | XXXXXXX | V894828 | SUNSHINE STATE ONE CALL | 130.56 | |
AP | XXXXXXX | V901518 | TAMPA BAY STEEL CORPORATION | 2,353.65 | |
AP | XXXXXXX | V901518 | TAMPA BAY STEEL CORPORATION | 2,353.89 | |
AP | XXXXXXX | V906395 | TERRY SUPPLY COMPANY | 420.42 | |
AP | XXXXXXX | V906395 | TERRY SUPPLY COMPANY | 119.66 | |
AP | XXXXXXX | V029883 | THE BRIDGES GROUP INTERNATIONA | 7,569.00 | |
AP | XXXXXXX | V029886 | THREE SEASONS OUTDOOR LIVING A | 636.00 | |
AP | XXXXXXX | P000397 | TILLOTSON, CHARLES D | 237.00 | |
AP | XXXXXXX | P000397 | TILLOTSON, CHARLES D | 150.03 | |
AP | XXXXXXX | V923225 | TROPHY CASE, THE | 60.00 | |
AP | XXXXXXX | V027963 | UNIFIRST FIRST AID AND SAFETY | 61.63 | |
AP | XXXXXXX | V006904 | UNITED REFRIGERATION INC | 17,628.33 | |
AP | XXXXXXX | V006904 | UNITED REFRIGERATION INC | 1,439.88 | |
AP | XXXXXXX | V009667 | VERIZON WIRELESS | 332.12 | |
AP | XXXXXXX | V009667 | VERIZON WIRELESS | 1,372.94 | |
AP | XXXXXXX | V021915 | WEBTIVITY MARKETING AND DESIGN | 140.00 | |
AP | XXXXXXX | P000292 | ZIMMERMANN,VIRGINIA | 1,073.86 |
Total warrants (checks) for period reported 1,264,774.19
MANATEE COUNTY PORT AUTHORITY REGULAR MEETING
COUNTY ADMINISTRATION BUILDING, HONORABLE PATRICIA M. GLASS CHAMBERS
1112 Manatee Avenue West Bradenton, Florida
July 26, 2022
Present were:
Reggie Bellamy, Chairman
George W. Kruse, First Vice-Chairman Misty Servia, Second Vice-Chairman James A. Satcher III, Third Vice-Chairman Vanessa Baugh
Kevin Van Ostenbridge Carol Whitmore
Also present were:
Carlos Buqueras, Executive Director Jennifer R. Cowan, Port Authority Attorney
Dustin Peebles, Accounting, Clerk of the Circuit Court Robin Toth, Deputy Clerk, Clerk of the Circuit Court
Chairman Bellamy called the meeting to order at 9:46 a.m.
AGENDA PA20220726DOC001
PUBLIC COMMENTS
There being no public comments, Chairman Bellamy closed public comments.
CONSENT AGENDA PA20220726DOC002
A motion was made by Member Whitmore, seconded by Member Van Ostenbridge, and carried 7-0, to approve the Consent Agenda, incorporating the language as stated in the recommended motions on the cover sheets for the Consent Agenda.
WARRANT LIST
Accepted Warrant Listing from June 6, 2022, to July 13, 2022 PA230220726DOC003
MINUTES
Approved the Minutes of June 16, 2022
BUDGET RESOLUTIONS
Ratified and affirmed approval by the Executive Director of Budget Resolutions PA-22-13 and PA-22-15, budgeting the following:
PA-22-13:
Budget Amendment PA-21-12 was approved on June 16, 2022, for a new roof at warehouse 10. A new project account has been set up for the roof. This budget amendment reallocates the budgeted funds from the maintenance department to a new project account for a new roof at Warehouse 10 (no change in the budget amount);
$76,995 of Port cash for the upgrade and replacement of the Port’s existing access control readers located at the Port’s south gate. Also reallocates
$48,000 from operating to the new capital project account;
$150,000 for the mass notification alarm system awarded on the 2019 Port Security Grant Program funded $112,500, or 75 percent by Homeland Security and $37,500, or 25 percent Port cash;
An additional $16,278 of Port cash based on quote received to replace the
JULY 26, 2022 (Continued)
engine and various other parts in the Port’s airboat; and
Budgets a decrease to the Berth 4 Improvements projects and increases Berth 11 Improvement project for the same amount of $1,000,000 for emergency work on Berth 11
PA-22-15:
$5,000,000 for the Florida Department of Transportation (FDOT) Public Transportation Grant Agreement, for an increase to the Intermodal Container Yard Project funded 50 percent FDOT in the amount of $2,500,000 and 50 percent Port cash of $2,500,000 PA20220726DOC004
KINDER MORGAN SUBLEASE
Executed Resolution PA-22-14, authorizing the sublease 1.81 acres of land pursuant to its Lease with the Port Authority at Port Manatee by Kinder Morgan Port Manatee Terminal LLC, to 9079-8042 Quebec, Inc., for the purpose of storing and handling concrete pipes and pilings, to the extent set forth in the Sublease Agreement entered into by and between Kinder Morgan Port Manatee Terminal LLC and 9079-8042 Quebec, Inc. (6/28/22) PA20220726DOC005
CERTIFICATION OF LANDS
Approved and authorized execution of Certification of Lands between the Department of the Army and the Manatee County Port Authority for maintenance dredging of the Port’s Manatee Harbor, Florida Navigation Project (inner harbor) as completed approximately every three years, contingent upon the approval of a temporary construction easement by the Board of County Commissioners to be presented on July 26, 2022 PA20220726DOC006
ANCHOR HOUSE LEASE AMENDMENT
Executed Port Manatee Lease Amendment Three with Anchor House, Inc., extending the term of the lease for an additional ten years, from June 1, 2023 to June 1, 2033
PA20220726DOC007
BERTH 11 HOLE EMERGENCY
Ratified and affirmed Change Order 1 with Midcoast Construction Enterprises LLC, for emergency repairs to Berth 11 (including dive inspection), in the amount of $124,350 (FDOT 75 percent grant funded; 25 percent Port funded) PA20220726DOC008
(End Consent Agenda)
EXECUTIVE DIRECTOR COMMENTS
Carlos Buqueras, Executive Director, stated the Port is doing extremely well, continuing to deliver products.
MEMBER COMMENTS
There were no comments by Port Authority Members.
ADJOURN
There being no further business, Chairman Bellamy adjourned the meeting at 9:49 a.m.
Minutes Approved:
MANATEE COUNTY PORT AUTHORITY REGULAR MEETING
COUNTY ADMINISTRATION BUILDING, HONORABLE PATRICIA M. GLASS CHAMBERS
1112 Manatee Avenue West Bradenton, Florida
August 9, 2022
Present were:
Reggie Bellamy, Chairman
George W. Kruse, First Vice-Chairman Misty Servia, Second Vice-Chairman James A. Satcher III, Third Vice-Chairman Vanessa Baugh
Kevin Van Ostenbridge Carol Whitmore
Also present were:
Carlos Buqueras, Executive Director Jennifer R. Cowan, Port Authority Attorney
Dustin Peebles, Accounting, Clerk of the Circuit Court Vicki Tessmer, Deputy Clerk, Clerk of the Circuit Court
Chairman Bellamy called the meeting to order at 10:06 a.m.
AGENDA PA20220809DO001
PUBLIC COMMENT
Glen Gibellina spoke to installing solar energy on the roofs of buildings at the Port, and questioned why solar energy would not work at the Port.
There being no further public comment, Chairman Bellamy closed public comment.
Carlos Buqueras, Executive Director, requested approval of the Consent agenda and discussed the expanding container yard.
1, CONSENT AGENDA PA20220809DO002
A motion was made by Member Baugh, seconded by Satcher, and carried 7 to 0, to approve the Consent Agenda, incorporating the language as stated in the recommended motions on the cover sheets for the Consent Agenda.
WARRANT LIST
Accepted Warrant Listing from July 14, 2022, to July 28, 2022 PA20220809DOC003
BUDGET AMENDMENT
Adopted Budget Amendment Resolution PA-22-17 PA20220809DOC004
AGREEMENT
Executed a Memorandum of Agreement between the Department of the Army and Manatee County Port Authority for additional dredging in connection with dredging of the Manatee Harbor, Florida Navigation Project, $675,000 PA20220809DOC005
PORT AUTHORITY BUDGET/RESOLUTION
Denise Stuffelbeam, Director or Business Administration and Finance, used a slide presentation to address the budget, the FY 22 projected budget ending the year at $15.5 million, container imports from Mexico continue to rise, shipments coming into SeaPort Manatee that usually go into California, increase in refrigerated plugs, the actual budget, FY
August 9, 2022 (Continued)
23 operating budget of $25.2 million, unexpected volumes coming in, operating expenses of
$13.2 million including salaries, health insurance and other fringe benefits, and increasing the security personnel pay from $13 per hour to $15. The budget includes four additional full time staff in security. There is an across the board increase in running the port.
Discussion ensued regarding salaries.
Dan Fitzpatrick, Director of Planning used the slides to review the Capital Improvement Plan, including Berth 4 expansion, and intermodal container yard expansion. He showed a short video highlighting the success of the Port and CIP projects.
A motion was made by Member Servia and seconded by Member Van Ostenbridge, to adopt Resolution PA-22-16, approving the FY 23 Port Authority Budget.
Mr. Buqueras responded they have 5 Cranes at the port, including new ones purchased by Logistech. There is the capacity to grow with the new cranes. There are plans to use Gantry Cranes, but berths need to be built first. The cranes in use today are quick at unloading. CSX and World Direct are moving forward with projects.
There being no public comment, Chairman Bellamy closed public comment.
Mr. Buqueras thanked the Board for their Support and they wish to continue expanding their business, the port will continue to grow to support growth in Southwest Florida.
Discussion ensued regarding on how to collaborate with the Community, work with New College, environmental help with bivalve.
The motion carried 7-0. PA20220809DOC006
ADJOURN
There being no further business, Chairman Bellamy adjourned the meeting at 10:34 a.m.
Minutes Approved:
CONSENT
AGENDA ITEM 1.C: BUDGET RESOLUTION BACKGROUND:
This resolution budgets the following:
$669,331 for paving of the drop trailer lot that is being utilized as a dedicated area for the storage of chassis and trailers.
Revenue and expenses previously budgeted for COVID grant reimbursement are reallocated based on eligibility of the expense. The Access Control Update project and the Access Control Capital project revenue and expense budgets are decreased and increased $22,500, respective.
ATTACHMENT:
Budget Resolution PA-22-18.
COST AND FUNDING SOURCE:
$669,331 port cash.
CONSEQUENCES IF DEFERRED:
Delay in budget allocations.
LEGAL COUNSEL REVIEW: N/A RECOMMENDATION:
Move to adopt Budget Resolution PA-22-18.
RESOLUTION PA-22-18 AMENDING THE ANNUAL BUDGET
FOR MANATEE COUNTY PORT AUTHORITY FOR FISCAL YEAR 2021-2022
WHEREAS, Sections 129.06 and 180.016, Florida Statutes, authorizes the Manatee County Port Authority to amend its budget for the current fiscal year as follows:
Appropriations for expenditures in any fund may be decreased and other appropriations in the same fund correspondingly increased, provided the total appropriations of the fund are not changed.
Appropriations from reserves may be made to increase the appropriation for any particular expense in the same fund, or to create an appropriation in the fund for any lawful purpose.
Unanticipated revenues, including increased receipts for enterprise or propriety funds, may be appropriated for their intended purpose, and may be transferred between funds to properly account for the unanticipated revenue.
NOW, THEREFORE, BE IT RESOLVED by the Manatee County Port Authority that the 2021-2022 budget is hereby amended in accordance with Section 129.06 and 180.016, Florida Statutes as described on the attached summary and specified in the budget adjustment batch files which are listed below:
Item No. | Batch ID No. | Reference No. |
1 | BAAL092222A | BU22000587 |
1 | BAAL092222A | BU22000588 |
ADOPTED with a quorum present and voting this the 22nd day of September, 2022.
ATTEST: ANGELINA M. COLONNESO MANATEE COUNTY PORT AUTHORITY
CLERK OF CIRCUIT COURT
By:
BUDGET ADMENDMENT RESOLUTION NO. PA-22-18 AGENDA DATE: September 22, 2022
Fund: Port Cash Section: Drop Trailer Lot
Description: Budgets $669,331 for paving of the drop trailer lot.
Batch ID: BAAL092222A Reference: BU22000587
Fund: Port Capital Improvements Fund: Port Capital Grants
Section: Access Control Update Section: Access Control System Capital
Description: Budgets an increase and decrease of revenue and expense in the amount of $22,500 for the Access Control System Update project and the Access Control System Capital project.
Batch ID: BAAL092222A Reference: BU22000588
CONSENT
AGENDA ITEM 1.D: PORT MANATEE TARIFF NO. 3 ITEMS 115 AND
365
BACKGROUND:
Tariff Item 115 is updated to reflect the Port has 10 berths and Tariff Item 365 changes the referenced diagram from page V to VI.
ATTACHMENT:
Port Manatee Tariff No. 3 Items 115 and 365
COST AND FUNDING SOURCE:
N/A.
CONSEQUENCES IF DEFERRED:
N/A
LEGAL COUNSEL REVIEW: N/A
RECOMMENDATION:
Move to approve the rewording of Items 115 and 365 in Port Manatee Tariff No. 3.
PORT MANATEE TARIFF NO. 3 | 10th Rev. Page 3 Cancels 9th Rev. Pg. 3 | ||
SECTION ONE GENERAL INFORMATION | |||
ITEM | SUBJECT | APPLICATION | |
110 | Location | Port Manatee is located at the entrance to Tampa Bay on the West Coast of Florida at 27° 38’0” N and 82° 33’30” W. The entrance to Tampa Bay is located about 220 miles north of Key West and 330 miles south of Pensacola. The Port is situated about 11 miles up channel from Egmont Key Light. | |
115 ▲ | Channel and Harbor Basin | Port Manatee has The Port’s main harbor basin measures approximately 1,500’ long by 800’ wide and connects to Cut “B” of the Tampa channel with the Manatee Harbor channel. | |
120 | Railroad | The Port Authority owns a switching Terminal Railroad at Port Manatee which is operated by Port Manatee Railroad, LLC. There are 7 miles of track connecting with the CSX Transportation Inc. tracks with capacity for 300 railcars. The interchange provides capacity for up to 195 railcars. Charges for switching are contained in PORT MANATEE RAILROAD, LLC’s TARIFF which can be found at www.regional-rail.com.. | |
Issued: 09/22/22 Effective: 09/22/22 | |||
▲ Change in Wording Issued by: Manatee County Port Authority |
PORT MANATEE TARIFF NO. 3 | 23rd Rev. Page 25 Canc. 22nd Rev. Page 25 | ||
SECTION THREE DEFINITIONS | |||
ITEM | SUBJECT | APPLICATION | |
363 | Ship | A self-propelled vessel engaged in waterborne commerce. | |
364 | Ship Chandler | Any person, firm, corporation or other business entity engaged in the business of selling provisions, stores, ship supplies or equipment to vessels or vessel agents. | |
365 ▲ | Free Time | Including Saturdays, Sundays and legal holidays, the free time allowed for assembling cargo from space assigned shall be as follows: Inbound traffic - 21 days Outbound traffic - 21 days No free time shall be allowed for bulk commodities. 7 days’ free time will be permitted in Zone A. An exception to the above free time designation is Zone B and Zone C for commodities of hardboard, particle board, lumber, plywood, iron, steel, wire, wire rope, aluminum, and project cargo is 60 days and as specifically authorized by the Executive Director. Zone B and Zone C are as designated in the Manatee County Port Authority General Development Plan diagram shown on Page At the managerial discretion of the Executive Director and contingent on space availability, free time may be extended up to 60 calendar days to meet shipping requirements. If storage, including free time, exceeds 180 days, the standard storage rate plus 25% will apply to each of the notes above. In the event of unusual circumstances, request for additional free time will be considered when submitted in writing to the Executive Director prior to the expiration of free time. The Executive Director reserves the right to grant or refuse any request for extension of free time. | |
Issued: 09/22/22 Effective: 09/22/22 | |||
▲ Change in Wording Issued by: Manatee County Port Authority |
CONSENT
AGENDA ITEM 1.E.: INSURANCE RENEWALS 2022-2023 BACKGROUND:
A Request for Proposals (RFP) for property and casualty insurance coverage was solicited for fiscal year 2022-2023. Two agencies responded to the RFP for some of the coverage requested. The Port’s risk consultant, Interisk Corporation, reviewed the proposals and made recommendations based on premiums, deductibles, coverage levels and insurance carriers quoted. The carriers remain unchanged for fiscal year 2022-2023 coverages.
ATTACHMENT: N/A
COST AND FUNDING SOURCE:
Port Authority Budget for Fiscal Year 2022-23 in the amount of $769,556.
CONSEQUENCES IF DEFERRED:
Lapses in insurance coverage.
LEGAL COUNSEL REVIEW: N/A
RECOMMENDATIONS:
Move to approve the following estimated insurance coverages for the Port Authority. There may be possible increases/decreases due to changes in insurance coverage:
The Florida Municipal Insurance Trust (FMIT) for Real & Personal Property for a premium of $444,532. Boiler and Machinery and Crime included in Real & Personal Property coverage.
Boyd Insurance & Investment Services for Inland Marine, Vehicle Liability and Workers’ Compensation for premiums of $10,851, $26,187 and $59,404, respectively
McGriff, Seibels & Williams, Inc. for Port Liability - $134,800, Umbrella - $93,782, Public Officials (included in Port Liability).
CONSENT
AGENDA ITEM 1.F.: DELETION OF PORT ASSETS BACKGROUND:
Several old, obsolete assets which are no longer in use and are uneconomical to upgrade or repair are considered surplus and should be removed from the Manatee County Port Authority Fixed Assets Listing. The surplus assets will be offered for public bid, auctioned, destroyed and/or E-scrapped.
ATTACHMENT:
Asset Deletion - September 22, 2022
COST AND FUNDING SOURCE:
N/A.
CONSEQUENCES IF DEFERRED:
Delay in updating property records.
LEGAL REVIEW: N/A
RECOMMENDATION:
Remove assets as listed on the attached Asset Deletion – September 22, 2022, from the Fixed Assets Listing.
Asset Deletion - September 22, 2022
Asset # Description
Serial/VIN# Date
Purchased
Cost Value Status Remarks
42215 | Diesel Clark Forklift | 42215 | 5/9/2001 | $ 15,540.00 | $ - | Obsolete | Surplus/Scrap |
48148 | 2004 Ford Explorer-SUV, USED | 1FMZU63K54UA55078 | 0/16/2005 | $ 19,804.05 | $ - | Obsolete | Surplus/Scrap |
51904 | 2007 Ford Explorer SUV | 1FMEU63E07UB05530 | 2/12/2008 | $ 19,500.00 | $ - | Obsolete | Surplus/Scrap |
55430 | Radio, Fluid Mesh | 1100411282 | 9/1/2011 | $ 3,357.54 | $ - | Obsolete | Surplus/Scrap |
55451 | 46 LCD Display, Samsung | Z1NT3CSZC03216-UNVERIFIED | 9/1/2011 | $ 8,385.14 | $ - | Obsolete | Surplus/Scrap |
56689 | Fluidmesh, FM3100M | 3100201146 | 1/31/2013 | $ 1,502.37 | $ 150.00 | Obsolete | Surplus/Scrap |
61192 | 2017 Jeep Cherokee LAT SUV | 1C4PJLCB8HW522765 | 4/27/2017 | $ 3,793.50 | $ 379.35 | Obsolete | Surplus/Scrap |
61281 | 2017 Jeep Cherokee LAT SUV | 1C4PJLCB9HW540174 | 5/23/2017 | $ 12,485.00 | $ 1,248.50 | Obsolete | Surplus/Scrap |
CONSENT
AGENDA ITEM 1.G.: APPROVAL FOR UPDATE TO MISSION STATEMENT
BACKGROUND:
On June 19, 1996, the Authority adopted the Mission Statemen as part of “A Strategic View of Port Manatee’s Future.” Minor updates are made to the Mission Statement to recognize the goal of economic growth from countywide to include regional growth and changing rebranded Port Manatee to SeaPort Manatee.
ATTACHMENT:
Resolution PA-22-19
COST AND FUNDING SOURCE:
N/A
CONSEQUENCES IF DEFERRED:
Delay in approving minor updates to the Mission Statement
LEGAL COUNSEL REVIEW: Yes
RECOMMENDATION:
Move to approve and authorize the Chairman to execute Resolution PA-22-19 with minor updates to the Mission Statement.
RESOLUTION PA-22-19
MANATEE COUNTY PORT AUTHORITY APPROVAL FOR UPDATE TO THE MISSION STATEMENT
WHEREAS, on June 19, 1996, the Authority adopted in open session the Mission Statement as part of “A Strategic View of Port Manatee’s Future”; and
WHEREAS, over time the mission of SeaPort Manatee has expanded from a goal of countywide economic growth to regional growth and Port Manatee has been rebranded to SeaPort Manatee; and
WHEREAS, the Authority desires the Mission Statement be updated to reflect the revisions that have occurred since 1996;
NOW THEREFORE BE IT RESOLVED by the Authority that the Mission Statement be updated to read as follows:
Mission Statement
The mission of SeaPort Manatee is to be a powerful catalyst of countywide and regional economic growth and hub of trade-related activity, by developing diversified and competitive deepwater shipping facilities and conducting maritime-related activities in a profitable and environmentally responsible manner.
ADOPTED with quorum present and voting in regular session on this 22nd day of September
2022.
(SEAL) MANATEE COUNTY PORT AUTHORITY
ATTEST: By:
Name:
Title:
By:
Name: Title: Clerk of Circuit Court
CONSENT
AGENDA ITEM 1.H.: APPROVAL OF THE SUBLEASE BETWEEN MARTIN MARIETTA
AND MASCHMEYER CONCRETE COMPANY OF FLORIDA
BACKGROUND:
On November 19, 2009, Martin Marietta Materials Inc., (“Martin Marietta”) entered into a Land Lease Agreement, modified by Notice of Exercise of Option and Land Lease approved on December 17, 2009, and amended by First Amendment to Land Lease Agreement on August 18, 2011. Martin Marietta wishes to sublease approximately 2.57 acres of their 20.10 leased premises to Maschmeyer Concrete Company of Florida (“Maschmeyer”) for the purpose of constructing, installing, and operating a ready-mix concrete plant. The lease requires the written approval of the Authority for Martin Marietta to sublease to Maschmeyer. The sublease does not adversely affect the interests of the Authority.
ATTACHMENT:
Resolution PA-22-20
COST AND FUNDING SOURCE:
N/A
CONSEQUENCES IF DEFERRED:
Delay in approving the sublease between Martin Marietta and Maschmeyer
LEGAL COUNSEL REVIEW: Yes
RECOMMENDATION:
Move to approve and authorize the Chairman to execute Resolution PA-22-20 authorizing the sublease of land at Port Manatee by Martin Marietta Materials, Inc. to Maschmeyer Concrete Company of Florida.
RESOLUTION PA-22-20
MANATEE COUNTY PORT AUTHORITY APPROVAL FOR THE SUBLEASING OF LAND AT PORT MANATEE BY MARTIN MARIETTA MATERIALS, INC. TO MASCHMEYER CONCRETE COMPANY OF FLORIDA
WHEREAS, on November 19, 2009, Martin Marietta Materials, Inc. ("Martin Marietta”) entered into a Land Lease Agreement, modified by Notice of Exercise of Option and Land Lease approved on December 17, 2009, and amended by First Amendment to Land Lease Agreement on August 18, 2011 (collectively, the “Lease”); and
WHEREAS, paragraph 18 of the Lease provides that the Lease may be sublet with the Authority's consent, but Martin Marietta shall remain liable to the Authority for the terms and conditions of the Lease; and
WHEREAS, Martin Marietta desires to sublet 2.57 acres (see Exhibit A) of the 20.10 leased premises to Maschmeyer Concrete Company of Florida (“Maschmeyer”) for the purpose of constructing, installing, and operating on the premises a ready-mix concrete plant and related facilities; and
WHEREAS, the provisions of the sublease do not adversely affect the interests of the Authority and may enhance or promote the flow of waterborne commerce through Port Manatee.
NOW THEREFORE BE IT RESOLVED by the Authority that permission is hereby granted for Martin Marietta to sublet land pursuant to its Lease with the Authority to Maschmeyer to the extent set forth in the Sub-Lease and Supply Agreement entered into by and between Martin Marietta and Maschmeyer August 31, 2022.
PASSED AND ADOPTED in regular session on this 22nd day of September 2022.
(SEAL) MANATEE COUNTY PORT AUTHORITY
ATTEST: By:
Name:
Title:
By:
Name: Title: Clerk of Circuit Court
EXHIBIT A PROPERTY DESCRIPTION
The Premises shall consist of the 2.57-acre area outlined and shaded in red.
CONSENT
AGENDA ITEM 1.I.: U.S. COATING SPECIALISTS RETAINAGE
PERCENTAGE ADJUSTED
BACKGROUND:
On June 16, 2022, the Authority approved the contract with U.S. Coating Specialists for warehouse 10 roof repair. The contract included 10% retainage instead of 5% per House Bill 101 amending Section 218.735, Florida Statutes and Section 255.078 reducing the maximum retainage rate on a government construction project from 10% for the first half of a project, and 5% for the remainder, to a flat 5% throughout the life of the project. Change Order 1 adjusts retainage accordingly.
ATTACHMENT:
Change Order No 1
COST AND FUNDING SOURCE:
No change in cost of repair
CONSEQUENCES IF DEFERRED:
Retainage will not be adjusted from 10% to 5%
LEGAL COUNSEL REVIEW: Yes
RECOMMENDATION:
Move to approve and authorize the Chairman to execute the Change Order 1 adjusting retainage from 10% to 5% in the contract between the Manatee County Port Authority and U.S. Coating Specialists.
CHANGE ORDER FORM
Project Name:
PORT MANATEE
'' ,,,,',',', ', .. ,,,•,,,,,
.\!\la hbO:se :10'.Ro.ofRe laCement
Date of Issuance:
Owner: i::Manafge:County801;tAutbciri!Y •···· Engineer of Record: ·'·<·1• :O:s:;c,ci!';l:Li{rg'·S,PI=¢ipli,¢fs/ Contractor: .••••.• ?$¢&'.11rrgSA• i li l 4c••···
·. • OR•tm'ersil\ll rkefr,ct,Eiays·••··
:,::·•.•:cFbl;lP.iecce;:FL3A982<••·•·
Project: ·wa.riahous,t10Roof;Replacernent ·•
Effective Date:
Contract#:
Contractors Project#: Engineer's Project#: Contract Name:
:V024682 ·
The Contract is modified as follows upon execution of this Change Order
Descri · · " ,, ·
-,,
., ,- - - ,_,,•:clJi-9rri-1{W :tif5%>Pf1t'._8Q.us J3iiVto,'1;;_5_eptC-':."•' ·;; ·. "' ·:-.-·::.,.·-·, :·-_, ," ·
lheHliW<itilhe· rq'ecf;
Attachments:
List documents supporting change: _,,
CHANGE IN CONTRACT PRICE
Original Contract Price:
Change Orders#:
CHANGE IN CONTRACT TERMS
N/A
[note changes in Milestones if applicable]
Original Contract Times: _·----'.c;..-'"--_..._-'-'---'-'--'""--II
N/A
Substantial Completion:
Date of Fina! Payment
Increase from pr_e_viol!s. approve_ ,
Change Order#:
Substantial Completion Date: Date of Final Payment:
\'.<•,'''" ," ..,.
.E/114/2022 <
[date or days]
Contract Price prior to this Change Order:
: ,, .,
$· 2,41,(000.op
[Increase] [Decrease] of this Change Order:
Contract Times pri_or to t is Change_ Orcf :
N/A
Substantial Completion:
Date of Final Payment:
[date or days]
[Increase] [Decrease] of this Change Order:
Substantial Completion: · .·. · .. Date of Final Payment:
Contract Price Incorporating this Change Order:
Contract Times with all approved Change Orders: Substantial Completion:
Date of Final Payment:
ACCEPTED:
Engineer of Record Da.te:..._='-'--"-=""-
MCPA / BCC APROVED
Date: Date:
'
--'-'-""= =-'=-"'-"'-"'-'A-'pp-'.m"v"e-d_?;_Fcnd
"---'--""-'-'-'-"-'-'-'-"-'-'-'-"-'-'-'-. 9Jn ct .S imWJO'i?
CONSENT
AGENDA ITEM 1.J.: RATIFY/AFFIRM EMERGENCY CHANGE ORDER
TO MIDCOAST FOR BERTH 11 VOID
BACKGROUND:
On July 26, 2022, the Authority ratified and affirmed Midcoast Construction Enterprises, LLC’s (Midcoast) Change Order No. 1 in the amount of $124,350 for the emergency repairs on berth 11 after discovery of a sizable hole. During the initial emergency repairs, Midcoast determined that additional major repairs surrounding the area between berths 10 and 11 were needed due to substantial soil loss under the berth. Per the Manatee County Port Authority Procurement Policy Chapter V – Emergency Purchases of Services or Goods, emergency purchases of goods or services may be made in the event of a disruption of essential operations. Change Order No. 2 in the amount of $150,400 was approved by the Executive Director to avoid the potential disruption of berths 10 and 11.
ATTACHMENT:
Request for Emergency Purchase Form Change Order No 2
COST AND FUNDING SOURCE:
FDOT funding in the amount of $112,800 or 75% and Port cash in the amount of $37,600 or 25%
CONSEQUENCES IF DEFERRED:
Delay in affirming the emergency repairs at berth 11
LEGAL COUNSEL REVIEW: Yes RECOMMENDATION:
Move to ratify and affirm Change Order 2 for the emergency repairs at berth 11 by Midcoast Construction Enterprises, LLC in the amount of $150,400.
REQUEST FOR EMERGENCY PURCHASE
Date: | Sep-22 |
Total Estimated Expenditure:
Requested By: |
George Isiminger |
$150,400
Departmental Allocation: |
Engineering |
Description of emergency/situation: | Hole opened up behind seawall at Berth 11. |
Substantial soil loss under berth. Void size will increase until repaired. Need to repair quickly | |
to minimize the damage and related repair cost. |
Item (s) required for emergency: Vendor / Cost of Items:
Additional Repairs to Berth 10/11 Midcoast, $150,400
TOTAL: | $150,400.00 |
Date Purchase Required: 1-Sep-22
Other Vendors Contacted: | No. Midcoast is currently doing another job at the Port |
and is particularly well positioned to provide prompt, applicable services. |
Justification for Emergency Purchase: | If not repaired quickly, the soil and foundation |
will require additional repair. Potential disruption to berths 10 and 11. |
What would be the consequences if this purchase is not handled as an emergency?
The hole would get bigger and the cost would go up as a result. |
Berths 10/11 will be unusable and coordinating the docking of ships will be |
severely affected. |
What corrective action could be taken to avoid other emergencies like this one?
We could rebuild all our old docks.
Approval / Director of Bus Admin
PORT MANATEE
Project Name: Wharf & Wall Repairs
CHANGE ORDER FORM
Change Order No. Purchase Order No.
2
PA005519
Date of Issuance: 8/8/2022 Effective Date:
Owner: Manatee Coun Port Authori Contract#:
Engineer of Record: RS&H - John Rice, PE Contractors Project#: Contractor: Midcoast Construction Entererises, LLC Engineer's Project#:
1078 Island Avenue Contract Name:
Tareon Sprin9s, FL 34689
Project: Wharf and Wall Reeairs
8/8/2022
ITB-16-0-2020
V026617 104-4007-001
Wharf and Wall Repairs
The Contract is modified as follows upon execution of this Change Order:
Description:
Ship Strike Repairs between Berths 10/11 to repair & prevent additional soil loss surrounding the areas and help improve the area for operational purposes.
Attachment:
1 EA List documents supporting change:
Wharf and Wall Repairs Contract bv REFERENCE ONLY Midcoast Construction Enterprises, LLC proposal for completing repairs
CHANGE IN CONTRACT PRICE
Increase $150,400.00
Increase from previous approved
Change Orders #: 1
Hours Requested: N/A
$124,000.00
Contract Price prior to this Change Order:
$3,506,005.00
Increase of this Change Order:
$150,400.00
Contract Price Incorporating this Change Order:
CHANGE IN CONTRACT TERMS
[note changes in Milestones if applicable]
Original Contract Times: N/A
Substantial Completion: N/A
Date of Final Payment N/A
[Increase] [Decrease] from previous approved
Change Order#: N/A
Substantial Completion Date: N/A
Date of Final Payment: N/A
[date or days] Contract Times prior to this Change Order:
Substantial Completion: NIA
Date of Final Payment: N/A
[date or days] [Increase] {Decrease] of this Change Order:
Substantial Completion: N/A
Date of Final Payment: N/A
(days or dates] Contract Times with all approved Change Orders:
Substantial Completion: | N/A | |
$3,656,405.00 | Date of Final Payment: | N/A |
[date or days] | ||
c- / ----- | ||
RECOMMENDED: | ACCEPTED: | ACCEPTED: |
Date: Date:
Approved by Funding Agecy (if applicable)
By: Geor9e lsimin9er
Title: Director En9ineerin!;!/Construction
Jack D Fulford
Midcoast Construction Enterprises, LLC
Contractor
<Rev. 11/2020>
CONSTRUCTION ENTERPRISES, LLC
1078 Island Ave. Tarpon Springs, FL 34689 727-800-5512
Manatee County Port Authority 300 Tampa Bay Way
Palmetto Fl, 33221
8/3/22
Project: PO:
Subject:
Warf and Wall Repairs Emergency Fund
Change Order 2: ship strike repair
Mr. Isiminger
After dive inspection and material excavation of the immediate areas surrounding the area at the ship strike located between berths 10/11, Midcoast Construction has determined that why there is significant Damage to this area causing substantial soil loss that the area can be repaired to prevent further soil loss and help improve the area while you await its replacement.
Midcoast has formally agreed to offer a solution to these issues as best as possible given the apparent circumstances. See Below a list of repairs that need to be made in the order they must be completed.
Excavate the rip rap at the ship strike location to allow installation of new solid steel plates Install 2 8'x16' steel plates that are 1" thick leaving you with a solid wall of steel 16' by 16'
One side of each plate will be tucked in behind the existing wall cap on the east side and driven along side the steel sheets currently in place on the west side.
The sheets will be driven with a hydraulic hammer
Once one sheet is driven to just below the existing top of cap another sheet will be welded to it and the pair will be driven to resistance or top of wall which ever comes first.
From there the back side of the exposed sheets will be Filled with concrete up to 1ft from sheets outward. This will ensure a good seal behind the wall preventing any seepage of material to the best of our ability.
The remaining area will have good quality soil installed compacting in 1ft lifts approx. 12" from existing grade.
From there Crushed asphalt milling will be installed and rolled to existing grade of parking lot.
The cost associated with these repairs will be$ 126,400.00
This work can be completed in 3-4 weeks from acceptance ofthis agreement dependent upon concrete.
See link below for documentation of the repairs that need to be completed. https://www.dropbox.com/sh/383frzlwOrk43hn/AACMRFR-M6_-LGEsl4FFzRFKa?dl=0
Thank you for your time and consideration on this matter. We look forward to a timely response as we have the manpower and resources available to complete this work on-site at the time of this proposal.
Respectfully,
eo7
Midcoast Marine Group, LLC
Manatee County Port Authority 300 Tampa Bay Way
Palmetto Fl, 33221
8/24/22
Project: PO:
Subject:
Warf and WaWRepairs Emergency Fund
Change Order 2: ship strike addendum 2
Mr. Isiminger
As discussed, Midcoast can address the further area of concern to the east of the bulkhead by adding 2 additional 16' long sheet going from the bulkhead to the north east keying in behind the existing Sewall to where the ship strike extends. Midcoast believes that we can install 2 sheets 8' tall staked to within 1- 3ft of the mudline using a vibratory hammer much like the install to the west of this location. This will provide additional support for the failed wall and further preventing soil loss in this area. Midcoast would require and additional $24,000 dollars to perform this work while already onsite with equipment in this location. Backfill will consist of existing material in addition to concrete to help with sealing any voids. This area will be topped with existing millings and or concrete. See attached overview with the yellow line depicting the newly installed repair and the red line being the proposed work.
Thank you for your time and consideration on this matter. We look forward to a timely response as we have the manpower and resources available to complete this work on-site at the time of this proposal.
Respectfully,
(}<Jet.;-
Midcoast Marine Group, LLC
This will increase the total due under this change order to $150,400.00
Ship Strike wall repair
Yellow Line Depicts wall currently repired
:,. Wall currently repaired
CONSENT
AGENDA ITEM 1.K.: DROP TRAILER LOT PAVING CONTRACT
AWARD
BACKGROUND:
Due to the number of customer trailer chassis stored on Port property, a dedicated area of nearly five acres for the chassis was constructed in 2020. At the time, paving was not included in the design. Based on the tremendous use of the lot, paving is now a necessity. Ajax Paving Industries of Florida, LLC (“Ajax”) submitted a quote based on Manatee County Agreement No. 20-TA003287CD in the amount of $670,542.75 for compacting the existing crushed concrete base and laying asphalt. The lot will generate revenue per Port Manatee Tariff No. 03 Item 477A which assesses a daily rate for the storage of trailers and/or containers.
ATTACHMENT:
Piggybacking Agreement for Manatee County Port Authority Drop Trailer Lot
COST AND FUNDING SOURCE:
$670,542.75 of Port cash
CONSEQUENCES IF DEFERRED:
Delay in project commencement
LEGAL COUNSEL REVIEW: Yes RECOMMENDATION:
Move to approve and authorize the Chairman to execute the Agreement between the Manatee County Port Authority and Ajax Paving Industries of Florida, LLC. in the amount of $670,542.75 for all necessary labor, equipment, and materials for the paving of the drop trailer lot.
PIGGYBACKING AGREEMENT FOR
MANATEE COUNTY PORT AUTHORITY DROP TRAILER LOT
22
THIS PIGGYBACKING AGREEMENT (“Agreement”) is made and entered into on
the
nd day of
September
, 20 22
(“Effective Date”), by and between the MANATEE
COUNTY PORT AUTHORITY, a political entity of the State of Florida, with its principal place of business located at Port Manatee, 300 Tampa Bay Way, Palmetto, Florida 34221 (the “AUTHORITY”),, and AJAX PAVING INDUSTRIES OF FLORIDA, LLC, a Florida Limited
Liability Company, with its principal place of business located at One Ajax Drive, North Venice, Florida 34275 (“CONTRACTOR”)(collectively, the “Parties”):
WITNESSETH
WHEREAS, pursuant to Section 189.053, Florida Statutes, and its procurement policies and procedures, when in its best interest, the AUTHORITY is authorized to contract with vendors who were successful competitive bidders and subsequently entered into an agreement with other special districts, municipalities, or counties pursuant to a “piggyback” procedure; and
WHEREAS, the CONTRACTOR was the successful competitive bidder to Manatee County Invitation for Bids No. 20-TA003287CD (“Solicitation”); and
WHEREAS, as the successful competitive bidder to the Solicitation, CONTRACTOR subsequently entered into a contract with Manatee County dated August 2020 (“Original Contract”), which is attached hereto along with a copy of the Solicitation and copies of CONTRACTOR’s response, the bid tabulation, and award, if applicable, as Composite Exhibit A (collectively, the “Contract Documents”); and
WHEREAS, the Contract Documents provide and the CONTRACTOR agreed to make available to the AUTHORITY the prices submitted under the terms and conditions of the Original Contract, which the AUTHORITY desires to piggyback off of as depicted on the scope of work, which is attached hereto as Exhibit B (“Authority Project”); and
WHEREAS, CONTRACTOR represents and warrants that CONTRACTOR has acted at all times in accordance with the provisions of Florida law with respect to the Solicitation, its bid, and award; and
WHEREAS, CONTRACTOR is willing to perform the Authority Project pursuant to the terms of the Contract Documents with only the modifications set forth herein so as to limitedly address the logistics of contracting with the AUTHORITY; and
WHEREAS, the AUTHORITY has determined that there exists the need for the Authority Project and the AUTHORITY desires to procure those services under the same terms, conditions, and specifications as of the Contract Documents.
NOW THEREFORE, in consideration of the mutual benefits to the AUTHORITY and CONTRACTOR, the receipt and adequacy of which is hereby acknowledged, the following covenants are set forth, which the parties hereby agree to as follows:
The above recitals and all exhibits hereto are true and correct and are incorporated herein by reference. CONTRACTOR’s representations and warranties set forth in the recitals as incorporated into this Agreement by this reference are a material component to the AUTHORITY’s ability to enter into this Agreement. CONTRACTOR shall fully indemnify, defend, and hold harmless the AUTHORITY and its representatives, employees, officers, and commissioners, from any and all damages, causes of action, or claims of any kind related to CONTRACTOR’s representations and warranties set forth herein, the veracity of such representations and warranties, and all matters related thereto.
The scope of work is identified in the Contract Documents, and the CONTRACTOR’s scope of work with the AUTHORITY is more specifically defined in Exhibit B attached hereto and incorporated herein.
CONTRACT TERMS.
The terms and conditions of the Contract Documents are hereby incorporated into this Agreement by reference. CONTRACTOR shall complete the Authority Project on the same terms, conditions, and scope as set forth in the Contract Documents, except as specifically modified herein solely to account for the AUTHORITY as the purchaser. Such modifications shall not include any modification to the prices bid in response to the Solicitation or the scope of the work that will be provided. CONTRACTOR’s work on the Authority Project shall at all times be at the same unit prices as set forth in the Contract Documents.
CONTRACTOR agrees to furnish all labor, equipment, machines, and the skill necessary for the entire work effort as set forth in the Contract Documents to the satisfaction of the AUTHORITY or its duly authorized representative.
The AUTHORITY agrees to pay the CONTRACTOR for services rendered in accordance with the primary structure set forth in the Contract Documents and more particularly described in Exhibit B.
Prior to this Agreement taking effect, CONTRACTOR shall have in place the insurance coverages required by the Contract Documents and shall provide certificates of insurance reflecting that the AUTHORITY, its agents, employees, and public officials are named as additional insureds.
Prior to commencement of the Authority Project, CONTRACTOR shall have in place the bonds required by the Contract Documents for the benefit of the Authority.
Pursuant to all notice and invoicing requirements established by the Contract Documents, notices and invoices under this Agreement will be submitted to:
Manatee County Port Authority.
Address: Attention: Executive Director
300 Tampa Bay Way, Suite One Palmetto, Florida 34221
Telephone: (941) 722-6621
Facsimile: (941) 729-1463
Email: cbuqueras@portmanatee.com
Copy to: Port Counsel
Bryant Miller Olive P.A.
201 North Franklin Street, Suite 2700
Tampa, FL 33602
Telephone: (813) 273-6677 Email: jcowan@bmolaw.com
or to such other address or facsimile number as the AUTHORITY may direct from time to time by written notice forwarded to the CONTRACTOR as provided above. All notices required to be given to CONTRACTOR under this Agreement will be sent to CONTRACTOR at the address first listed in this Agreement or such other address as the CONTRACTOR may direct from time to time by written notice forwarded to the AUTHORITY as provided above. All invoices shall be submitted in accordance with the Florida Prompt Payment Act, section 218.70, et seq, Fla. Statutes. All payments shall be due on the date established by the Florida Prompt Payment Act. Payment due date for purchase of goods or services other than construction services is net forty-five (45) days from the date an invoice submitted in accordance with the Florida Prompt Payment Act is received by the AUTHORITY. In the event of a disputed invoice, only that portion so contested will be withheld from payment and the undisputed portion shall be due and payable on the terms set forth herein. The AUTHORITY does not pay sales tax and will provide sales tax exemption information at the written request of CONTRACTOR, where necessary.
Pursuant to section 119.0701, Florida Statutes, for any tasks performed by CONTRACTOR on behalf of the AUTHORITY, CONTRACTOR shall: (a) keep and maintain all public records, as that term is defined in chapter 119, Florida Statutes (“Public Records”), required by the AUTHORITY to perform the work contemplated by this Agreement; (b) upon request from the AUTHORITY’s custodian of public records, provide the AUTHORITY with a copy of the requested Public Records or allow the Public Records to be inspected or copied within a reasonable time at a cost that does not exceed the costs provided in chapter 119, Florida Statutes, or as otherwise provided by law; (c) ensure that Public Records that are exempt or confidential and exempt from Public Records disclosure requirements are not disclosed except as authorized by law for the duration of the term of this Agreement and following completion or termination of this Agreement, if CONTRACTOR does not transfer the records to the AUTHORITY in accordance with (d) below; and (d) upon completion or termination of this Agreement, (i) if the AUTHORITY, in its sole and absolute discretion, requests that all Public Records in possession of CONTRACTOR be transferred to the AUTHORITY, CONTRACTOR shall transfer, at no cost, to the AUTHORITY, all Public Records in possession of CONTRACTOR within thirty
(30) days of such request or (ii) if no such request is made by the AUTHORITY, CONTRACTOR shall keep and maintain the Public Records required by the AUTHORITY to perform the work contemplated by this Agreement. If CONTRACTOR transfers all Public Records to the AUTHORITY pursuant to (d)(i) above, CONTRACTOR shall destroy any duplicate Public Records that are exempt or confidential and exempt from Public Records disclosure requirements within thirty (30) days of transferring the Public Records to the AUTHORITY and provide the AUTHORITY with written confirmation that such records have been destroyed within thirty (30) days of transferring the Public Records. If CONTRACTOR keeps and maintains Public Records pursuant to (d)(ii) above, CONTRACTOR shall meet all applicable requirements for retaining Public Records. All Public Records stored electronically must be provided to the AUTHORITY, upon request from the AUTHORITY’s custodian of public records, in a format that is compatible with the information technology of the AUTHORITY. Contractor understands and agrees that failure to provide access to public records will be a material breach of this Agreement and may result in termination. If CONTRACTOR does not comply with a Public Records request or does not comply with a Public Records request within a reasonable amount of time, the AUTHORITY may pursue any and all remedies available in law or equity including, but not limited to, specific performance. The provisions of this section only apply to those tasks in which CONTRACTOR is acting on behalf of the AUTHORITY.
MISCELLANEOUS.
Entire Agreement. This Agreement represents the entire agreement. No prior discussions or negotiations will be enforceable, unless included in this Agreement.
Assignment; Amendment or Modification. This Agreement is not assignable. Any modification to this Agreement must be made in writing, executed by both Parties.
Governing Law; Effective Date. This Agreement will be governed and construed in accordance with the laws of the laws of the State of Florida. The Parties agree that venue for any state action arising under this Agreement shall lie solely in the courts located in Manatee County, Florida, and for any federal
action shall lie solely in the United States District Court, Middle District of Florida, Tampa Division.
Nothing in this Agreement will be interpreted as a waiver by the AUTHORITY of its rights, including the limitations of the waiver of immunity, as set forth in Section 768.28, Florida Statutes, or any other statutes, and the AUTHORITY expressly reserves these rights to the full extent allowed by law. This provision will survive completion or termination of this Agreement.
It is understood and agreed by the Parties that if any part, term, or provision of this Agreement is held to be illegal or in conflict with any law, the validity of the remaining portions or provisions will not be affected, and the rights and obligations of the Parties will be construed and enforced as if the Agreement did not contain the particular part, term, or provision held to be invalid.
The Parties represent and warrant that they have entered into this Agreement relying wholly upon their own judgment, belief, and knowledge of the nature, extent, effect, and duration of any actions, damages, and liability. The Parties represent that they have had the opportunity to discuss this matter with legal counsel of their choosing and are satisfied with its counsel and the advice received. This Agreement will be deemed and treated as drafted jointly by all the Parties. The Parties understand this Agreement’s contents and agree that this Agreement will not be construed more strongly against any Party to the Agreement, regardless of who is responsible for its preparation or drafting. The Parties further declare and represent that no promise, inducement, agreement, or understanding not expressed in this Agreement has been made to an adverse party and that the terms of this Agreement are contractual and not a mere recital.
All words used in this Agreement in the singular will extend to and include the plural, and the use of any gender will extend to and include all genders. The term "including" is not limiting. The captions and headings in this Agreement are for convenience of reference only and in no way define or limit the scope or content of this Agreement or in any way affect its provisions.
Each of the Parties to this Agreement covenants to the other Party to this Agreement that it has lawful authority to enter into this Agreement, that the governing or managing body of each of the Parties has approved this Agreement and that the governing or managing body of each of the Parties has authorized the execution of this Agreement in the manner set forth below.
This Agreement must be executed by the respective duly authorized officials and will take effect as of the Effective Date and remain in effect as provided in the Contract Documents.
CONTRACTOR shall utilize the U.S. Department of Homeland Security’s E- Verify System to verify the employment eligibility of: (a) all persons employed by CONTRACTOR throughout the term of this Agreement; and (b) all persons, including subcontractors, retained or hired by CONTRACTOR, regardless of compensation, to perform work under this Agreement.
This Agreement may be executed by electronic signature technology and such electronic signature shall act as the Parties’ legal signatures on this Agreement and shall be treated in all respects as an original handwritten signature. This
Agreement may be executed in one or more counterparts, any one of which need not contain the signatures of more than one party, but all such counterparts taken together will constitute one and the same instrument.
In the event the AUTHORITY, in its sole discretion, determines that sufficient budgeted funds are not available to appropriate for payments due to CONTRACTOR under this Agreement, the AUTHORITY shall notify CONTRACTOR of such occurrence and this Agreement shall terminate on the last day of the current fiscal period without any penalty or expense to the AUTHORITY.
IN WITNESS WHEREOF, the AUTHORITY and CONTRACTOR have caused this Agreement to be executed as of the Effective Date.
ATTEST: ANGELINA M. COLONNESO
Clerk of Circuit Court
Attest:-------------
MANATEE COUNTY PORT AUTHORITY
By: _
IYM/i.W
Witnesses:
Bobbi Jo Forman
Nathan Hassler
Printed Name
CONTRACTOR
By: f+--
Name Lauren Taylor
Title Estimator
(Page 7 of 8)
AJAX PAVING INDUSTRIES OF FLORIDA, LLC (CONTRACTOR)
AGREEMENT FOR ROAD BUILDING MATERIALS AND SERVICES
THIS AGREEMENT is made and entered into as of this
day
of August, 2020, by and between MANATEE COUNTY, a political subdivision of the State of Florida, (“COUNTY”), with offices located at 1112 Manatee Avenue West, Bradenton, Florida 34205, and AJAX PAVING INDUSTRIES OF FLORIDA, LLC,
a Florida limited liability corporation, (“CONTRACTOR”) with offices located at One Ajax Drive, North Venice, Florida 34275, and duly authorized to conduct business in the State of Florida. COUNTY and CONTRACTOR are collectively referred to as the “Parties” and individually as “Party.”
WHEREAS, CONTRACTOR engages in the business of road building materials and services; and
WHEREAS, COUNTY has determined that it is necessary, expedient and in the best interest of COUNTY to retain CONTRACTOR to render the non-professional services described in this Agreement; and
WHEREAS, this Agreement is a result of CONTRACTOR'S submission of a bid in response to Invitation for Bid No. 20-TA003287CD and COUNTY thereafter conducted a competitive selection process in accordance with the Manatee County Procurement Code.
NOW, THEREFORE, the COUNTY and CONTRACTOR, in consideration of the mutual covenants, promises, and representations contained herein, the sufficiency of which is hereby acknowledged, the Parties hereto agree as follows:
ARTICLE 1. SCOPE OF SERVICES
CONTRACTOR shall provide non-professional services as described in Exhibit A, Scope of Services (“Services”). “Task” as used in this Agreement, refers to particular categories/groupings of Services specified in Exhibit A.
ARTICLE 2. EXHIBITS INCORPORATED
This Agreement consists of a primary contract and six (6) exhibits, which are as follows:
Exhibit A Scope of Services Exhibit B Fee Rate Schedule Exhibit C Affidavit of No Conflict
Exhibit D Insurance and Bond Requirements
Exhibit E Technical Specifications
Exhibit F Zone Map
These Exhibits are attached hereto and are incorporated into this Agreement. In the event of a conflict between the terms and conditions provided in the Articles of this Agreement and any Exhibit, the provisions contained within these Articles shall prevail unless the Exhibit specifically states that it shall prevail.
ARTICLE 3. AGREEMENT TERM
This Agreement shall commence on the date of execution by COUNTY (“Effective Date”). This Agreement shall remain in force through August 31, 2023 unless terminated by COUNTY pursuant to Article 8, but not to exceed three (3) years in the initial term.
COUNTY reserves the right to extend the initial term of three (3) years for an additional two (2), one-year periods not to exceed a total of five (5) years.
ARTICLE 4. COMPENSATION
CONTRACTOR shall be compensated for the Services rendered and all expenditures incurred in providing the Services.
The fee rates specified in Exhibit B shall be the total compensation for the Services and shall contain all applicable costs, to include salaries, office operation, transportation, equipment, overhead, general and administrative, incidental expenses, fringe benefits and operating margin.
ARTICLE 5. INVOICES AND TIME OF PAYMENT
Subject to the provisions of this Agreement, COUNTY shall pay CONTRACTOR for the Services at a rate of compensation according to the deliverable payment schedule stated in Exhibit B.
COUNTY shall approve of all invoices prior to payment.
COUNTY shall have forty-five (45) days from the receipt of an invoice seeking payment of fees or costs to either pay the invoice, or notify CONTRACTOR that the deliverable, or any part thereof, is unacceptable, and/or that any asserted expense is not reimbursable.
COUNTY shall have the right to retain from any payment due CONTRACTOR under this Agreement, an amount sufficient to satisfy any amount of liquidated damages due and owing to COUNTY by CONTRACTOR on any other Agreement between CONTRACTOR and COUNTY.
All costs of providing the Services shall be the responsibility of CONTRACTOR, with the exception of reimbursement by COUNTY for costs deemed reimbursable in Exhibit B.
Any dispute between COUNTY and CONTRACTOR with regard to the Services or CONTRACTOR’S invoice shall be resolved pursuant to the dispute resolution
procedures established by Manatee County Procurement Code and Article 11 of this Agreement.
ARTICLE 6. RESPONSIBILITIES OF CONTRACTOR
CONTRACTOR shall appoint an Agent with respect to the Services to be performed by CONTRACTOR pursuant to this Agreement. CONTRACTOR’S Agent shall have the authority to make representations on behalf of CONTRACTOR, receive information, and interpret and define the needs of CONTRACTOR and make decisions pertinent to the Services. CONTRACTOR’S Agent shall have the right to designate other employees of CONTRACTOR to serve in his or her absence. CONTRACTOR reserves the right to designate a different agent, provided that COUNTY is given advance written notice thereof.
CONTRACTOR shall perform the Services in accordance with the terms and conditions of this Agreement.
CONTRACTOR shall ensure that all employees assigned to render the Services are duly qualified, registered, licensed or certified to provide the Services required.
CONTRACTOR shall be responsible for collecting all existing data required for the successful completion of each Task.
CONTRACTOR shall not engage in any obligations, undertakings, contracts or professional obligations that create a conflict of interest, or even an appearance of a conflict of interest, with respect to the Services. CONTRACTOR attests to this via an Affidavit of No Conflict, Exhibit C.
CONTRACTOR shall be entitled to rely upon information provided from COUNTY. Information may include, but is not limited to, additional services, consultations, investigations, and reports necessary for the execution of CONTRACTOR'S work under this Agreement. CONTRACTOR shall be fully responsible for verifying, to the extent practicable, documents and information provided by COUNTY and identifying any obvious deficiencies concerning the documents and information provided. CONTRACTOR shall notify COUNTY of any errors or deficiencies noted in such information provided and assist, to the extent practicable, COUNTY in the identification and resolution of same. CONTRACTOR agrees to incorporate the provisions of this paragraph in any subcontract into which it might enter with reference to the work performed under this Agreement.
CONTRACTOR shall be responsible for the professional quality and technical accuracy of the Services and any other services furnished by CONTRACTOR under this Agreement. CONTRACTOR shall, without additional compensation, correct or revise any errors or deficiencies in the Services.
CONTRACTOR shall maintain an adequate and competent staff of professionally qualified persons during the term of this Agreement for the purpose of rendering the
required Services hereunder. CONTRACTOR shall not sublet, assign or transfer any Services without prior written consent of COUNTY.
COUNTY may require in writing that CONTRACTOR remove from the Services any of CONTRACTOR’S personnel that COUNTY determines to be incompetent, careless or otherwise objectionable. No claims for an increase in compensation or agreement term based on COUNTY’S use of this provision will be valid.
ARTICLE 7. RESPONSIBILITIES OF COUNTY
COUNTY shall, through its County Administrator, appoint an individual to serve as County Representative. The County Representative shall have the authority to transmit instructions, receive information, interpret and define the policy of COUNTY and make decisions pertinent to the Services. COUNTY reserves the right to designate a different County Representative, provided that CONTRACTOR is given advance written notice thereof.
COUNTY shall make available, at no cost to CONTRACTOR, information relative to the project that is useful in the performance of the Services.
COUNTY shall provide prompt notice to CONTRACTOR whenever COUNTY observes or otherwise becomes aware of any defect in the performance of the Services.
COUNTY shall give careful and reasonable consideration to the findings and recommendations of CONTRACTOR and shall respond and issue notices to proceed in a timely manner.
COUNTY personnel shall be available on a time-permitting basis, where required and necessary to assist CONTRACTOR. The availability and necessity of said personnel to assist CONTRACTOR shall be at the discretion of COUNTY.
COUNTY shall perform the responsibilities enumerated in this Article at no cost to CONTRACTOR.
ARTICLE 8. COUNTY OWNERSHIP OF WORK PRODUCT
The Parties agree that COUNTY shall have exclusive ownership of all reports, documents, designs, ideas, materials, reports, concepts, plans, creative works, and other work product developed for or provided to COUNTY in connection with this Agreement, and all patent rights, copyrights, trade secret rights and other intellectual property rights relating thereto (collectively “the Intellectual Property”). CONTRACTOR hereby assigns and transfers all rights in the Intellectual Property to COUNTY. CONTRACTOR further agrees to execute and deliver such assignments and other documents as COUNTY may later require to perfect, maintain and enforce COUNTY’S rights as sole owner of the Intellectual property, including all rights under patent and copyright law.
ARTICLE 9. TERMINATION OF AGREEMENT
TERMINATION FOR CAUSE:
COUNTY shall have the right, by written notice to CONTRACTOR, to terminate this Agreement, in whole or in part, for failure to substantially comply with the terms and conditions of this Agreement, to include:
Failure to provide Services that comply with the specifications herein or that fail to meet COUNTY’S performance standards;
Failure to perform the Services within the time specified in this Agreement; or
Work that is at a rate that disrupts the overall performance of this Agreement.
Prior to termination for default, COUNTY shall provide adequate written notice to CONTRACTOR, affording CONTRACTOR the opportunity to cure the deficiencies or to submit a specific plan to resolve the deficiencies within ten (10) days (or the period specified in the notice) after receipt of the notice. Failure to adequately cure the deficiency shall result in termination action.
Such termination may also result in suspension or debarment of CONTRACTOR in accordance with Manatee County’s Procurement Ordinance, Chapter 2-26. CONTRACTOR shall be liable for any damage to COUNTY resulting from CONTRACTOR’S default of the Agreement.
In the event of termination of this Agreement, CONTRACTOR shall be liable for any damage to COUNTY resulting from CONTRACTOR’S default of this Agreement. This liability includes any increased costs incurred by COUNTY in completing performance under this Agreement.
In the event of termination by COUNTY for any cause, CONTRACTOR shall not have any right or claim against COUNTY for lost profits or compensation for lost opportunities. After a receipt of COUNTY’S Notice of Termination and except as otherwise directed by COUNTY, CONTRACTOR shall:
Stop the Services on the date and to the extent specified;
Terminate and settle all orders and subcontracts relating to the performance of the terminated Services;
Transfer all work in process, completed work, and other materials related to the terminated Services as directed by COUNTY; and
Continue and complete all parts of the Services that have not been terminated.
TERMINATION WITHOUT CAUSE:
COUNTY may terminate this Agreement, in whole or in part, without cause. COUNTY shall provide CONTRACTOR a written “Notice of Intent to Terminate” thirty (30) days prior to the date of termination. If this Agreement is terminated by the COUNTY without cause, CONTRACTOR shall be entitled to payment for all Services performed to the satisfaction
of the COUNTY and all expenses incurred under this Agreement prior to termination, less any costs, expenses or damages due to the failure of the CONTRACTOR to properly perform pursuant to this Agreement. CONTRACTOR shall not be entitled to any other compensation, including anticipated profits on unperformed Services.
ARTICLE 10. TRANSITION SERVICES UPON TERMINATION
Upon termination or expiration of this Agreement, CONTRACTOR shall cooperate with COUNTY to assist with the orderly transfer of the Services provided by CONTRACTOR to COUNTY. Prior to termination or expiration of this Agreement, COUNTY may require CONTRACTOR to perform and, if so required, CONTRACTOR shall perform, certain transition services necessary to shift the Services to another provider or to COUNTY itself as described below (the "Transition Services"). The Transition Services may include but shall not be limited to:
Working with COUNTY to jointly develop a mutually agreed upon Transition Services plan to facilitate the termination of the Services;
Executing the Transition Services plan activities;
Answering questions regarding the Services on an as-needed basis; and
Providing such other reasonable Services needed to effectuate an orderly transition to a new service provider or to COUNTY.
ARTICLE 11. DISPUTE RESOLUTION
Disputes shall be resolved in accordance with the Manatee County Purchasing Code (Chapter 2-26 of the Manatee County Code of Ordinances). Any dispute resolution constituting a material change in this Agreement shall not be final until an amendment to this Agreement has been approved and executed by the County Procurement Official.
CONTRACTOR agrees it must exhaust all dispute resolution procedures set forth in Manatee County’s Procurement Code prior to instituting any action in state or federal court or before any administrative agency or tribunal.
ARTICLE 12. COMPLIANCE WITH LAWS
All Services rendered or performed by CONTRACTOR pursuant to the provisions of this Agreement shall be in compliance with all applicable local, state and federal laws and ordinances. CONTRACTOR shall have and keep current at all times during the term of this Agreement all licenses and permits as required by law.
ARTICLE 13. NON-DISCRIMINATION
CONTRACTOR shall not discriminate against any employee or applicant for employment because of race, color, sex, creed, national origin, disability or age, and will take affirmative action to ensure that all employees and applicants are afforded equal
employment opportunities. Such action will be taken with reference to, but shall not be limited to, recruitment, employment, job assignment, promotion, upgrading, demotion, transfer, layoff or termination, rates of training or retraining (including apprenticeship and on-the-job training).
ARTICLE 14. MAINTENANCE OF RECORDS; AUDITS; LICENSES
CONTRACTOR shall maintain records, accounts, property records, and personnel records in accordance with generally accepted accounting principles, as deemed necessary by COUNTY to assure proper accounting of funds and compliance with the provisions of this Agreement.
CONTRACTOR shall provide COUNTY all information, reports, records and documents required by this Agreement or by COUNTY ordinances, rules or procedures, or as needed by COUNTY to monitor and evaluate CONTRACTOR’S performance. Such materials shall also be made available to COUNTY upon request for auditing purposes. Inspection or copying will occur during normal business hours, and as often as COUNTY may deem necessary. COUNTY shall have the right to obtain and inspect any audit pertaining to the performance of this Agreement or CONTRACTOR made by any local, state or federal agency. To the extent such materials are in the possession of a third party, CONTRACTOR must obtain them from that third party, or certify in writing to COUNTY why it was unable to do so. CONTRACTOR shall retain all records and supporting documents related to this Agreement in accordance with all applicable laws, rules and regulations, and, at a minimum, retain all records and supporting documents related to this Agreement, except duplicate copies or drafts, for at least three (3) years after the termination date.
CONTRACTOR shall obtain any licenses required to provide the Services and maintain full compliance with any licensure requirements. Copies of reports provided to or by any licensing or regulatory agency shall be forwarded to COUNTY within ten
(10) days of receipt by CONTRACTOR. CONTRACTOR shall immediately notify COUNTY if the required licenses of any of its principles or agents working on this Agreement are terminated, suspended, revoked or are otherwise invalid and/or are no longer in good standing.
ARTICLE 15. PUBLIC RECORDS
Pursuant to Florida Statutes §119.0701, to the extent CONTRACTOR is performing services on behalf of COUNTY, CONTRACTOR shall:
Keep and maintain public records that would ordinarily be required by COUNTY to perform the service.
Upon request from COUNTY’S custodian of public records, provide COUNTY with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law.
Ensure that public records that are exempt or confidential from public records disclosure requirements are not disclosed except as authorized by law for the duration of this Agreement and following completion of this Agreement if CONTRACTOR does not transfer the records to COUNTY.
Upon completion of this Agreement, transfer, at no cost, to COUNTY all public records in possession of CONTRACTOR or keep and maintain public records required by COUNTY to perform the service. If CONTRACTOR transfers all public records to COUNTY upon completion of this Agreement, CONTRACTOR shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If CONTRACTOR keeps and maintains public records upon completion of this Agreement, CONTRACTOR shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to COUNTY, upon request from COUNTY’S custodian of public records, in a format that is compatible with the information technology systems of COUNTY.
IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO COUNTY’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT:
Phone: 941.742.5845
Email: Debbie.Scaccianoce@mymanatee.org
Mail or hand delivery:
Attn: Records Manager 1112 Manatee Avenue West Bradenton, FL 34205
ARTICLE 16. INDEMNIFICATION
Each Party shall defend, indemnify, save and hold harmless the other, its officers, employees and agents, from any and all third-party claims, liabilities, loss, or cause of action for property damage or bodily injury, including death, arising out of any negligent actions or omissions of the indemnifying Party, its agents, officers, employees or agents in the performance of this Agreement, including without limitation, defects in design, or errors or omissions that result in material cost increases to the indemnified Party. Such indemnification shall include, but not be limited to, the payment of all valid claims, losses, and judgements of any nature whatsoever in connection therewith and the payment of all related fees and costs, including attorneys’ fees, incurred by the indemnified Party in connection with the indemnifying Party’s activities arising out of the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified Party or
person described in this paragraph or deemed to affect the rights, privileges and immunities of COUNTY as set forth in Section 768.28, Florida Statutes.
CONTRACTOR will indemnify, defend, save and hold harmless the COUNTY, its officers, and employees all third-party claims, liabilities, loss, or cause of action that the Services constitutes an infringement of any third-party intellectual property right(s), unless such claim is based on COUNTY’S wrongful or illegitimate use of the Services. The foregoing states the entire liability of CONTRACTOR and the sole and exclusive remedy for COUNTY with respect to any third-party claim of infringement or misappropriation of intellectual property rights. Such indemnification shall include, but not be limited to, the payment of all valid claims, losses, and judgments of any nature whatsoever in connection therewith and the payment of all related fees and costs, including attorneys’ fees.
ARTICLE 17. NO WAIVER OF SOVEREIGN IMMUNITY
Nothing herein shall be interpreted as a waiver by COUNTY of its rights, including the limitations of the waiver of immunity as set forth in Section 768.28, Florida Statutes, or any other applicable statutes or immunities. COUNTY expressly reserves these rights to the full extent allowed by law.
ARTICLE 18. INSURANCE
CONTRACTOR shall, at its own cost and expense, acquire and maintain (and cause any subcontractors, representatives, or agents to acquire and maintain) insurance policies that comply with the Insurance Requirements, attached as Exhibit D, during the term of this Agreement, to include any renewal terms.
Certificates of Insurance and copies of policies evidencing the insurance coverage specified in Exhibit D shall be filed with the Procurement Official before the Effective Date of this Agreement. The required certificates shall identify the type of policy, policy number, date of expiration, amount of coverage, companies affording coverage, shall refer specifically to the title of this Agreement, and shall name Manatee County as an additional insured. No changes shall be made to the insurance coverage without prior written approval by COUNTY’S Risk Management Division.
Insurance shall remain in force for at least three (3) years after completion of the Services in the amounts and types of coverage as required by Exhibit D, including coverage for all Services completed under this Agreement.
If the initial insurance expires prior to the termination of this Agreement, renewal Certificates of Insurance and required copies of policies shall be furnished by CONTRACTOR and delivered to the Procurement Official thirty (30) days prior to the date of their expiration.
ARTICLE 19. SOLICITATION OF AGREEMENT
CONTRACTOR warrants that it has not employed or retained any company or person other than a bona fide employee working solely for CONTRACTOR to solicit or secure
this Agreement, and that it has not paid or agreed to pay any company or person other than an employee working solely for CONTRACTOR, any fee, commission, percentage, brokerage fee, gift, contingent fee, or any other consideration contingent upon or resulting from the award or making of this Agreement. For breach or violation of this warranty, COUNTY shall have the right to annul this Agreement without liability, or at its discretion, to deduct from this Agreement price or consideration or otherwise recover the full amount of such fee, commission, percentage, brokerage fee, gifts, or contingent fee.
ARTICLE 20. ASSIGNMENT AND SUBCONTRACTING
CONTRACTOR shall not assign or transfer any right or duty under this Agreement to any other Party without the prior written consent of COUNTY. In the event CONTRACTOR asserts it is necessary to utilize the services of third parties to perform any of the Services, CONTRACTOR shall first obtain prior written approval of COUNTY.
Approval to utilize any third party shall not relieve CONTRACTOR from any direct liability or responsibility to COUNTY pursuant to the provisions of this Agreement, or obligate COUNTY to make any payments other than payments due to CONTRACTOR as outlined in this Agreement. All terms and conditions of this Agreement shall extend to and be binding on any approved purchaser, assignee, or other successor in interest.
Assignment, pledging, sale, transfer or encumbering of any interest or rights under this Agreement, to anyone other than the CONTRACTOR, without the prior written consent of the COUNTY, shall be grounds for immediate termination of this Agreement.
ARTICLE 21. CERTIFICATION OF NON-PAYMENT OF COMMISSION OR GIFT
CONTRACTOR warrants that it has not employed or retained any company or person other than a bona fide employee working solely for CONTRACTOR to solicit or secure this Agreement, and that it has not paid or agreed to pay any company or person other than an employee working solely for CONTRACTOR, any fee, commission, percentage, brokerage fee, gift, contingent fee, or any other consideration contingent upon or resulting from the award or making of this Agreement. For breach or violation of this warranty, COUNTY shall have the right to annul this Agreement, without liability or at its discretion to deduct from the agreement price consideration or otherwise recover the full amount of such fee, commission, percentage, brokerage fee, gifts, or contingent fee.
ARTICLE 22. KEY PERSONNEL
The following key personnel shall be the COUNTY primary contacts assigned to this Agreement by CONTRACTOR:
Felipe Jaramillo, Alternative Contracting Project Manager
CONTRACTOR shall notify the COUNTY in writing within ten (10) business days of any changes to the key personnel.
ARTICLE 23. SUB-CONTRACTORS
If CONTRACTOR receives written approval from the COUNTY to use the services of a sub-contractor(s), CONTRACTOR shall utilize the fees specified in Exhibit B for any subcontractors utilized in the provision of the Services.
ARTICLE 24. LIABILITY FOR NEGLIGENCE.
To the fullest extent allowed by law, the individuals performing the Services pursuant to this Agreement shall be personally liable for negligent acts or omissions. To the fullest extent allowed by law, CONTRACTOR shall likewise be liable for negligent acts or omissions in the performance of the Services.
ARTICLE 25. NOTICES
All notices, requests and authorizations provided for herein shall be in writing and shall be delivered by hand or mailed through the U.S. Mail, addressed as follows:
To COUNTY: Manatee County Government
Public Works Department Attn: Pavement Manager 1022 26th Avenue East Bradenton, FL 34206
Phone: (941) 708-7450 ext 7243
Email: brian.martineau@mymanatee.org
To CONTRACTOR: Ajax Paving Industries of Florida, LLC
Attn: Alternative Contracting Project Manager Felipe Jaramillo
One Ajax Drive
North Venice, FL 34275 Phone: (941) 486-3600
Email: kcoggins@ajaxpaving.com
ARTICLE 26. RELATIONSHIP OF PARTIES
The relationship of CONTRACTOR to COUNTY shall be that of an independent contractor. Nothing herein contained shall be construed as vesting or delegating to CONTRACTOR or any of the officers, employees, personnel, agents, or sub-contractors of CONTRACTOR any rights, interest or status as an employee of COUNTY. COUNTY shall not be liable to any person, firm or corporation that is employed by Agreements or provides goods or services to CONTRACTOR in connection with this Agreement or for debts or claims accruing to such parties. CONTRACTOR shall promptly pay, discharge or take such action as may be necessary and reasonable to settle such debts or claims.
ARTICLE 27. NO CONFLICT
By accepting award of this Agreement, CONTRACTOR, which shall include its directors, officers and employees, represents that it presently has no interest in and shall acquire no interest in any business or activity which would conflict in any manner with the
performance of duties or Services required hereunder.
ARTICLE 28. ETHICAL CONSIDERATIONS
CONTRACTOR recognizes that in rendering the Services, CONTRACTOR is working for the residents of Manatee County, Florida, subject to public observation, scrutiny and inquiry; and based upon said recognition CONTRACTOR shall, in all of its relationships with COUNTY pursuant to this Agreement, conduct itself in accordance with all of the recognized applicable ethical standards set by any related national societies, and the reasonable traditions to perform the Services. CONTRACTOR shall be truthful in its communications with COUNTY personnel regarding matters pertaining to this Agreement and the Services rendered to COUNTY.
ARTICLE 29. PUBLIC ENTITY CRIMES
CONTRACTOR has been made aware of the Florida Public Entity Crimes Act, Florida Statutes § 287.133, specifically section 2(a), and COUNTY’S requirement that CONTRACTOR comply with it in all respects prior to and during the term of this Agreement.
ARTICLE 30. TAXES
COUNTY is exempt from Federal Excise and State Sales Taxes (F.E.T. Exemption Certificate No. 59-78-0089K; FL Sales Tax Exemption Certificate No. 51-02-027548- 53C). Therefore, CONTRACTOR is prohibited from charging or imposing any sales or service taxes. Nothing herein shall affect CONTRACTOR’S normal tax liability.
CONTRACTOR shall be responsible for payment of federal, state, and local taxes which may be imposed upon CONTRACTOR under applicable law to the extent that CONTRACTOR is responsible for the payment of same under applicable law.
ARTICLE 31. FORCE MAJEURE
Neither Party shall be considered in default in performance of its obligations hereunder to the extent that performance of such obligations or any of them is delayed or prevented by Force Majeure.
Force Majeure shall include, but not be limited to, hostility, revolution, civil commotion, strike, epidemic, accident, fire, flood, wind, earthquake, hurricane, explosion, lack of or failure of transportation facilities, any law, proclamation, regulation, ordinance or other act of government, or any act of God or any cause whether of the same or different nature, existing or future; provided that the cause, whether or not enumerated in this Article, is beyond the control and without the fault or negligence of the Party seeking relief under this Article.
ARTICLE 32. GOVERNING LAW, JURISDICTION AND VENUE
This Agreement shall be governed by the laws of the State of Florida. Any action filed regarding this Agreement will be filed only in Manatee County, Florida, or if in Federal Court, the Middle District of Florida, Tampa Division.
ARTICLE 33. ATTORNEY FEES
In the event of any litigation arising under the terms of this Agreement, each Party shall be responsible for their own attorney's fees, including appellate fees, regardless of the outcome of the litigation.
ARTICLE 34. PATENT AND COPYRIGHT RESPONSIBILITY
Any material or design specified by CONTRACTOR or supplied by CONTRACTOR pursuant to this Agreement shall not knowingly infringe any patent or copyright, and CONTRACTOR shall be solely responsible for securing any necessary licenses required for patented or copyrighted material utilized by CONTRACTOR in the performance of the Services.
ARTICLE 35. AMENDMENTS
This Agreement and Exhibits referenced herein constitute the entire Agreement between the Parties with respect to subject matter and mutually agree that no verbal agreements, representations, warranties or other understandings affecting the same exist. No amendment hereof shall be effective until and unless reduced to writing and executed by the Parties. The Parties shall execute any additional documents as may be necessary to implement and carry out the intent of this Agreement.
ARTICLE 36. SEVERABILITY
It is understood and agreed by the Parties hereto that if any part, term, or provision of this Agreement is held to be illegal or in conflict with any law, the validity of the remaining portions or provisions shall not be affected, and the rights and obligations of the Parties shall be construed and enforced as if this Agreement did not contain the particular part, term or provision held to be invalid.
ARTICLE 37. LEGAL REFERENCES
All references to statutory sections or chapters shall be construed to include subsequent amendments to such provisions, and to refer to the successor provision of any such provision. References to “applicable law” and “general law” shall be construed to include provisions of local, state and federal law, whether established by legislative action, administrative rule or regulation, or judicial decision.
ARTICLE 38. HEADINGS, CONSTRUCTION
The Parties agree that they have each participated in the drafting of this Agreement and that the rules with respect to construing ambiguities against the drafter of a contract shall not apply in any action or litigation regarding this Agreement. All articles and descriptive headings of paragraphs of this Agreement are inserted for convenience only and shall not affect the construction or interpretation hereof.
ARTICLE 39. TIME
For purposes of computing any period of number of days hereunder for notices or performance of ten (10) days or less, Saturdays, Sundays and holidays shall be excluded, unless otherwise stated.
ARTICLE 40. AUTHORITY TO EXECUTE
Each of the Parties hereto covenants to the other Party that it has lawful authority to enter into this Agreement.
[Remainder of page intentionally left blank]
IN WITNESS WHEREOF, the Parties hereto have caused.this Agreement to be duly executed effective as of the date set forth above.
AJAX PAVING INDUSTRIES OF FLORIDA, LLC
7'"7\J.,J-QNY D•te:2020.08.1716:12:38-04'00'
BY:
/". - . -l
A n • Dlglta!y,Jgned by CM,tJOJv,ro
Printed Name: Christie Alvaro
Title: Asst. Corp. Secretary
_Date: August 17, 2020
MANATEE COUNTY, a political subdivision of the State of Florida
Jae Erickson, MBA, CPPO Interim Procurement Official
16
EXHIBIT A, SCOPE OF SERVICES
BACKGROUND INFORMATION
This Agreement allows for the purchase of materials and services required in the maintenance of the COUNTY’S infrastructure. This Agreement is used for Utility, Stormwater, Roads, Bridges, Earthwork and Traffic Signals repairs and installation.
SCOPE
CONTRACTOR shall furnish all equipment, labor, materials, supplies, licensing, transportation, and other components necessary to provide Road Building and Materials Services that will meet the requirements of the Agreement.
GENERAL REQUIREMENTS
CONTRACTOR shall provide the following requirements:
Materials. The road building materials portion of this Agreement shall consist of, but is not limited to, the supply and/or supply and delivery of road building materials to various job sites within Manatee County.
Services. The road building services portion of this Agreement shall consist of, but is not limited to, Road Building Services, at various job sites within Manatee County. Examples of specific services shall include but are not limited to excavation, grading, resurfacing, curbing, drainage, marking, signals, base work, etc. The road building services shall be for a job on a job site to be performed by CONRACTOR in accordance with the scope of work provided by the COUNTY. The CONTRACTOR shall furnish any required shop drawings, working drawings, labor, materials, equipment, tools, services and incidentals necessary to complete all work required to complete specified road building services authorized by release order. The CONTRACTOR shall perform the work complete, in place and ready for continuous services and shall include any repairs, replacement, and/or restoration required as a result of damages caused prior to acceptance by the COUNTY.
SERVICE REQUIREMENTS
CONTRACTOR’S services shall include but not be limited to:
All materials and services provided, delivered or installed pursuant to this Agreement shall meet or exceed the following:
FDOT Standard Specifications for Road and Bridge Construction link is provided for you convenience. http://www.dot.state.fl.us/specificationsoffice/
Manatee County Transportations Standards, Utility Design Standards and Stormwater Design Standards link is provided for your convenience. http://mymanatee.org/home/government/departments/public-works/engineering/
Detailed Cost Package. COUNTY will initiate a meeting with some or all CONTRACTOR(s) to review the scope of work and possibly conduct an on-site visit. The CONTRACTOR(s) shall then be required to prepare a detailed cost package using their unit prices in the Agreement. The detailed cost package shall include itemized costs based on CONTRACTOR’S Agreement pricing, a detailed statement of work and shop drawings/sketches (if applicable) for the specific work required and a schedule for completion of the specific work. The CONTRACTOR(s) shall be expected to expeditiously prepare its detailed cost package and in no event shall the preparation time exceed 15 calendar days. The CONTRACTOR(s) shall submit its detailed cost package to COUNTY, who will evaluate same and, if approved, will issue a written release order. The COUNTY reserves the right to not issue a release order for the specific work. The COUNTY has no obligation to issue a release order. The COUNTY reserves the right to use any Contractor which it deems to be in its best interest for any specific project. Selection of the Contractor for each project will be within the sole direction of the County.
Quality of Work. If at any time the labor used or to be used appears to the COUNTY as insufficient or improper for the securing the quality of Work required or the required rate of progress, the COUNTY may order the CONTRACTOR to increase its efficiency or to improve the character of its work, and the Contractor shall confirm to such an order. Any such order shall not entitle CONTRACTOR to any additional compensation or increase in Contract Time. The failure of the COUNTY to demand any increase of such efficiency or any improvement shall not release the CONTRACTOR from its obligation to secure the quality of work or the rate of progress necessary to complete work satisfactorily. The COUNTY may require the CONRACTOR to remove such personnel as the COUNTY deems incompetent, careless, insubordinate or otherwise objectional, or whose continued employment is deemed contrary to the COUNTY’S interest. The CONTRACTOR shall provide good quality workmanship and shall promptly correct construction defects without additional compensation. Acceptance of the work by the COUNTY shall not relieve the CONTRACTOR of the responsibility for subsequent correction of any construction defects.
Quality Control. The CONTRACTOR shall:
Develop and maintain a program to assure quality control of the services provided.
Be responsible for and supervise all subcontractors, providing instructions when their effort doesn’t conform to the requirements of the Agreement and/or release order.
Continue to coordinate each subcontractor to ensure that corrections are made in a timely manner so as to not affect the mutually agreed schedule.
Layout of Work. The CONTRACTOR:
Where required, shall set construction stakes and batter boards for establishing lines, positions of structures, slopes, and other controlling points necessary for the proper prosecution of the work. The stakes, as set will be checked and
approved by the COUNTY before construction is commenced. These stakes and marks shall constitute the field control by and in accordance with which the CONTRACTOR shall govern and execute the work.
Will be held responsible for the preservation of all stakes and marks; and if for any reason any of the stakes or marks or batter boards become destroyed or disturbed, they will immediately and accurately be replaced by the CONTRACTOR at no additional expense to the COUNTY.
Overtime Work. Only work specified by the COUNTY as requiring overtime work hours will be subject to an overtime surcharge. Any work done by the CONTRACTOR during overtime hours, but not specified as required by COUNTY will be considered normal hours and normal hourly rate(s) shall be applied. Overtime work shall be defined as work performed on Sundays and national/county holidays and all work performed between the hours of 7:00pm and 7:00am. CONTRACTOR shall include a per day surcharge on the price form that will include all equipment, materials, labor and MOT required to take all the necessary precautions for the protection of the work and the safety of the public.
Warning Signs and Barricades. The CONTRACTOR shall provide adequate signs, barricades, flashing lights, flagmen and watchmen, and take all necessary precautions for the protection of the work and safety of the public. Traffic control warning signs and barricades shall be in strict accordance with the provisions of the FDOT Manual on Traffic Controls and Safety Practices for Street and Highway Construction, Maintenance and Utility Operations (latest revision). All barricades and obstructions shall be protected at night by flashing signal lights which shall be of substantial for night visibility. Suitable warning signs shall be so placed and illuminated at night to show in advance where construction, barricades or detours exist. All work items are to include the cost of signing and traffic maintenance, except as related to shell and base preparation over 100’ or overnight.
Protection of Work, Persons and Property. The CONTRACTOR shall:
Continuously maintain adequate protection of all work form damage and shall protect all property from injury or loss arising in connection with the contract. Successful bidder(s) shall make good any such damage, injury or loss, except such as may be directly due to error in contract documents.
Provide, protect, and maintain all passageways, guard fences, lights, and other facilities required by the public authority or local conditions.
Provide reasonable maintenance of traffic ways for the public and preservation of the continuation of the COUNTY’S business taking into full consideration all local conditions.
Comply with Florida Department of Commerce Safety Regulation and any local safety regulations.
Clean-up. The CONTRACTOR shall:
Keep the construction site free of rubbish and waste material and restore to their original condition those portions of the site not designated for alteration by the
scope of work. Clean up and restoration shall be accomplished on the continuing basis throughout the contract period and in such a manner as to maintain a minimum of nuisance and interference to the general public and residents in the vicinity or the work.
Remove when no longer needed, all temporary structures markers and equipment used in its operations. It is the intent of this specification that the construction areas and those other areas not designated for alteration by the scope of work be restored to their original condition or as nearly as possible.
Testing. All inspections and testing required for this contract will be performed by and independent laboratory retained by the COUNTY. CONTRACTOR shall be responsible for all failed test.
TECHNICAL REQUIREMENTS
CONTRACTOR’S equipment, products, and services shall meet the technical specifications outlined in Exhibit E.
WARRANTY AND GUARANTEE PROVISIONS
All maintenance, repair and construction services furnished as defined herein shall be guaranteed and warranted by the CONTRACTOR for a minimum period of three (3) years, unless otherwise specified, from final acceptance by the COUNTY to be free from defects due either to faulty materials or equipment or faulty workmanship.
All materials, equipment, and workmanship furnished and/or furnished and installed by the CONTRACTOR is warranted and guaranteed by the CONTRACTOR to meet the required standards specified herein and to accomplish the purposes and functions of the project.
The COUNTY shall, following discovery of faulty materials or workmanship, promptly give written notice to the CONTRACTOR of faulty materials, equipment, or workmanship within the period of the guarantee and the CONTRACTOR shall promptly replace any part of the faulty equipment, material, or workmanship at its own cost.
These warranty and guarantee provisions create no limitations on the COUNTY as to any claims or actions for breach of guaranty or breach of warranty that the COUNTY might have against parties other than the CONTRACTOR, and do not constitute exclusive remedies of the COUNTY against the CONTRACTOR.
LIMITATIONS PER PROJECT
No single construction project estimated to exceed $299,999.99 shall be performed under this Agreement. A project exceeding $299,999.99 shall be solicited under a separate formal, sealed process in order to comply with FS 255.0525.
END OF EXHIBIT A
EXHIBIT B, FEE RATE SCHEDULE
FEES
Fees for the goods and services detailed in this Agreement shall be as indicated in this Exhibit B.
ESCALATION/DE-ESCALATION
For all road building material only related release orders, the CONTRACTOR agrees the cost (per ton) of Liquid Asphalt shall be adjusted according to the FDOT Fuel and Bituminous Price Index effective the day of paving.
CONTRACTOR shall submit a copy of the index and formula used with its invoice. The pay items that will be affected by the index are: IV.2, IV.3, IV.4, IV.5, IV.6, IV.7, IV.8, IV.9, IV.10, IV.19, IV.21 and IV.41.
[Remainder of page intentionally left blank]
Ajax Paving Industries of Florida | |||
One Ajax Drive | |||
North Venice, FL | |||
SECTION I - AGGREGATE | |||
I.1 CRUSHED STONE #4 (FDOT SPEC 901) | NO BID | ||
LOCATION OF VENDOR'S PLANT: | |||
DISTANCE OF VENDOR'S PLANT TO MANATEE COUNTY YARD : 5511 39th Street East, Bradenton 34203 | / MILES | ||
PRICE F.O.B. VENDOR'S PLANT: | / PER TON | ||
PRICE VENDOR DELIVERED TO MANATEE COUNTY YARD: | |||
4680 66th Street West, Bradenton FL 34210 | / PER TON | ||
5511 39th Street East, Bradenton FL 34203 | / PER TON | ||
2908 12th Street Court East, Bradenton FL 34208 | / PER TON | ||
36650 Arcadia Avenue, Myakka FL 34251 (MYAKKA YARD) | / PER TON | ||
8500 69th Street East, Palmetto FL 34221 (ERIE ROAD) | / PER TON | ||
DELIVERY DAYS AFTER RECEIPT OF ORDER: | / DAYS | ||
I.2 CRUSHED STONE #57 (FDOT SPEC 901) | |||
LOCATION OF VENDOR'S PLANT: | 500 Gene Green Road, Nokomis 34275 | ||
DISTANCE OF VENDOR'S PLANT TO MANATEE COUNTY YARD : 5511 39th Street East, Bradenton 34203 | 28 / MILES | ||
PRICE F.O.B. VENDOR'S PLANT: | $39.00 / PER TON | ||
PRICE VENDOR DELIVERED TO MANATEE COUNTY YARD: | |||
4680 66th Street West, Bradenton FL 34210 | $53.00 | / PER TON |
Ajax Paving Industries of Florida | ||
One Ajax Drive | ||
North Venice, FL | ||
SECTION I - AGGREGATE | ||
5511 39th Street East, Bradenton FL 34203 | $53.00 / PER TON | |
2908 12th Street Court East, Bradenton FL 34208 | $53.00 / PER TON | |
36650 Arcadia Avenue Myakka FL 34251 (MYAKKA YARD) | $53.00 / PER TON | |
8500 69th Street East, Palmetto FL 34221 (ERIE ROAD) | $53.00 / PER TON | |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 10 / DAYS | |
I.3 COARSE AGGREGATE 3/8" (FDOT SPEC 901) | ||
LOCATION OF VENDOR'S PLANT: | 500 Gene Green Road, Nokomis 34275 | |
DISTANCE OF VENDOR'S PLANT TO MANATEE COUNTY YARD : 5511 39th Street East, Bradenton 34203 | 28 / MILES | |
PRICE F.O.B. VENDOR'S PLANT: | $38.00 / PER TON | |
PRICE VENDOR DELIVERED TO MANATEE COUNTY YARD | ||
4680 66th Street West, Bradenton FL 34210 | $52.00 / PER TON | |
5511 39th Street East, Bradenton FL 34203 | $52.00 / PER TON | |
2908 12th Street Court East, Bradenton FL 34208 36650 Arcadia Avenue Myakka FL 34251 (MYAKKA YARD) | $52.00 / PER TON | |
$52.00 / PER TON | ||
8500 69th Street East, Palmetto FL 34221 (ERIE ROAD) | $52.00 / PER TON | |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 10 / DAYS |
Ajax Paving Industries of Florida | |||
One Ajax Drive | |||
North Venice, FL | |||
SECTION I - AGGREGATE | |||
I.4 COARSE MASONRY SAND (ASTM C144) | NO BID | ||
LOCATION OF VENDOR'S PLANT: | |||
DISTANCE OF VENDOR'S PLANT TO MANATEE COUNTY YARD : 5511 39th Street East, Bradenton 34203 | / MILES | ||
PRICE F.O.B. VENDOR'S PLANT: | / PER TON | ||
PRICE VENDOR DELIVERED TO MANATEE COUNTY YARD | |||
4680 66th Street West, Bradenton FL 34210 | / PER TON | ||
5511 39th Street East, Bradenton FL 34203 | / PER TON | ||
2908 12th Street Court East, Bradenton FL 34208 | / PER TON | ||
36650 Arcadia Avenue Myakka FL 34251 (MYAKKA YARD) | / PER TON | ||
8500 69th Street East, Palmetto FL 34221 (ERIE ROAD) | / PER TON | ||
DELIVERY DAYS AFTER RECEIPT OF ORDER: | / DAYS | ||
I.4A TACK SAND (FDOT SPEC 902-6) | NO BID | ||
LOCATION OF VENDOR'S PLANT: | |||
DISTANCE OF VENDOR'S PLANT TO MANATEE COUNTY YARD : 5511 39th Street East, Bradenton 34203 | / MILES | ||
PRICE F.O.B. VENDOR'S PLANT: | / PER TON | ||
PRICE VENDOR DELIVERED TO MANATEE COUNTY YARD | |||
4680 66th Street West, Bradenton FL 34210 | / PER TON | ||
5511 39th Street East, Bradenton FL 34203 | / PER TON | ||
2908 12th Street Court East, Bradenton FL 34208 | / PER TON |
Ajax Paving Industries of Florida | |||
One Ajax Drive | |||
North Venice, FL | |||
SECTION I - AGGREGATE | |||
36650 Arcadia Avenue Myakka FL 34251 (MYAKKA YARD) | / PER TON | ||
8500 69th Street East, Palmetto FL 34221 (ERIE ROAD) | / PER TON | ||
DELIVERY DAYS AFTER RECEIPT OF ORDER: | / DAYS | ||
I.5 CONCRETE SAND (ASTM C33) | |||
LOCATION OF VENDOR'S PLANT: | 500 Gene Green Road, Nokomis 34275 | ||
DISTANCE OF VENDOR'S PLANT TO MANATEE COUNTY YARD : 5511 39th Street East, Bradenton 34203 | 28 / MILES | ||
PRICE F.O.B. VENDOR'S PLANT: | $23.00 / PER TON | ||
PRICE VENDOR DELIVERED TO MANATEE COUNTY YARD: | |||
4680 66th Street West, Bradenton FL 34210 | $36.50 / PER TON | ||
5511 39th Street East, Bradenton FL 34203 | $36.50 / PER TON | ||
36650 Arcadia Avenue Myakka FL 34251 (MYAKKA YARD) | $36.50 / PER TON | ||
8500 69th Street East, Palmetto FL 34221 (ERIE ROAD) | $36.50 / PER TON | ||
2908 12th Street Court East, Bradenton FL 34208 | $36.50 / PER TON | ||
DELIVERY DAYS AFTER RECEIPT OF ORDER: | $10.00 / DAYS | ||
I.6 FILL DIRT CY (FDOT SPEC 120-2) | |||
ZONE 1 | 0 - 2,000 CY | $23.00 / PER CY | |
OVER 2,000 CY | $23.00 / PER CY | ||
ZONE 2 | 0 - 2,000 CY | $23.00 / PER CY | |
OVER 2,000 CY | $23.00 / PER CY |
Ajax Paving Industries of Florida | |||
One Ajax Drive | |||
North Venice, FL | |||
SECTION I - AGGREGATE | |||
PRICE VENDOR DELIVERED TO JOB SITE | ZONE 3 | 0 - 2,000 CY | $23.00 / PER CY |
OVER 2,000 CY | $23.00 / PER CY | ||
ZONE 4A | 0 - 2,000 CY | $23.00 / PER CY | |
OVER 2,000 CY | $23.00 / PER CY | ||
ZONE 4B | 0 - 2,000 CY | $23.00 / PER CY | |
OVER 2,000 CY | $23.00 / PER CY | ||
ZONE 5 | 0 - 2,000 CY | $23.00 / PER CY | |
OVER 2,000 CY | $23.00 / PER CY | ||
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 10 / DAYS | ||
I.7 FILL DIRT TON (FDOT SPEC 120-2) | |||
LOCATION OF VENDOR'S PLANT: | 500 Gene Green Road, Nokomis 34275 | ||
PRICE F.O.B. VENDOR'S PLANT: | $6.50 / PER TON | ||
PRICE VENDOR DELIVERED TO JOB SITE | ZONE 1 | 0 - 500 TONS | $20.50 / PER TON |
OVER 500 TONS | $20.50 / PER TON | ||
ZONE 2 | 0 - 500 TONS | $20.50 / PER TON | |
OVER 500 TONS | $20.50 / PER TON | ||
ZONE 3 | 0 - 500 TONS | $20.50 / PER TON | |
OVER 500 TONS | $20.50 / PER TON | ||
ZONE 4A | 0 - 500 TONS | $20.50 / PER TON | |
OVER 500 TONS | $20.50 / PER TON | ||
ZONE 4B | 0 - 500 TONS | $20.50 / PER TON | |
OVER 500 TONS | $20.50 / PER TON |
Ajax Paving Industries of Florida | |||
One Ajax Drive | |||
North Venice, FL | |||
SECTION I - AGGREGATE | |||
ZONE 5 | 0 - 500 TONS | $20.50 / PER TON | |
OVER 500 TONS | $20.50 / PER TON | ||
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 10 / DAYS | ||
I.8 SHELL BASE BANK RUN SHELL (FDOT SPEC 911 ) | |||
LOCATION OF VENDOR'S PLANT: | 37390 Bermont Road, Punta Gorda | ||
DISTANCE OF VENDOR'S PLANT TO MANATEE COUNTY YARD : 5511 39th Street East, Bradenton 34203 | 69 / MILES | ||
PRICE F.O.B. VENDOR'S PLANT: | $7.50 / PER TON | ||
PRICE VENDOR DELIVERED TO MANATEE COUNTY YARD : 5511 39th Street East, Bradenton 34203 | $24.50 / PER TON | ||
PRICE VENDOR DELIVERED TO JOB SITE | ZONE 1 | 0 - 500 TONS | $24.50 / PER TON |
OVER 500 TONS | $24.50 / PER TON | ||
ZONE 2 | 0 - 500 TONS | $24.50 / PER TON | |
OVER 500 TONS | $24.50 / PER TON | ||
ZONE 3 | 0 - 500 TONS | $24.50 / PER TON | |
OVER 500 TONS | $24.50 / PER TON | ||
ZONE 4A | 0 - 500 TONS | $24.50 / PER TON | |
OVER 500 TONS | $24.50 / PER TON | ||
ZONE 4B | 0 - 500 TONS | $24.50 / PER TON | |
OVER 500 TONS | $24.50 / PER TON | ||
ZONE 5 | 0 - 500 TONS | $24.50 / PER TON | |
OVER 500 TONS | $24.50 / PER TON | ||
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 10 / DAYS |
Ajax Paving Industries of Florida | |||
One Ajax Drive | |||
North Venice, FL | |||
SECTION I - AGGREGATE | |||
I.9 SHELL BASE BANK RUN SHELL @ <16% MOISTURE CONTENT (FDOT SPEC 911) | |||
LOCATION OF VENDOR'S PLANT: | 37390 Bermont Road, Punta Gorda | ||
DISTANCE OF VENDOR'S PLANT TO MANATEE COUNTY YARD : 5511 39th Street East, Bradenton 34203 | 69 / MILES | ||
PRICE F.O.B. VENDOR'S PLANT: | $7.50 / PER TON | ||
PRICE VENDOR DELIVER TO MANATEE COUNTY YARD | |||
4680 66th Street West, Bradenton FL 34210 | $24.50 / PER TON | ||
5511 39th Street East, Bradenton FL 34203 | $24.50 / PER TON | ||
2908 12th Street Court East, Bradenton FL 34208 | $24.50 / PER TON | ||
36650 Arcadia Avenue Myakka FL 34251 (MYAKKA YARD) | $24.50 / PER TON | ||
8500 69th Street East, Palmetto FL 34221 (ERIE ROAD) | $24.50 / PER TON $24.50 / PER TON | ||
PRICE | ZONE 1 | 0 - 500 TONS | |
OVER 500 TONS | $24.50 / PER TON | ||
ZONE 2 | 0 - 500 TONS | $24.50 / PER TON | |
OVER 500 TONS | $24.50 / PER TON | ||
ZONE 3 | 0 - 500 TONS | $24.50 / PER TON | |
OVER 500 TONS | $24.50 / PER TON |
Ajax Paving Industries of Florida | |||
One Ajax Drive | |||
North Venice, FL | |||
SECTION I - AGGREGATE | |||
VENDOR DELIVERED TO JOB SITE | ZONE 4A | 0 - 500 TONS | $24.50 / PER TON |
OVER 500 TONS | $24.50 / PER TON | ||
ZONE 4B | 0 - 500 TONS | $24.50 / PER TON | |
OVER 500 TONS | $24.50 / PER TON | ||
ZONE 5 | 0 - 500 TONS | $24.50 / PER TON | |
OVER 500 TONS | $24.50 / PER TON | ||
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 10 / DAYS | ||
I.10 SUBBASE STABILIZATION MATERIALS (FDOT SPEC 914 ) | |||
LOCATION OF VENDOR'S PLANT: | 500 Gene Green Road, Nokomis 34275 | ||
DISTANCE OF VENDOR'S PLANT TO MANATEE COUNTY YARD : 5511 39th Street East, Bradenton 34203 | 28 / MILES | ||
PRICE F.O.B. VENDOR'S PLANT: | $25.50 / PER TON | ||
PRICE VENDOR DELIVERED TO JOB SITE | ZONE 1 | 0 - 500 TONS | $15.50 / PER TON |
OVER 500 TONS | $29.00 / PER TON | ||
ZONE 2 | 0 - 500 TONS | $29.00 / PER TON | |
OVER 500 TONS | $29.00 / PER TON | ||
ZONE 3 | 0 - 500 TONS | $29.00 / PER TON | |
OVER 500 TONS | $29.00 / PER TON | ||
ZONE 4A | 0 - 500 TONS | $29.00 / PER TON | |
OVER 500 TONS | $29.00 / PER TON | ||
ZONE 4B | 0 - 500 TONS | $29.00 / PER TON | |
OVER 500 TONS | $29.00 / PER TON |
Ajax Paving Industries of Florida | ||||
One Ajax Drive | ||||
North Venice, FL | ||||
SECTION I - AGGREGATE | ||||
ZONE 5 | 0 - 500 TONS | $29.00 / PER TON | ||
OVER 500 TONS | $29.00 / PER TON | |||
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 10 / DAYS | |||
I.11 WASHED SHELL 1/2" | NO BID | |||
LOCATION OF VENDOR'S PLANT: | ||||
DISTANCE OF VENDOR'S PLANT TO MANATEE COUNTY YARD : 5511 39th Street East, Bradenton 34203 | / MILES | |||
PRICE F.O.B. VENDOR'S PLANT: | / PER TON | |||
PRICE VENDOR DELIVER TO MANATEE COUNTY YARD | ||||
4680 66th Street West, Bradenton FL 34210 | / PER TON | |||
5511 39th Street East, Bradenton FL 34203 | / PER TON | |||
36650 Arcadia Avenue Myakka FL 34251 (MYAKKA YARD) | / PER TON | |||
8500 69th Street East, Palmetto FL 34221 (ERIE ROAD) | / PER TON | |||
2908 12th Street Court East, Bradenton FL 34208 | / PER TON | |||
ZONE 1 | 0 - 500 TONS | / PER TON |
Ajax Paving Industries of Florida | ||||
One Ajax Drive | ||||
North Venice, FL | ||||
SECTION I - AGGREGATE | ||||
PRICE VENDOR DELIVERED TO JOB SITE | OVER 500 TONS | / PER TON | ||
ZONE 2 | 0 - 500 TONS | / PER TON | ||
OVER 500 TONS | / PER TON | |||
ZONE 3 | 0 - 500 TONS | / PER TON | ||
OVER 500 TONS | / PER TON | |||
ZONE 4A | 0 - 500 TONS | / PER TON | ||
OVER 500 TONS | / PER TON | |||
ZONE 4B | 0 - 500 TONS | / PER TON | ||
OVER 500 TONS | / PER TON | |||
ZONE 5 | 0 - 500 TONS | / PER TON | ||
OVER 500 TONS | / PER TON | |||
DELIVERY DAYS AFTER RECEIPT OF ORDER: | / DAYS | |||
I.12 WASHED SHELL 1" | NO BID | |||
LOCATION OF VENDOR'S PLANT: | ||||
DISTANCE OF VENDOR'S PLANT TO MANATEE COUNTY YARD : 5511 39th Street East, Bradenton 34203 | / MILES | |||
PRICE F.O.B. VENDOR'S PLANT: | / PER TON | |||
PRICE VENDOR DELIVER TO MANATEE COUNTY YARD | ||||
4680 66th Street West, Bradenton FL 34210 | / PER TON |
Ajax Paving Industries of Florida | |||
One Ajax Drive | |||
North Venice, FL | |||
SECTION I - AGGREGATE | |||
5511 39th Street East, Bradenton FL 34203 | / PER TON | ||
36650 Arcadia Avenue Myakka FL 34251 (MYAKKA YARD) | / PER TON | ||
8500 69th Street East, Palmetto FL 34221 (ERIE ROAD) | / PER TON | ||
2908 12th Street Court East, Bradenton FL 34208 | / PER TON | ||
PRICE VENDOR DELIVERED TO JOB SITE | ZONE 1 | 0 - 500 TONS | / PER TON |
OVER 500 TONS | / PER TON | ||
ZONE 2 | 0 - 500 TONS | / PER TON | |
OVER 500 TONS | / PER TON | ||
ZONE 3 | 0 - 500 TONS | / PER TON | |
OVER 500 TONS | / PER TON | ||
ZONE 4A | 0 - 500 TONS | / PER TON | |
OVER 500 TONS | / PER TON | ||
ZONE 4B | 0 - 500 TONS | / PER TON | |
OVER 500 TONS | / PER TON | ||
ZONE 5 | 0 - 500 TONS | / PER TON | |
OVER 500 TONS | / PER TON | ||
DELIVERY DAYS AFTER RECEIPT OF ORDER: | / DAYS |
Ajax Paving Industries of Florida | |||
One Ajax Drive | |||
North Venice, FL | |||
SECTION I - AGGREGATE | |||
I.13 WASHED SHELL 3" | NO BID | ||
LOCATION OF VENDOR'S PLANT: | |||
DISTANCE OF VENDOR'S PLANT TO MANATEE COUNTY YARD : 5511 39th Street East, Bradenton 34203 | / MILES | ||
PRICE F.O.B. VENDOR'S PLANT: | / PER TON | ||
PRICE VENDOR DELIVER TO MANATEE COUNTY YARD | |||
4680 66th Street West, Bradenton FL 34210 | / PER TON | ||
5511 39th Street East, Bradenton FL 34203 | / PER TON | ||
36650 Arcadia Avenue Myakka FL 34251 (MYAKKA YARD) | / PER TON | ||
8500 69th Street East, Palmetto FL 34221 (ERIE ROAD) | / PER TON | ||
2908 12th Street Court East, Bradenton FL 34208 | / PER TON | ||
ZONE 1 | 0 - 500 TONS | / PER TON | |
OVER 500 TONS | / PER TON |
Ajax Paving Industries of Florida | |||
One Ajax Drive | |||
North Venice, FL | |||
SECTION I - AGGREGATE | |||
PRICE VENDOR DELIVERED TO JOB SITE | ZONE 2 | 0 - 500 TONS | / PER TON |
OVER 500 TONS | / PER TON | ||
ZONE 3 | 0 - 500 TONS | / PER TON | |
OVER 500 TONS | / PER TON | ||
ZONE 4A | 0 - 500 TONS | / PER TON | |
OVER 500 TONS | / PER TON | ||
ZONE 4B | 0 - 500 TONS | / PER TON | |
OVER 500 TONS | / PER TON | ||
ZONE 5 | 0 - 500 TONS | / PER TON | |
OVER 500 TONS | / PER TON | ||
DELIVERY DAYS AFTER RECEIPT OF ORDER: | / DAYS | ||
I.14 SHELL SCREENINGS TDS 1/2" | |||
LOCATION OF VENDOR'S PLANT: | 500 Gene Green Road, Nokomis 34275 | ||
DISTANCE OF VENDOR'S PLANT TO MANATEE COUNTY YARD : 5511 39th Street East, Bradenton 34203 | 28 / MILES | ||
PRICE F.O.B. VENDOR'S PLANT: | $35.50 / PER TON | ||
PRICE VENDOR DELIVER TO MANATEE COUNTY YARD |
Ajax Paving Industries of Florida | |||
One Ajax Drive | |||
North Venice, FL | |||
SECTION I - AGGREGATE | |||
4680 66th Street West, Bradenton FL 34210 | $49.50 / PER TON | ||
5511 39th Street East, Bradenton FL 34203 | $49.50 / PER TON | ||
36650 Arcadia Avenue Myakka FL 34251 (MYAKKA YARD) | $49.50 / PER TON | ||
8500 69th Street East, Palmetto FL 34221 (ERIE ROAD) | $49.50 / PER TON | ||
2908 12th Street Court East, Bradenton FL 34208 | $49.50 | / PER TON | |
PRICE VENDOR DELIVERED TO JOB SITE | ZONE 1 | 0 - 500 TONS | $49.50 / PER TON |
OVER 500 TONS | $49.50 / PER TON | ||
ZONE 2 | 0 - 500 TONS | $49.50 / PER TON | |
OVER 500 TONS | $49.50 / PER TON | ||
ZONE 3 | 0 - 500 TONS | $49.50 / PER TON | |
OVER 500 TONS | $49.50 / PER TON | ||
ZONE 4A | 0 - 500 TONS | $49.50 / PER TON | |
OVER 500 TONS | $49.50 / PER TON | ||
ZONE 4B | 0 - 500 TONS | $49.50 / PER TON | |
OVER 500 TONS | $49.50 / PER TON | ||
ZONE 5 | 0 - 500 TONS | $49.50 / PER TON |
Ajax Paving Industries of Florida | ||||
One Ajax Drive | ||||
North Venice, FL | ||||
SECTION I - AGGREGATE | ||||
OVER 500 TONS | $49.50 / PER TON | |||
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 10 / DAYS | |||
I.15 LIMEROCK BASE MATERIAL (FDOT SPEC SECTION 911) | NO BID | |||
LOCATION OF VENDOR'S PLANT: | ||||
DISTANCE OF VENDOR'S PLANT TO MANATEE COUNTY YARD : 5511 39th Street East, Bradenton 34203 | / MILES | |||
PRICE F.O.B. VENDOR'S PLANT: | / PER TON | |||
5511 39th Street East, Bradenton FL 34210 | / PER TON | |||
PRICE VENDOR DELIVERED TO JOB SITE | ZONE 1 | 0 - 500 TONS | / PER TON | |
OVER 500 TONS | / PER TON | |||
ZONE 2 | 0 - 500 TONS | / PER TON | ||
OVER 500 TONS | / PER TON | |||
ZONE 3 | 0 - 500 TONS | / PER TON | ||
OVER 500 TONS | / PER TON | |||
ZONE 4A | 0 - 500 TONS | / PER TON | ||
OVER 500 TONS | / PER TON | |||
ZONE 4B | 0 - 500 TONS | / PER TON | ||
OVER 500 TONS | / PER TON | |||
0 - 500 TONS | / PER TON |
Ajax Paving Industries of Florida | |||
One Ajax Drive | |||
North Venice, FL | |||
SECTION I - AGGREGATE | |||
ZONE 5 | OVER 500 TONS | / PER TON | |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | / DAYS | ||
I.16 CRUSHED CONCRETE AGGREGATE BASE MATERIALS (MANATEE CO SPECS) | |||
LOCATION OF VENDOR'S PLANT: | 500 Gene Green Road, Nokomis 34275 | ||
DISTANCE OF VENDOR'S PLANT TO MANATEE COUNTY YARD : 5511 39th Street East, Bradenton 34203 | 28 / MILES | ||
PRICE F.O.B. VENDOR'S PLANT: | $21.50 / PER TON | ||
PRICE VENDOR DELIVERED TO MANATEE COUNTY YARD : 5511 39th Street East, Bradenton 34203 | $35.00 / PER TON | ||
PRICE VENDOR DELIVERED TO JOB SITE | ZONE 1 | 0 - 500 TONS | $35.00 / PER TON |
OVER 500 TONS | $35.00 / PER TON | ||
ZONE 2 | 0 - 500 TONS | $35.00 / PER TON | |
OVER 500 TONS | $35.00 / PER TON | ||
ZONE 3 | 0 - 500 TONS | $35.00 / PER TON | |
OVER 500 TONS | $35.00 / PER TON | ||
ZONE 4A | 0 - 500 TONS | $35.00 / PER TON | |
OVER 500 TONS | $35.00 / PER TON | ||
ZONE 4B | 0 - 500 TONS | $35.00 / PER TON | |
OVER 500 TONS | $35.00 / PER TON | ||
0 - 500 TONS | $35.00 / PER TON |
Ajax Paving Industries of Florida | ||||
One Ajax Drive | ||||
North Venice, FL | ||||
SECTION I - AGGREGATE | ||||
ZONE 5 | OVER 500 TONS | $35.00 / PER TON | ||
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 10 / DAYS | |||
I.17 GRADED AGGREGATE BASE (FDOT SPEC 204) | NO BID | |||
LOCATION OF VENDOR'S PLANT: | ||||
DISTANCE OF VENDOR'S PLANT TO MANATEE COUNTY YARD : 5511 39th Street East, Bradenton 34203 | / MILES | |||
PRICE F.O.B. VENDOR'S PLANT: | / PER TON | |||
5511 39th Street East, Bradenton FL 34210 | / PER TON | |||
PRICE VENDOR DELIVERED TO JOB SITE | ZONE 1 | 0 - 500 TONS | / PER TON | |
OVER 500 TONS | / PER TON | |||
ZONE 2 | 0 - 500 TONS | / PER TON | ||
OVER 500 TONS | / PER TON | |||
ZONE 3 | 0 - 500 TONS | / PER TON | ||
OVER 500 TONS | / PER TON | |||
ZONE 4A | 0 - 500 TONS | / PER TON | ||
OVER 500 TONS | / PER TON | |||
ZONE 4B | 0 - 500 TONS | / PER TON | ||
OVER 500 TONS | / PER TON | |||
ZONE 5 | 0 - 500 TONS | / PER TON | ||
OVER 500 TONS | / PER TON | |||
DELIVERY DAYS AFTER RECEIPT OF ORDER: | / DAYS | |||
I.18 #7 COARSE AGGREGATE 1/2" (FDOT SPEC 901) | NO BID | |||
LOCATION OF VENDOR'S PLANT: |
Ajax Paving Industries of Florida | |||
One Ajax Drive | |||
North Venice, FL | |||
SECTION I - AGGREGATE | |||
DISTANCE OF VENDOR'S PLANT TO MANATEE COUNTY YARD : 5511 39th Street East, Bradenton 34203 | / MILES | ||
PRICE F.O.B. VENDOR'S PLANT: | / PER TON | ||
PRICE VENDOR DELIVERED TO MANATEE COUNTY YARD: | |||
4680 66th Street West, Bradenton FL 34210 | / PER TON | ||
5511 39th Street East, Bradenton FL 34203 | / PER TON | ||
36650 Arcadia Avenue Myakka FL 34251 (MYAKKA YARD) | / PER TON | ||
2908 12th Street Court East, Bradenton FL 34208 | / PER TON | ||
8500 69th Street East, Palmetto FL 34221 (ERIE ROAD) | / PER TON | ||
DELIVERY DAYS AFTER RECEIPT OF ORDER: | / DAYS |
Ajax Paving Industries of Florida | ||||
One Ajax Drive | ||||
North Venice, FL | ||||
SECTION III - PAVEMENT BASE CONSTRUCTION | ||||
III.1 | SHAPE, MIX AND COMPACT MATERIALS FOR SUB-GRADE STABILIZATION OR EXISTING BASE - Specification: F.D.O.T. Sections 200 thru 290 as applicable. MC Standard 403 - 403.1 | |||
6" DEPTH | 0 - 2,000 SY | $16.00 | / PER SY | |
2,001 - 10,000 SY | $13.50 | / PER SY | ||
OVER 10,000 SY | $13.00 | / PER SY | ||
8" DEPTH | 0 - 2,000 SY | $16.00 | / PER SY | |
2,001 - 10,000 SY | $13.50 | / PER SY | ||
OVER 10,000 SY | $13.00 | / PER SY | ||
12" DEPTH | 0 - 2,000 SY | $16.00 | / PER SY | |
2,001 - 10,000 SY | $13.50 | / PER SY | ||
OVER 10,000 SY | $13.00 | / PER SY | ||
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 30 | / DAYS | ||
III.2 | PLACE, SHAPE, AND COMPACT SHELL, LIMEROCK, OR CRUSHED CONCRETE BASE, GRADED AGGREGATE - Specification: F.D.O.T. Sections 200 and 290 as applicable MC Standards 403 - 403.1 | |||
6" DEPTH | 0 - 2,000 SY | $19.00 | / PER SY | |
2,001 - 10,000 SY | $17.00 | / PER SY | ||
OVER 10,000 SY | $16.00 | / PER SY | ||
8" DEPTH | 0 - 2,000 SY | $19.00 | / PER SY | |
2,001 - 10,000 SY | $17.00 | / PER SY |
Ajax Paving Industries of Florida | |||
One Ajax Drive | |||
North Venice, FL | |||
SECTION III - PAVEMENT BASE CONSTRUCTION | |||
OVER 10,000 SY | $16.00 / PER SY | ||
12" DEPTH | 0 - 2,000 SY | $19.00 / PER SY | |
2,001 - 10,000 SY | $17.00 / PER SY | ||
OVER 10,000 SY | $16.00 / PER SY | ||
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 30 / DAYS | ||
III.3 | PRIME AND MAT - Specification: Seal and Sand, (FDOT SPEC 300) | ||
0 - 500 SY | $3.00 / PER SY | ||
501 - 1,000 SY | $3.00 / PER SY | ||
1,001 - 2,500 SY | $2.50 / PER SY | ||
OVER 2,500 SY | $1.50 / PER SY | ||
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 30 / DAYS | ||
III.4 | EXCAVATION (DIRT REMOVAL) SEE SPEC | ||
0 - 200 CY | $98.50 / PER CY | ||
201 - 2,000 CY | $59.00 / PER CY | ||
OVER 2,000 CY | $52.00 / PER CY | ||
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 30 / DAYS | ||
III.5 | GRADE AND SHAPE FORESLOPE, BACKSLOPE & PULLING OF DITCHES - SEE SPEC | ||
0 - 200 SY | $49.50 / PER SY |
Ajax Paving Industries of Florida | |||
One Ajax Drive | |||
North Venice, FL | |||
SECTION III - PAVEMENT BASE CONSTRUCTION | |||
201 - 2,000 SY | $24.00 / PER SY | ||
OVER 2,000 SY | $23.50 / PER SY | ||
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 30 / DAYS | ||
III.6 | TRAFFIC MAINTENANCE SIGNS AND BARRICADES RENTAL | ||
(A) | BARRICADES | ||
TYPE A (without light) | $1.50 / PER UNIT DAY | ||
TYPE II (without light) - 48" minimum length | $1.50 / PER UNIT DAY | ||
TYPE III (without light) - 72" minimum length | $1.50 / PER UNIT DAY | ||
(B) | BARRICADE LIGHTS | ||
TYPE A - FLASHING | $0.50 / PER UNIT DAY | ||
TYPE B - STEADY BURN | $0.50 / PER UNIT DAY | ||
(C) | TRAFFIC BARRELS - ORANGE PLASTIC WITH REFLECTIVE COLLARS | ||
18" DIAMETER x 48" HIGH MINIMUM | $1.00 / PER UNIT DAY | ||
(D) | TRAFFIC CONES - ORANGE PLASTIC WITH REFLECTIVE C LL | ||
24" HIGH | $0.50 / PER UNIT DAY | ||
36" HIGH | $0.50 / PER UNIT DAY | ||
TRAFFIC SIGNS - REFLECTORIZED FACED WITH ENGINEERING GRADE OR BETTER MATERIAL. EXACT TYPE TO BE ORDERED TO FIT JOB SITE: | |||
36" x 36" | $1.50 / PER UNIT DAY |
Ajax Paving Industries of Florida | |||
One Ajax Drive | |||
North Venice, FL | |||
SECTION III - PAVEMENT BASE CONSTRUCTION | |||
(E) | 48" x 48" | $1.50 / PER UNIT DAY | |
18" x 24" | $1.50 / PER UNIT DAY | ||
60" x 30" | $1.50 / PER UNIT DAY | ||
48" x 30" | $1.50 / PER UNIT DAY | ||
(F) | ARROW BOARDS - SELF CONTAINED, TRAILER MOUNTED, 48"H x 60"W MINIMAL SIZE | ||
ARROW(S) ONLY | $11.50 / PER UNIT DAY | ||
VARIABLE MESSAGE | $17.50 / PER UNIT DAY | ||
(G) | PRE-CAST CONCRETE TEMPORARY BARRIER WALL SECTIONS PER FLORIDA DOT INDEX NO. 415 | ||
PER SECTION - 12" MINIMUM LENGTH | $116.50 / PER UNIT DAY | ||
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 30 / DAYS | ||
III.7 | FILL DIRT PLACING (PLACE, SHAPE, AND COMPACT FILL) SEE SPEC | ||
ZONE 1 | 0 - 200 CY | $40.00 / PER CY | |
201 - 2,000 CY | $40.00 / PER CY | ||
OVER 2,000 CY | $17.00 / PER CY | ||
ZONE 2 | 0 - 200 CY | $40.00 / PER CY | |
201 - 2,000 CY | $40.00 / PER CY | ||
OVER 2,000 CY | $17.00 / PER CY | ||
ZONE 3 | 0 - 200 CY | $40.00 / PER CY | |
201 - 2,000 CY | $40.00 / PER CY |
Ajax Paving Industries of Florida | |||
One Ajax Drive | |||
North Venice, FL | |||
SECTION III - PAVEMENT BASE CONSTRUCTION | |||
OVER 2,000 CY | $17.00 / PER CY | ||
ZONE 4A | 0 - 200 CY | $40.00 / PER CY | |
201 - 2,000 CY | $40.00 / PER CY | ||
OVER 2,000 CY | $17.00 / PER CY | ||
ZONE 4B | 0 - 200 CY | $40.00 / PER CY | |
201 - 2,000 CY | $40.00 / PER CY | ||
OVER 2,000 CY | $17.00 / PER CY | ||
ZONE 5 | 0 - 200 CY | $40.00 / PER CY | |
201 - 2,000 CY | $40.00 / PER CY | ||
OVER 2,000 CY | $17.00 / PER CY | ||
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 30 / DAYS | ||
III.8 | HYDRO SEEDING (Water & Fertilizer are separate bid items) - SEE SPEC | ||
ZONE 1 | 0 - 500 SY | $9.00 / PER SY | |
501 - 5,000 SY | $6.00 / PER SY | ||
5,001 - 12,000 SY | $6.00 / PER SY | ||
12,001 - 22,000 SY | $6.00 / PER SY | ||
OVER 22,000 SY | $6.00 / PER SY | ||
ZONE 2 | 0 - 500 SY | $9.00 / PER SY | |
501 - 5,000 SY | $6.00 / PER SY | ||
5,001 - 12,000 SY | $6.00 / PER SY | ||
12,001 - 22,000 SY | $6.00 / PER SY | ||
OVER 22,000 SY | $6.00 / PER SY | ||
0 - 500 SY | $9.00 / PER SY |
Ajax Paving Industries of Florida | |||
One Ajax Drive | |||
North Venice, FL | |||
SECTION III - PAVEMENT BASE CONSTRUCTION | |||
ZONE 3 | 501 - 5,000 SY | $6.00 / PER SY | |
5,001 - 12,000 SY | $6.00 / PER SY | ||
12,001 - 22,000 SY | $6.00 / PER SY | ||
OVER 22,000 SY | $6.00 / PER SY | ||
ZONE 4A | 0 - 500 SY | $9.00 / PER SY | |
501 - 5,000 SY | $6.00 / PER SY | ||
5,001 - 12,000 SY | $6.00 / PER SY | ||
12,001 - 22,000 SY | $6.00 / PER SY | ||
OVER 22,000 SY | $6.00 / PER SY | ||
ZONE 4B | 0 - 500 SY | $9.00 / PER SY | |
501 - 5,000 SY | $6.00 / PER SY | ||
5,001 - 12,000 SY | $6.00 / PER SY | ||
12,001 - 22,000 SY | $6.00 / PER SY | ||
OVER 22,000 SY | $6.00 / PER SY | ||
ZONE 5 | 0 - 500 SY | $9.00 / PER SY | |
501 - 5,000 SY | $6.00 / PER SY | ||
5,001 - 12,000 SY | $6.00 / PER SY | ||
12,001 - 22,000 SY | $6.00 / PER SY | ||
OVER 22,000 SY | $6.00 / PER SY | ||
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 30 / DAYS | ||
III.9 | SODDING - BAHIA (Water & Fertilizer are separate bid items) SEE SPEC | ||
ZONE 1 | 0 - 50 SY | $9.00 / PER SY | |
51 - 500 SY | $9.00 / PER SY | ||
OVER 500 SY | $6.00 / PER SY |
Ajax Paving Industries of Florida | |||
One Ajax Drive | |||
North Venice, FL | |||
SECTION III - PAVEMENT BASE CONSTRUCTION | |||
ZONE 2 | 0 - 50 SY | $9.00 / PER SY | |
51 - 500 SY | $9.00 / PER SY | ||
OVER 500 SY | $6.00 / PER SY | ||
ZONE 3 | 0 - 50 SY | $9.00 / PER SY | |
51 - 500 SY | $9.00 / PER SY | ||
OVER 500 SY | $6.00 / PER SY | ||
ZONE 4A | 0 - 50 SY | $9.00 / PER SY | |
51 - 500 SY | $9.00 / PER SY | ||
OVER 500 SY | $6.00 / PER SY | ||
ZONE 4B | 0 - 50 SY | $9.00 / PER SY | |
51 - 500 SY | $9.00 / PER SY | ||
OVER 500 SY | $6.00 / PER SY | ||
ZONE 5 | 0 - 50 SY | $9.00 / PER SY | |
51 - 500 SY | $9.00 / PER SY | ||
OVER 500 SY | $6.00 / PER SY | ||
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 30 / DAYS | ||
III.10 | SODDING - ST. AUGUSTINE (Water and Fertilizer are separate bid items) SEE SPEC | ||
ZONE 1 | 0 - 50 SY | $11.50 / PER SY | |
51 - 500 SY | $11.50 / PER SY | ||
OVER 500 SY | $9.00 / PER SY | ||
ZONE 2 | 0 - 50 SY | $11.50 / PER SY | |
51 - 500 SY | $11.50 / PER SY | ||
OVER 500 SY | $9.00 / PER SY |
Ajax Paving Industries of Florida | |||
One Ajax Drive | |||
North Venice, FL | |||
SECTION III - PAVEMENT BASE CONSTRUCTION | |||
ZONE 3 | 0 - 50 SY | $11.50 / PER SY | |
51 - 500 SY | $11.50 / PER SY | ||
OVER 500 SY | $9.00 / PER SY | ||
ZONE 4A | 0 - 50 SY | $11.50 / PER SY | |
51 - 500 SY | $11.50 / PER SY | ||
OVER 500 SY | $9.00 / PER SY | ||
ZONE 4B | 0 - 50 SY | $11.50 / PER SY | |
51 - 500 SY | $11.50 / PER SY | ||
OVER 500 SY | $9.00 / PER SY | ||
ZONE 5 | 0 - 50 SY | $11.50 / PER SY | |
51 - 500 SY | $11.50 / PER SY | ||
OVER 500 SY | $9.00 / PER SY | ||
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 30 / DAYS | ||
III.11 | SODDING - BERMUDA (Water & Fertilizer are separate bid items) SEE SPEC | ||
ZONE 1 | 0 - 50 SY | $11.50 / PER SY | |
51 - 500 SY | $11.50 / PER SY | ||
OVER 500 SY | $9.00 / PER SY | ||
ZONE 2 | 0 - 50 SY | $11.50 / PER SY | |
51 - 500 SY | $11.50 / PER SY | ||
OVER 500 SY | $9.00 / PER SY | ||
ZONE 3 | 0 - 50 SY | $11.50 / PER SY | |
51 - 500 SY | $11.50 / PER SY | ||
OVER 500 SY | $9.00 / PER SY |
Ajax Paving Industries of Florida | |||
One Ajax Drive | |||
North Venice, FL | |||
SECTION III - PAVEMENT BASE CONSTRUCTION | |||
ZONE 4A | 0 - 50 SY | $11.50 / PER SY | |
51 - 500 SY | $11.50 / PER SY | ||
OVER 500 SY | $9.00 / PER SY | ||
ZONE 4B | 0 - 50 SY | $11.50 / PER SY | |
51 - 500 SY | $11.50 / PER SY | ||
OVER 500 SY | $9.00 / PER SY | ||
ZONE 5 | 0 - 50 SY | $11.50 / PER SY | |
51 - 500 SY | $11.50 / PER SY | ||
OVER 500 SY | $9.00 / PER SY | ||
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 30 / DAYS | ||
III.12 | WATER FOR SEEDING, SODDING & TREES - SEE SPEC | ||
ZONE 1 | 0 - 50 GAL | $11.50 / PER GAL | |
51 - 250 GAL | $6.00 / PER GAL | ||
251 - 500 GAL | $1.50 / PER GAL | ||
500 - 1000 GAL | $1.50 / PER GAL | ||
ZONE 2 | 0 - 50 GAL | $11.50 / PER GAL | |
51 - 250 GAL | $6.00 / PER GAL | ||
251 - 500 GAL | $1.50 / PER GAL | ||
500 - 1000 GAL | $1.50 / PER GAL | ||
ZONE 3 | 0 - 50 GAL | $11.50 / PER GAL | |
51 - 250 GAL | $6.00 / PER GAL | ||
251 - 500 GAL | $1.50 / PER GAL | ||
500 - 1000 GAL | $1.50 / PER GAL | ||
0 - 50 GAL | $11.50 / PER GAL |
Ajax Paving Industries of Florida | |||
One Ajax Drive | |||
North Venice, FL | |||
SECTION III - PAVEMENT BASE CONSTRUCTION | |||
ZONE 4A | 51 - 250 GAL | $6.00 / PER GAL | |
251 - 500 GAL | $1.50 / PER GAL | ||
500 - 1000 GAL | $1.50 / PER GAL | ||
ZONE 4B | 0 - 50 GAL | $11.50 / PER GAL | |
51 - 250 GAL | $6.00 / PER GAL | ||
251 - 500 GAL | $1.50 / PER GAL | ||
500 - 1000 GAL | $1.50 / PER GAL | ||
ZONE 5 | 0 - 50 GAL | $11.50 / PER GAL | |
51 - 250 GAL | $6.00 / PER GAL | ||
251 - 500 GAL | $1.50 / PER GAL | ||
500 - 1000 GAL | $1.50 / PER GAL | ||
III.13 | PAVEMENT REMOVAL - Excavate & remove existing pavement surface, base and subgrade as applicable SEE SPEC | ||
4" DEPTH | 0 - 100 SY | $87.50 / PER SY | |
101 - 250 SY | $45.00 / PER SY | ||
251 - 500 SY | $27.50 / PER SY | ||
OVER 500 SY | $27.50 / PER SY | ||
6" DEPTH | 0 - 100 SY | $87.50 / PER SY | |
101 - 250 SY | $45.00 / PER SY | ||
251 - 500 SY | $27.50 / PER SY | ||
OVER 500 SY | $27.50 / PER SY | ||
0 - 100 SY | $87.50 / PER SY | ||
101 - 250 SY | $45.00 / PER SY |
Ajax Paving Industries of Florida | |||
One Ajax Drive | |||
North Venice, FL | |||
SECTION III - PAVEMENT BASE CONSTRUCTION | |||
8" DEPTH | 251 - 500 SY | $27.50 / PER SY | |
OVER 500 SY | $27.50 / PER SY | ||
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 30 / DAYS | ||
III.14 | CEMENT TREATED AGGREGATE BASE - Manatee County Spec 403.1 | NO BID | |
LOCATION OF VENDOR'S PLANT: | |||
PRICE F.O.B. VENDOR'S PLANT: | / PER TON | ||
PRICE VENDOR DELIVERED TO: | |||
ZONE 1 | / PER TON | ||
ZONE 2 | / PER TON | ||
ZONE 3 | / PER TON | ||
ZONE 4A | / PER TON | ||
ZONE 4B | / PER TON | ||
ZONE 5 | / PER TON | ||
DELIVERY DAYS AFTER RECEIPT OF ORDER: | / DAYS | ||
III.15 | BASE RECONSTRUCTION - The existing surface & base shall be scarified and/or milled so as the maximum size material will pass a 2" screen. The material will then be mixed to produce a new monolithic base material; then spread across the full width of the road be to a uniform depth 1' wider than the proposed Asphaltic Concrete Surface. The new base shall be compacted to 98% modified ASHTO T180. Density shall be determined using test strips & Density Control Nuclear Method. | ||
MOBILIZATION (LUMP SUM) | $6,009.00 / EACH |
Ajax Paving Industries of Florida | ||
One Ajax Drive | ||
North Venice, FL | ||
SECTION III - PAVEMENT BASE CONSTRUCTION | ||
1,000 - 5,000 SY | $9.50 / PER SY | |
OVER 5,000 SY | $6.00 / PER SY | |
ADDITIVES | $29.00 / TON | |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 30 / DAYS | |
III.16 | EQUIPMENT RENTAL - DUMP TRUCK | |
FORD LNT 8000 OR EQUIVALENT WITH 5 CY CAPACITY (with Operator) | $150.00 /PER HOUR | |
FORD LNT 8000 OR EQUIVALENT WITH 5 CY CAPACITY (with Operator) | $8,000.00 /PER WEEK | |
FORD LNT 8000 OR EQUIVALENT WITH 15 CY CAPACITY (with Operator) | $150.00 /PER HOUR | |
FORD LNT 8000 OR EQUIVALENT WITH 15 CY CAPACITY (with Operator) | $8,000.00 /PER WEEK | |
23 YARD DUMP TRAILER WITH ROAD TRACTOR (with Operator) | $170.50 /PER HOUR | |
23 YARD DUMP TRAILER WITH ROAD TRACTOR (with Operator) | $8,947.00 /PER WEEK | |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 30 / DAYS | |
III.17 | EROSION CONTROL PER F.D.O.T. SECTION 104 | |
BAILED HAY OR STRAW | $57.00 / PER EACH | |
FLOATING TURBIDITY BARRIERS | $14.50 / PER LF | |
SAND BAGGING | $1,140.00 / PER CY | |
STAKED SILT FENCE | $5.00 / PER LF | |
FILTER SOCK (INLET PROTECTION) | $28.50 / PER LF | |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 30 / DAYS | |
III.18 | TOP SOIL FOR F.D.O.T. 162 |
Ajax Paving Industries of Florida | ||
One Ajax Drive | ||
North Venice, FL | ||
SECTION III - PAVEMENT BASE CONSTRUCTION | ||
MUCK BLANKET | ||
0 - 200 SY | $44.50 / PER SY | |
201 - 2,000 SY | $37.00 / PER SY | |
OVER 2,000 SY | $13.50 / PER SY | |
TOP SOIL | ||
0 - 200 SY | $44.50 / PER SY | |
201 - 2,000 SY | $37.00 / PER SY | |
OVER 2,000 SY | $13.50 / PER SY | |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 30 / DAYS | |
III.19 | REWORKING AND SHOULDER SODDING ON EXISTING FACILITIES SEE SPEC | |
REWORK SHOULDERS | $27.00 / PER SY | |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 30 / DAYS | |
III.20 | CLIPPING OF SHOULDER AND CLEANUP FOR RESURFACING -SEE SPEC | |
0 - 200 LF | $25.00 / PER LF | |
201 - 2,000 LF | $21.00 / PER LF | |
OVER 2,000 LF | $4.50 / PER LF | |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 30 / DAYS |
Ajax Paving Industries of Florida | ||
One Ajax Drive | ||
North Venice, FL | ||
SECTION III - PAVEMENT BASE CONSTRUCTION | ||
III.21 | CLIPPING SHOULDER AND REMOVAL OF MATERIAL TO ESTABLISH DRAINAGE FINISHED SURFACE TO BE SODDED OR HYDRO -SEE SPEC | |
0 - 2,000 LF | $9.00 / PER LF | |
2,001 - 5000 LF | $8.00 / PER LF | |
OVER 5,001 LF | $3.50 / PER LF | |
TRUCK MEASURE REMOVAL OF MATERIAL | $19.50 / PER CY | |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 30 / DAYS | |
III.22 | COLD MIX IN PLACE INJECTION OF EXISTING UNPAVED ROADS BASE STABILIZATION - SEE SPEC | NO BID |
LOCATION OF VENDOR'S PLANT: | ||
EMULSIFIED ASPHALT | / GAL | |
ADDITIONAL AGGREGATE | / TON | |
RAP LESS THAN 1.25" | / TON | |
ADDITIVES | / TON | |
0 - 5,000 SY | / PER SY | |
5,000 - 15,000 SY | / PER SY | |
15,000 - 30,000 SY | / PER SY | |
30,000 - 100,000 SY | / PER SY | |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | / DAYS | |
III.23 | COLD RECYCLED BITUMINOUS BASE COURSE -SEE SPEC | NO BID |
0 - 30,000 SY |
Ajax Paving Industries of Florida | ||
One Ajax Drive | ||
North Venice, FL | ||
SECTION III - PAVEMENT BASE CONSTRUCTION | ||
Base Course | / SQ YD | |
Emulsified Asphalt | / GALLON | |
6" Temporary Traffic Stripe (Paint) if needed | / LF | |
Additional Aggregates | / TON | |
Additional (R.A.P) | / TON | |
Additives | / TON | |
30,001 - 100,000 SY | ||
Base Course | / SQ YD | |
Emulsified Asphalt | / GALLON | |
6" Temporary Traffic Stripe (Paint) if needed | / LF | |
Additional Aggregates | /TON | |
Additional (R.A.P) | /TON | |
Additives | /TON | |
OVER 100,001 SY | ||
Base Course | / SQ YD | |
Emulsified Asphalt | / GALLON | |
6" Temporary Traffic Stripe (Paint) if needed | / LF | |
Additional Aggregates | /TON |
Ajax Paving Industries of Florida | ||
One Ajax Drive | ||
North Venice, FL | ||
SECTION III - PAVEMENT BASE CONSTRUCTION | ||
Additional (R.A.P) | /TON | |
Additives | /TON | |
III.24 | SURVEYING - To be used with other Road Building Bid items when required - SEE SPEC | |
HOURLY RATE | ||
0 - 10 HOURS | $154.00 / PER HOUR | |
11 - 21 HOURS | $154.00 / PER HOUR | |
21 - 40 HOURS | $154.00 / PER HOUR | |
40 + HOURS | $154.00 / PER HOUR | |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 30 / DAYS | |
III.25 | TREE REMOVAL & DISPOSAL (To include removal and disposal of root system) SEE SPEC | |
ALL 2" - 4" ZONES: | $285.00 / EACH | |
5" - 8" | $570.00 / EACH | |
9" - 12" | $741.00 / EACH | |
13" - 24" | $1,710.00 / EACH | |
25" - 36" | $3,420.00 / EACH | |
OVER 36" | $4,560.00 / EACH | |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 30 / DAYS | |
III.26 | 6' CONCRETE CURB STOPS - SEE SPEC | $171.00 / EACH |
III.26a | CONCRETE CURB STOP REMOVAL AND REINSTALL | $114.00 / EACH |
Ajax Paving Industries of Florida One Ajax Drive North Venice, FL | |||
SECTION IV - BASE AND SURFACE CONSTRUCTION/MATERIAL | |||
IV.1 | FURNISH AND INSTALL NON AGGREGATE FLOWABLE FILL GROUT - CONTRACTOR SHALL FURNISH ALL LABOR, MATERIALS, EQUIPMENT AND SERVICES REQUIRED FDOT SPEC 121 | NO BID | |
LOCATION OF VENDOR'S PLANT: | N/A | ||
PRICE F.O.B. VENDOR'S PLANT: | / PER TON | ||
PRICE VENDOR DELIVER TO JOB SITE: | |||
ZONE 1 | 0 - 500 TONS | / PER TON | |
OVER 500 TONS | / PER TON | ||
ZONE 2 | 0 - 500 TONS | / PER TON | |
OVER 500 TONS | / PER TON | ||
ZONE 3 | 0 - 500 TONS | / PER TON | |
OVER 500 TONS | / PER TON | ||
ZONE 4A | 0 - 500 TONS | / PER TON | |
OVER 500 TONS | / PER TON | ||
ZONE 4B | 0 - 500 TONS | / PER TON | |
OVER 500 TONS | / PER TON | ||
ZONE 5 | 0 - 500 TONS | / PER TON | |
OVER 500 TONS | / PER TON | ||
DELIVERY DAYS AFTER RECEIPT OF ORDER: | / DAYS | ||
IV.2 | SAND ASPHALT HOT MIX - 1200# STABILITY - SEE SPEC | ||
LOCATION OF VENDOR'S PLANT: | 12165 US 41 North, Palmetto | ||
PRICE F.O.B. VENDOR'S PLANT: | $138.50 | / PER TON | |
PRICE VENDOR DELIVER TO JOB SITE: |
Ajax Paving Industries of Florida | ||
One Ajax Drive | ||
North Venice, FL | ||
SECTION IV - BASE AND SURFACE CONSTRUCTION/MATERIAL | ||
ZONE 1 | 0 - 500 TONS | $152.50 / PER TON |
OVER 500 TONS | $152.50 / PER TON | |
ZONE 2 | 0 - 500 TONS | $152.50 / PER TON |
OVER 500 TONS | $152.50 / PER TON | |
ZONE 3 | 0 - 500 TONS | $152.50 / PER TON |
OVER 500 TONS | $152.50 / PER TON | |
ZONE 4A | 0 - 500 TONS | $152.50 / PER TON |
OVER 500 TONS | $152.50 / PER TON | |
ZONE 4B | 0 - 500 TONS | $152.50 / PER TON |
OVER 500 TONS | $152.50 / PER TON | |
ZONE 5 | 0 - 500 TONS | $152.50 / PER TON |
OVER 500 TONS | $152.50 / PER TON | |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 10 / DAYS | |
IV.3 ASPHALTIC BASE COURSE III - SEE SPEC | ||
LOCATION OF VENDOR'S PLANT: | 12165 US 41 North, Palmetto | |
PRICE F.O.B. VENDOR'S PLANT: | $67.00 / PER TON | |
PRICE VENDOR DELIVER TO JOB SITE: | ||
ZONE 1 | 0 - 500 TONS | $81.00 / PER TON |
OVER 500 TONS | $81.00 / PER TON | |
ZONE 2 | 0 - 500 TONS | $81.00 / PER TON |
OVER 500 TONS | $81.00 / PER TON | |
ZONE 3 | 0 - 500 TONS | $81.00 / PER TON |
Ajax Paving Industries of Florida | ||
One Ajax Drive | ||
North Venice, FL | ||
SECTION IV - BASE AND SURFACE CONSTRUCTION/MATERIAL | ||
OVER 500 TONS | $81.00 / PER TON | |
ZONE 4A | 0 - 500 TONS | $81.00 / PER TON |
OVER 500 TONS | $81.00 / PER TON | |
ZONE 4B | 0 - 500 TONS | $81.00 / PER TON |
OVER 500 TONS | $81.00 / PER TON | |
ZONE 5 | 0 - 500 TONS | $81.00 / PER TON |
OVER 500 TONS | $81.00 / PER TON | |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 10 / DAYS | |
IV.4 FRICTION COURSE TYPE - FC 12.5 FDOT 337 | ||
LOCATION OF VENDOR'S PLANT: | 12165 US 41 North, Palmetto | |
PRICE F.O.B. VENDOR'S PLANT: | $92.00 / PER TON | |
PRICE VENDOR DELIVER TO JOB SITE: | ||
ZONE 1 | 0 - 500 TONS | $106.00 / PER TON |
OVER 500 TONS | $106.00 / PER TON | |
ZONE 2 | 0 - 500 TONS | $106.00 / PER TON |
OVER 500 TONS | $106.00 / PER TON | |
ZONE 3 | 0 - 500 TONS | $106.00 / PER TON |
OVER 500 TONS | $106.00 / PER TON | |
ZONE 4A | 0 - 500 TONS | $106.00 / PER TON |
OVER 500 TONS | $106.00 / PER TON | |
ZONE 4B | 0 - 500 TONS | $106.00 / PER TON |
OVER 500 TONS | $106.00 / PER TON |
Ajax Paving Industries of Florida | ||
One Ajax Drive | ||
North Venice, FL | ||
SECTION IV - BASE AND SURFACE CONSTRUCTION/MATERIAL | ||
ZONE 5 | 0 - 500 TONS | $106.00 / PER TON |
OVER 500 TONS | $106.00 / PER TON | |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 10 / DAYS | |
IV.5 FRICTION COURSE TYPE - FC 9.5 FDOT 337 | ||
LOCATION OF VENDOR'S PLANT: | 12165 US 41 North, Palmetto | |
PRICE F.O.B. VENDOR'S PLANT: | $94.00 / PER TON | |
PRICE VENDOR DELIVER TO JOB SITE: | ||
ZONE 1 | 0 - 500 TONS | $108.50 / PER TON |
OVER 500 TONS | $108.50 / PER TON | |
ZONE 2 | 0 - 500 TONS | $108.50 / PER TON |
OVER 500 TONS | $108.50 / PER TON | |
ZONE 3 | 0 - 500 TONS | $108.50 / PER TON |
OVER 500 TONS | $108.50 / PER TON | |
ZONE 4A | 0 - 500 TONS | $108.50 / PER TON |
OVER 500 TONS | $108.50 / PER TON | |
ZONE 4B | 0 - 500 TONS | $108.50 / PER TON |
OVER 500 TONS | $108.50 / PER TON | |
ZONE 5 | 0 - 500 TONS | $108.50 / PER TON |
OVER 500 TONS | $108.50 / PER TON | |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 10 / DAYS | |
IV.6 EAM COLD MIX | NO BID | |
LOCATION OF VENDOR'S PLANT: | N/A |
Ajax Paving Industries of Florida | ||
One Ajax Drive | ||
North Venice, FL | ||
SECTION IV - BASE AND SURFACE CONSTRUCTION/MATERIAL | ||
PRICE F.O.B. VENDOR'S PLANT: | / PER TON | |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | / DAYS | |
IV.7 ASPHALTIC CONCRETE TYPE S-1 - SEE SPEC | ||
LOCATION OF VENDOR'S PLANT: | 12165 US 41 North, Palmetto | |
PRICE F.O.B. VENDOR'S PLANT: | $67.00 / PER TON | |
PRICE VENDOR DELIVER TO JOB SITE: | ||
ZONE 1 | 0 - 500 TONS | $81.50 / PER TON |
OVER 500 TONS | $81.50 / PER TON | |
ZONE 2 | 0 - 500 TONS | $81.50 / PER TON |
OVER 500 TONS | $81.50 / PER TON | |
ZONE 3 | 0 - 500 TONS | $81.50 / PER TON |
OVER 500 TONS | $81.50 / PER TON | |
ZONE 4A | 0 - 500 TONS | $81.50 / PER TON |
OVER 500 TONS | $81.50 / PER TON | |
ZONE 4B | 0 - 500 TONS | $81.50 / PER TON |
OVER 500 TONS | $81.50 / PER TON | |
ZONE 5 | 0 - 500 TONS | $81.50 / PER TON |
OVER 500 TONS | $81.50 / PER TON | |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 10 / DAYS | |
IV.8 ASPHALTIC CONCRETE TYPE S-111 - SEE SPEC | ||
LOCATION OF VENDOR'S PLANT: | 12165 US 41 North, Palmetto | |
PRICE F.O.B. VENDOR'S PLANT: | $69.50 / PER TON |
Ajax Paving Industries of Florida | ||
One Ajax Drive | ||
North Venice, FL | ||
SECTION IV - BASE AND SURFACE CONSTRUCTION/MATERIAL | ||
PRICE VENDOR DELIVER TO JOB SITE: | ||
ZONE 1 | 0 - 500 TONS | $83.50 / PER TON |
OVER 500 TONS | $83.50 / PER TON | |
ZONE 2 | 0 - 500 TONS | $83.50 / PER TON |
OVER 500 TONS | $83.50 / PER TON | |
ZONE 3 | 0 - 500 TONS | $83.50 / PER TON |
OVER 500 TONS | $83.50 / PER TON | |
ZONE 4A | 0 - 500 TONS | $83.50 / PER TON |
OVER 500 TONS | $83.50 / PER TON | |
ZONE 4B | 0 - 500 TONS | $83.50 / PER TON |
OVER 500 TONS | $83.50 / PER TON | |
ZONE 5 | 0 - 500 TONS | $83.50 / PER TON |
OVER 500 TONS | $83.50 / PER TON | |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 10 / DAYS | |
IV.9 SUPER PAVE MIX 9.5 FDOT 334 | ||
LOCATION OF VENDOR'S PLANT: | 12165 US 41 North, Palmetto | |
PRICE F.O.B. VENDOR'S PLANT: | $71.50 / PER TON | |
PRICE VENDOR DELIVER TO JOB SITE: | ||
ZONE 1 | 0 - 500 TONS | $85.50 / PER TON |
OVER 500 TONS | $85.50 / PER TON | |
ZONE 2 | 0 - 500 TONS | $85.50 / PER TON |
OVER 500 TONS | $85.50 / PER TON | |
ZONE 3 | 0 - 500 TONS | $85.50 / PER TON |
Ajax Paving Industries of Florida | ||
One Ajax Drive | ||
North Venice, FL | ||
SECTION IV - BASE AND SURFACE CONSTRUCTION/MATERIAL | ||
OVER 500 TONS | $85.50 / PER TON | |
ZONE 4A | 0 - 500 TONS | $85.50 / PER TON |
OVER 500 TONS | $85.50 / PER TON | |
ZONE 4B | 0 - 500 TONS | $85.50 / PER TON |
OVER 500 TONS | $85.50 / PER TON | |
ZONE 5 | 0 - 500 TONS | $85.50 / PER TON |
OVER 500 TONS | $85.50 / PER TON | |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 10 / DAYS | |
IV.10 SUPER PAVE MIX 12.5 FDOT 334 | ||
LOCATION OF VENDOR'S PLANT: | 12165 US 41 North, Palmetto | |
PRICE F.O.B. VENDOR'S PLANT: | $69.50 / PER TON | |
PRICE VENDOR DELIVER TO JOB SITE: | ||
ZONE 1 | 0 - 500 TONS | $83.50 / PER TON |
OVER 500 TONS | $83.50 / PER TON | |
ZONE 2 | 0 - 500 TONS | $83.50 / PER TON |
OVER 500 TONS | $83.50 / PER TON | |
ZONE 3 | 0 - 500 TONS | $83.50 / PER TON |
OVER 500 TONS | $83.50 / PER TON | |
ZONE 4A | 0 - 500 TONS | $83.50 / PER TON |
OVER 500 TONS | $83.50 / PER TON | |
ZONE 4B | 0 - 500 TONS | $83.50 / PER TON |
OVER 500 TONS | $83.50 / PER TON | |
ZONE 5 | 0 - 500 TONS | $83.50 / PER TON |
Ajax Paving Industries of Florida | ||
One Ajax Drive | ||
North Venice, FL | ||
SECTION IV - BASE AND SURFACE CONSTRUCTION/MATERIAL | ||
OVER 500 TONS | $83.50 / PER TON | |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 10 / DAYS | |
IV.11 SWEEP, TACK, SPREAD & COMPACT SUPER PAVE MIXES <#100 - SEE SPEC | ||
0 - 50 TONS | $158.50 / PER TON | |
50 - 200 TONS | $70.00 / PER TON | |
201 - 500 TONS | $41.00 / PER TON | |
OVER 500 TONS | $40.00 / PER TON | |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 30 / DAYS | |
IV.12 SWEEP, TACK, SPREAD & COMPACT SUPER PAVE MIXES >#100 - SEE SPEC | ||
0 - 50 TONS | $158.50 / PER TON | |
50 - 200 TONS | $70.00 / PER TON | |
201 - 500 TONS | $41.00 / PER TON | |
OVER 500 TONS | $40.00 / PER TON | |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 30 / DAYS | |
IV.13 SWEEP, TACK, SPREAD AND COMPACT 100# / SY OR MORE - SEE SPEC | ||
20 - 60 TONS | $158.50 / PER TON | |
61 - 100 TONS | $70.00 / PER TON | |
101 - 500 TONS | $41.00 / PER TON | |
OVER 500 TONS | $40.00 / PER TON | |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 30 / DAYS | |
IV.14 SWEEP, TACK, SPREAD AND COMPACT 50#/SY TO 99#/SY - SEE SPEC |
Ajax Paving Industries of Florida | |
One Ajax Drive | |
North Venice, FL | |
SECTION IV - BASE AND SURFACE CONSTRUCTION/MATERIAL | |
0 - 50 TONS | $158.50 / PER TON |
50 - 200 TONS | $70.00 / PER TON |
201 - 500 TONS | $41.00 / PER TON |
OVER 500 TONS | $40.00 / PER TON |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 30 / DAYS |
IV.15 SWEEP, TACK, SPREAD AND COMPACT ROAD WIDENING -SEE SPEC | |
0 - 50 TONS | $158.50 / PER TON |
50 - 200 TONS | $70.00 / PER TON |
201 - 500 TONS | $41.00 / PER TON |
OVER 500 TONS | $40.00 / PER TON |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 30 / DAYS |
IV.16 SWEEP, TACK, SPREAD AND COMPACT BASE REPAIR- SEE SPEC | |
0 - 50 TONS | $158.50 / PER TON |
51 - 100 TONS | $70.00 / PER TON |
101- 200 TONS | $70.00 / PER TON |
201 - 500 TONS | $41.00 / PER TON |
OVER 500 TONS | $40.00 / PER TON |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 30 / DAYS |
IV.17 SWEEP, TACK, SPREAD AND COMPACT PARKING LOTS -SEE SPEC | |
0 - 50 TONS | $158.50 / PER TON |
50 - 200 TONS | $70.00 / PER TON |
201 - 500 TONS | $41.00 / PER TON |
Ajax Paving Industries of Florida | |
One Ajax Drive | |
North Venice, FL | |
SECTION IV - BASE AND SURFACE CONSTRUCTION/MATERIAL | |
OVER 500 TONS | $40.00 / PER TON |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 30 / DAYS |
IV.18 CUT, SQUARE, SWEEP, TACK, SPREAD AND COMPACT PATCHING - SEE SPEC | |
1 - 5 TONS | $668.00 / PER TON |
6 - 10 TONS | $655.00 / PER TON |
11 - 15 TONS | $610.50 / PER TON |
16 - 20 TONS | $459.00 / PER TON |
21 - 25 TONS | $352.50 / PER TON |
26 - 30 TONS | $399.50 / PER TON |
OVER 30 TONS | $351.00 / PER TON |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 30 / DAYS |
IV.19 REWORK EXISTING ASPHALTIC CONCRETE PAVEMENT - SEE SPEC | NO BID |
ALL LABOR, EQUIPMENT AND MATERIAL TO INDIRECT HEAT EXISTING ASPHALT PAVEMENT, SCARIFYING AND REJUVENATING AGENTS, RESHAPE AND COMPACT EXISTING ASPHALTIC CONCRETE: - SEE SPEC | |
0 - 1,000 SY | / PER SY |
1,001 - 5,000 SY | / PER SY |
OVER 5,000 SY | / PER SY |
PER TON PRICE FOR TYPE III ASPHALTIC CONCRETE ADDED: | / PER TON |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | / DAYS |
Ajax Paving Industries of Florida | ||
One Ajax Drive | ||
North Venice, FL | ||
SECTION IV - BASE AND SURFACE CONSTRUCTION/MATERIAL | ||
IV.20 BITUMINOUS DOUBLE SURFACE TREATMENT Specification: - SEE SPEC | NO BID | |
LOCATION OF VENDOR'S PLANT: | N/A | |
PRICE VENDOR DELIVER TO JOB SITE: | ||
ZONE 1 | 0 - 7,000 SY | / PER SY |
7,001 - 21,000 SY | / PER SY | |
21,001 - 42,000 SY | / PER SY | |
OVER 42,000 SY | / PER SY | |
ZONE 2 | 0 - 7,000 SY | / PER SY |
7,001 - 21,000 SY | / PER SY | |
21,001 - 42,000 SY | / PER SY | |
OVER 42,000 SY | / PER SY | |
ZONE 3 | 0 - 7,000 SY | / PER SY |
7,001 - 21,000 SY | / PER SY | |
21,001 - 42,000 SY | / PER SY | |
OVER 42,000 SY | / PER SY | |
ZONE 4A | 0 - 7,000 SY | / PER SY |
7,001 - 21,000 SY | / PER SY | |
21,001 - 42,000 SY | / PER SY | |
OVER 42,000 SY | / PER SY | |
0 - 7,000 SY | / PER SY |
Ajax Paving Industries of Florida | ||
One Ajax Drive | ||
North Venice, FL | ||
SECTION IV - BASE AND SURFACE CONSTRUCTION/MATERIAL | ||
ZONE 4B | 7,001 - 21,000 SY | / PER SY |
21,001 - 42,000 SY | / PER SY | |
OVER 42,000 SY | / PER SY | |
ZONE 5 | 0 - 7,000 SY | / PER SY |
7,001 - 21,000 SY | / PER SY | |
21,001 - 42,000 SY | / PER SY | |
OVER 42,000 SY | / PER SY | |
DELIVER Y DAYS AFTER | / DAYS | |
THIN LIFT ASPHALT MIX - Application of SP 4.75 for Surfacing and rut IV.21 filling only. All prices to include Materials, Labor, Equipment, Traffic Control and Mobilization - SEE SPEC | ||
LOCATION OF VENDOR'S PLANT: | 12165 US 41 North, Palmetto | |
PRICE VENDOR DELIVER TO JOB SITE: | ||
0 - 40,000 SY | $8.00 / PER SY | |
40,001 - 100,000 SY | $3.00 / PER SY | |
OVER 100,000 SY | $2.50 / PER SY | |
SCARIFY AND SWEEP THERMO PLASTIC AS REQUIRED | $1.50 / PER LF | |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 10 / DAYS |
Ajax Paving Industries of Florida | |
One Ajax Drive | |
North Venice, FL | |
SECTION IV - BASE AND SURFACE CONSTRUCTION/MATERIAL | |
MICRO-SURFACING - Application for Surfacing only (Type A). All IV.22 prices to include Materials, Labor, Equipment, Traffic Control and Mobilization - SEE SPEC | NO BID |
LOCATION OF VENDOR'S PLANT: | |
PRICE VENDOR DELIVER TO JOB SITE: | |
0 - 40,000 SY | / PER SY |
40,001 - 100,000 SY | / PER SY |
OVER 100,000 SY | / PER SY |
SCARIFY AND SWEEP THERMO PLASTIC AS REQUIRED | / PER LF |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | / DAYS |
MICRO-SURFACING - Application for Surfacing only (Type A). (No IV.23 Crack Filling) All prices to include Materials, Labor, Equipment, Traffic Control and Mobilization - SEE SPEC | NO BID |
LOCATION OF VENDOR'S PLANT: | |
PRICE VENDOR DELIVER TO JOB SITE: | |
0 - 40,000 SY | / PER SY |
40,001 - 100,000 SY | / PER SY |
OVER 100,000 SY | / PER SY |
SCARIFY AND SWEEP THERMO PLASTIC AS REQUIRED | / PER LF |
Ajax Paving Industries of Florida | ||
One Ajax Drive | ||
North Venice, FL | ||
SECTION IV - BASE AND SURFACE CONSTRUCTION/MATERIAL | ||
DELIVERY DAYS AFTER RECEIPT OF ORDER: | / DAYS | |
MICRO-SURFACING - Application for Leveling and Surfacing (See IV.24 Specs). All prices to include Materials, Labor, Equipment, Traffic Control and Mobilization - SEE SPEC | NO BID | |
LOCATION OF VENDOR'S PLANT: | ||
PRICE VENDOR DELIVER TO JOB SITE: | ||
0 - 40,000 SY | / PER SY | |
40,001 - 100,000 SY | / PER SY | |
OVER 100,000 SY | / PER SY | |
SCARIFY AND SWEEP THERMO PLASTIC AS REQUIRED | / PER LF | |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | / DAYS | |
IV.25 | MICRO-SURFACING - Application for Leveling and Surfacing (See Specs). (No Crack Filling) All prices to include Materials, Labor, Equipment, Traffic Control and Mobilization - SEE SPEC | NO BID |
LOCATION OF VENDOR'S PLANT: | ||
PRICE VENDOR DELIVER TO JOB SITE: | ||
0 - 40,000 SY | / PER SY | |
40,001 - 100,000 SY | / PER SY | |
OVER 100,000 SY | / PER SY | |
SCARIFY AND SWEEP THERMO PLASTIC AS REQUIRED | / PER LF |
Ajax Paving Industries of Florida | |
One Ajax Drive | |
North Venice, FL | |
SECTION IV - BASE AND SURFACE CONSTRUCTION/MATERIAL | |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | / DAYS |
IV.26 CONSTRUCTION SEALING OF ASPHALTIC CONCRETE SURFACE COURSES WITH AN ASPHALT REJUVENATING AGENT - SEE SPEC | NO BID |
LOCATION OF VENDOR'S PLANT: | |
PRICE VENDOR DELIVER TO JOB SITE: | |
50,000 - 300,000 SY | / PER SY |
OVER 300,000 SY | / PER SY |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | / DAYS |
IV.27 RESTORATIVE SEALING OF ASPHALT PAVEMENT WITH ASPHALT REJUVENATIVE AGENT RESTRICTIVE SEAL - SEE SPEC | NO BID |
LOCATION OF VENDOR'S PLANT: | |
PRICE VENDOR DELIVER TO JOB SITE: | |
50,000 - 300,000 SY | / PER SY |
OVER 300,000 SY | / PER SY |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | / DAYS |
IV.28 ASPHALT REJUVENATING AGENT - For Construction Seal - SEE SPEC | NO BID |
PRICE VENDOR DELIVER TO MANATEE COUNTY YARD | / PER GAL |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | / DAYS |
Ajax Paving Industries of Florida | |
One Ajax Drive | |
North Venice, FL | |
SECTION IV - BASE AND SURFACE CONSTRUCTION/MATERIAL | |
IV.29 ASPHALT REJUVENATING EMULSION - For Construction Seal - SEE SPEC | NO BID |
PRICE VENDOR DELIVER TO MANATEE COUNTY YARD | / PER GAL |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | / DAYS |
IV.30 PAVEMENT MILLING - SEE SPEC | |
AVERAGE CUT 1" TO 2" | |
0 - 1,000 SY | $10.50 / PER SY |
1001 - 2,000 SY | $6.00 / PER SY |
2,001 - 5,000 SY | $4.00 / PER SY |
5,001 - 10,000 SY | $4.00 / PER SY |
OVER 10,000 SY | $4.00 / PER SY |
AVERAGE CUT OVER 2" | |
0 - 1,000 SY | $12.00 / PER SY |
1001 - 2,000 SY | $7.50 / PER SY |
2,001 - 5,000 SY | $6.50 / PER SY |
5,001 - 10,000 SY | $6.00 / PER SY |
OVER 10,000 SY | $6.00 / PER SY |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 30 / DAYS |
IV.31 RECLAIMED ASPHALT - CREDIT - SEE SPEC |
Ajax Paving Industries of Florida | |
One Ajax Drive | |
North Venice, FL | |
SECTION IV - BASE AND SURFACE CONSTRUCTION/MATERIAL | |
0 - 500 TONS | $2.00 / PER TON |
501 - 1,000 TONS | $3.00 / PER TON |
OVER 1,000 TONS | $3.00 / PER TON |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 30 / DAYS |
IV.32 RECLAIMED NON-ASPHALTIC BASE MATERIAL - CREDIT - SEE SPEC | |
0 - 500 TONS | $0.50 / PER TON |
501 - 1,000 TONS | $0.50 / PER TON |
OVER 1,000 TONS | $0.50 / PER TON |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 30 / DAYS |
IV.33 PAINTED TRAFFIC LINES & MARKINGS - Specification: FDOT Sections 710, 971-12, Index #17346 | |
6" SKIP TRAFFIC STRIPE (2500 LF Project Min) | $1,500.00 /GROSS MILE |
6" SOLID TRAFFIC STRIPE (2500 LF Project Min) | $3,000.00 /NET MILE |
6" SOLID TRAFFIC STRIPE | $4.00 /LINEAR FOOT |
8" SOLID TRAFFIC STRIPE (2500 LF Project Min) | $2,500.00 /NET MILE |
8" SOLID TRAFFIC STRIPE | $3,500.00 /LINEAR FOOT |
STOP BARS - 24" WIDTH | $6.00 /LINEAR FOOT |
CROSSWALK - 12" WIDTH | $4.00 /LINEAR FOOT |
Ajax Paving Industries of Florida | ||
One Ajax Drive | ||
North Venice, FL | ||
SECTION IV - BASE AND SURFACE CONSTRUCTION/MATERIAL | ||
18" SOLID WHITE TRAFFIC STRIPE | $5.00 /LINEAR FOOT | |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 30 / DAYS | |
PAINTED TRAFFIC PAVEMENT MARKERS - Specification: FDOT IV.34 710, 971-12, Index #17346 | ||
(A) (All White) | LEGEND: | |
LEFT - 19 SQUARE FEET | $65.00 / EACH | |
RIGHT - 27 SQUARE FEET | $65.00 / EACH | |
STOP - 22 SQUARE FEET | $65.00 / EACH | |
ONLY - 22 SQUARE FEET | $65.00 / EACH | |
MERGE - 36 SQUARE FEET | $65.00 / EACH | |
SCHOOL - 33 SQUARE FEET | $65.00 / EACH | |
BUS - 21 SQUARE FEET | $65.00 / EACH | |
TURN - 25 SQUARE FEET | $65.00 / EACH | |
RXR - 28 SQUARE FEET | $65.00 / EACH | |
BIKE - 12 SQUARE FEET | $65.00 / EACH | |
(B) (All White) | ARROWS: | |
STRAIGHT - 12 SQUARE FEET | $50.00 / EACH | |
LEFT - 16 SQUARE FEET | $50.00 / EACH | |
RIGHT - 16 SQUARE FEET | $50.00 / EACH |
Ajax Paving Industries of Florida | ||
One Ajax Drive | ||
North Venice, FL | ||
SECTION IV - BASE AND SURFACE CONSTRUCTION/MATERIAL | ||
COMBINATION - 27 SQUARE FEET | $50.00 / EACH | |
(C) (All White) | SYMBOLS: | |
BICYCLIST - 3.9 SQUARE FEET | $65.00 / EACH | |
DIAMOND - 6.5 SQUARE FEET | $65.00 / EACH | |
HANDICAPPED - 5.0 SQUARE FEET | $65.00 / EACH | |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 30 / DAYS | |
IV.35 THERMOPLASTIC TRAFFIC STRIPES AND MARKINGS - Specs: FDOT Section 711, Index #17346 | ||
6" SKIP TRAFFIC STRIPE - THERMOPLASTIC (2500 LF Project Min) | $5,750.00 / PER GROSS MILE | |
6" SKIP TRAFFIC STRIPE - THERMOPLASTIC | $6.00 /PER LINEAR FOOT | |
6" SOLID STRIPE - THERMOPLASTIC | $7.00 /PER LINEAR FOOT | |
8" SOLID STRIPE - THERMOPLASTIC | $8.00 /PER LINEAR FOOT | |
18" SOLID TRAFFIC STRIPE | $9.00 /PER LINEAR FOOT | |
12" CROSSWALK - THERMOPLASTIC | $8.00 /PER LINEAR FOOT | |
24" SOLID STOP BAR - THERMOPLASTIC | $10.00 /PER LINEAR FOOT | |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 30 / DAYS | |
IV.36 THERMOPLASTIC TRAFFIC PAVEMENT MARKINGS - Specs: FDOT Section 711, 971-12, Index #17346 |
Ajax Paving Industries of Florida | ||
One Ajax Drive | ||
North Venice, FL | ||
SECTION IV - BASE AND SURFACE CONSTRUCTION/MATERIAL | ||
(A) (All White) | LEGEND: | |
LEFT - 19 SQUARE FEET | $300.00 / EACH | |
RIGHT - 27 SQUARE FEET | $300.00 / EACH | |
STOP - 22 SQUARE FEET | $300.00 / EACH | |
ONLY - 22 SQUARE FEET | $300.00 / EACH | |
MERGE - 36 SQUARE FEET | $300.00 / EACH | |
SCHOOL - 33 SQUARE FEET | $300.00 / EACH | |
BUS - 21 SQUARE FEET | $300.00 / EACH | |
TURN - 25 SQUARE FEET | $300.00 / EACH | |
RXR - 28 SQUARE FEET | $300.00 / EACH | |
BIKE - 12 SQUARE FEET | $300.00 / EACH | |
(B) (All White) | ARROWS: | |
STRAIGHT - 12 SQUARE FEET | $250.00 / EACH | |
LEFT - 16 SQUARE FEET | $250.00 / EACH | |
RIGHT - 16 SQUARE FEET | $250.00 / EACH | |
COMBINATION - 27 SQUARE FEET | $250.00 / EACH | |
(C) (All White) | SYMBOLS: | |
BICYCLIST - 3.9 SQUARE FEET | $300.00 / EACH |
Ajax Paving Industries of Florida | ||
One Ajax Drive | ||
North Venice, FL | ||
SECTION IV - BASE AND SURFACE CONSTRUCTION/MATERIAL | ||
DIAMOND - 6.5 SQUARE FEET | $300.00 / EACH | |
HANDICAPPED - 5.0 SQUARE FEET | $300.00 / EACH | |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 30 / DAYS | |
IV.37 REFLECTIVE PAVEMENT MARKERS TYPES 1 TO 5 (per FDOT Section 706-1) | ||
CLASS "A" MARKERS - FDOT SEC. 706-2.3.2: FURNISHED & INSTALLED | $10.00 / EACH | |
CLASS "B" MARKERS - FDOT SEC. 706-2.3.2 / 706-2.3.3(A): FURNISHED & INSTALLED | $10.00 / EACH | |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 30 / DAYS | |
IV.38 REMOVAL OF EXISTING THERMOPLASTIC MARKING | ||
EQUIPMENT, MATERIAL AND LABOR NECESSARY TO REMOVE, PICK UP AND DISPOSE OF THERMOPLASTIC MARKING | ||
0 - 1000 LF | $9.00 / LF | |
1001 - 5000 LF | $9.00 / LF | |
5001 - 10,000 LF | $6.00 / LF | |
OVER 10,001 LF | $6.00 / LF | |
DELIVERY DAYS AFTER RECEIPT OF ORDER: 30 / DAYS | ||
IV.39 MANHOLE ADJUSTMENT ADJUSTMENT RINGS - SEE SPEC | ||
1 - 5 UNITS | $300.00 / PER UNIT | |
6 - 10 UNITS | $300.00 / PER UNIT |
Ajax Paving Industries of Florida | |
One Ajax Drive | |
North Venice, FL | |
SECTION IV - BASE AND SURFACE CONSTRUCTION/MATERIAL | |
OVER 10 UNITS | $300.00 / PER UNIT |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 30 / DAYS |
IV.40 FDOT MANHOLE ADJUSTMENT SEE SPEC | |
1 - 5 UNITS | $1,500.00 / PER UNIT |
6 - 10 UNITS | $1,500.00 / PER UNIT |
OVER 10 UNITS | $1,500.00 / PER UNIT |
MOBILIZATION | $1,650.00 / EA |
MAINTENANCE OF TRAFFIC FDOT STANDARDS 1 LANE | $2,700.00 / PER DAY |
MAINTENANCE OF TRAFFIC FDOT STANDARDS 2 LANE | $2,700.00 / PER DAY |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 30 / DAYS |
IV.41 FDOT MANHOLE FURNISH AND INSTALL FRAME AND COVER MAX DEPTH 1' 6" SEE SPEC | |
1 - 5 UNITS | $1,750.00 / PER UNIT |
6 - 10 UNITS | $1,750.00 / PER UNIT |
OVER 10 UNITS | $1,750.00 / PER UNIT |
MOBILIZATION | $1,650.00 / EA |
MAINTENANCE OF TRAFFIC FDOT STANDARDS 1 LANE | $2,700.00 / PER DAY |
MAINTENANCE OF TRAFFIC FDOT STANDARDS 2 LANE | $2,700.00 / PER DAY |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 30 / DAYS |
Ajax Paving Industries of Florida | |
One Ajax Drive | |
North Venice, FL | |
SECTION IV - BASE AND SURFACE CONSTRUCTION/MATERIAL | |
IV.42 FDOT VALVE BOX ADJUSTMENT - SEE SPEC | |
1 - 5 UNITS | $1,000.00 / PER UNIT |
6 - 10 UNITS | $1,000.00 / PER UNIT |
OVER 10 UNITS | $1,000.00 / PER UNIT |
MOBILIZATION | $1,650.00 / EA |
MAINTENANCE OF TRAFFIC FDOT STANDARDS 1 LANE | $2,700.00 / PER DAY |
MAINTENANCE OF TRAFFIC FDOT STANDARDS 2 LANE | $2,700.00 / PER DAY |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 30 / DAYS |
IV.43 WATER VALVE ADJUSTMENT - SEE SPEC | |
1 - 5 UNITS | $1,000.00 / PER UNIT |
6 - 10 UNITS | $1,000.00 / PER UNIT |
OVER 10 UNITS | $1,000.00 / PER UNIT |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 30 / DAYS |
MOBILIZATION (Cost per Release Order) - Preparatory work and operations in mobilizing startup of project, including, but not limited to, IV.44 operations necessary for the movement of personnel, equipment, supplies and inclidentals to the project site, and for the establishment of temporary sanitary and other facilities. - SEE SPEC | |
ZONE I | $1,650.00 / LUMP SUM |
ZONE 2 | $1,650.00 /LUMP SUM |
Ajax Paving Industries of Florida | ||
One Ajax Drive | ||
North Venice, FL | ||
SECTION IV - BASE AND SURFACE CONSTRUCTION/MATERIAL | ||
ZONE 3 | $1,650.00 /LUMP SUM | |
ZONE 4A | $1,650.00 /LUMP SUM | |
ZONE 4B | $1,650.00 /LUMP SUM | |
ZONE 5 | $1,650.00 /LUMP SUM | |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 10 / DAYS | |
IV.45 INDUCTIVE LOOP DETECTORS - FDOT Section 660 | ||
TYPE "A" | $1,750.00 / EACH | |
TYPE "F" 6' x 20' | $1,750.00 / EACH | |
TYPE "F" 6' x 40' | $2,750.00 / EACH | |
LEAD RUNS | $12.00 /LF | |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 10 / DAYS | |
IV.46 MAINTENANCE OF TRAFFIC - SEE SPEC | ||
Crew Complete (includes truck, foreman, two flaggers) | $2,701.50 / DAY | |
Flag Personnel (includes two flaggers only) | $1,843.00 / DAY | |
Additional Flag Personnel (one flagger only) | $105.00 / HOUR | |
Temporary Signal Detection | $3,842.00 / DAY | |
Law Enforcem ent | $63.00 / HOUR | |
IV.47 FULL DEPTH PAVEMENT RECLAMATION - SEE SPEC | NO BID | |
0 - 30,000 SY | ||
Preparation, Pulverizing, Shaping, Compaction and Filling | / SQ YD | |
Additives, (Cement) | / TON | |
Imported Material | / CY |
Ajax Paving Industries of Florida | |
One Ajax Drive | |
North Venice, FL | |
SECTION IV - BASE AND SURFACE CONSTRUCTION/MATERIAL | |
Removal of Unsuitable Material | / CY |
30,001 - 100,000 SY | |
Preparation, Pulverizing, Shaping, Compaction and Filling | / SQ YD |
Additives, (Cement) | / TON |
Imported Material | / CY |
Removal of Unsuitable Material | / CY |
OVER 100,001 SY | |
Preparation, Pulverizing, Shaping, Compaction and Filling | / SQ YD |
Additives, (Cement) | / TON |
Imported Material | / CY |
Removal of Unsuitable Material | / CY |
IV.48 SAND SEAL COATING - Application prices to include Materials, Labor, Equipment, Traffic Control, Re-Painting and Mobilization -SEE SPEC | NO BID |
LOCATION OF VENDOR'S PLANT: | |
PRICE VENDOR DELIVER TO JOB SITE: | |
0 - 40,000 SY | / PER SY |
40,001 - 100,000 SY | / PER SY |
OVER 100,000 SY | / PER SY |
SCARIFY AND SWEEP THERMO PLASTIC AS REQUIRED | / PER LF |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | / DAYS |
IV.49 CRACK FILLING/SEALING FDOT DEV 305 | NO BID |
Ajax Paving Industries of Florida | |
One Ajax Drive | |
North Venice, FL | |
SECTION IV - BASE AND SURFACE CONSTRUCTION/MATERIAL | |
0-99 GALLONS | / PER GAL |
100-250 GALLONS | / PER GAL |
over 251 GALLONS | / PER GAL |
IV.50 FOG SEAL - Application prices to include Materials, Labor, Equipment, Traffic Control, and Mobilization - SEE SPEC | NO BID |
TIGHT SURFACES 09. -.14 GAL/SY | / GAL |
OPEN SURFACES .18 - .22 GAL/SY | / GAL |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | / DAYS |
Ajax Paving Industries of Florida | |||
One Ajax Drive | |||
North Venice, FL | |||
SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES | |||
V.1 | REMOVE STORM DRAIN - 12" TO 18" DIAMETER | ||
0 - 100 LF | $25.00 | / PER LF | |
101 - 250 LF | $25.00 | / PER LF | |
251 - 500 LF | $25.00 | / PER LF | |
OVER 500 LF | $25.00 | / PER LF | |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 45 | / DAYS | |
V.2 | REMOVE STORM DRAIN - 24" TO 48" DIAMETER | ||
0 - 100 LF | $35.00 | / PER LF | |
101 - 250 LF | $35.00 | / PER LF | |
251 - 500 LF | $35.00 | / PER LF | |
OVER 500 LF | $35.00 | / PER LF | |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 45 | / DAYS | |
V.3 | REMOVE STORM DRAIN - OVER 48" DIAMETER | ||
0 - 100 LF | $60.00 | / PER LF | |
101 - 250 LF | $60.00 | / PER LF | |
251 - 500 LF | $60.00 | / PER LF | |
OVER 500 LF | $60.00 | / PER LF | |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 45 | / DAYS | |
V.4 | REMOVE MITERED END | $500.00 | / EACH |
V.5 | REMOVE HEADWALL | $750.00 | / EACH |
V.6 | FURNISH & INSTALL H.D.P.E. PIPE 10" | ||
WELLPOINTS (LUMP SUM) | $1,000.00 | / PER DAY | |
$4,000.00 | / PER WEEK |
Ajax Paving Industries of Florida | |||
One Ajax Drive | |||
North Venice, FL | |||
SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES | |||
TO 4' DEPTH | 0 - 100 LF | $50.00 | / PER LF |
101 - 250 LF | $50.00 | / PER LF | |
251 - 500 LF | $50.00 | / PER LF | |
OVER 500 LF | $50.00 | / PER LF | |
4' - 6' DEPTH | 0 - 100 LF | $50.00 | / PER LF |
101 - 250 LF | $50.00 | / PER LF | |
251 - 500 LF | $50.00 | / PER LF | |
OVER 500 LF | $50.00 | / PER LF | |
6' - 8' DEPTH | 0 - 100 LF | $50.00 | / PER LF |
101 - 250 LF | $50.00 | / PER LF | |
251 - 500 LF | $50.00 | / PER LF | |
OVER 500 LF | $50.00 | / PER LF | |
8' - 10' DEPTH | 0 - 100 LF | $60.00 | / PER LF |
101 - 250 LF | $60.00 | / PER LF | |
251 - 500 LF | $60.00 | / PER LF | |
OVER 500 LF | $60.00 | / PER LF | |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 45 | / DAYS | |
V.7 | FURNISH & INSTALL H.D.P.E. PIPE 12" | ||
WELLPOINTS (LUMP SUM) | $1,000.00 | / PER DAY | |
$4,000.00 | / PER WEEK | ||
TO 4' DEPTH | 0 - 100 LF | $50.00 | / PER LF |
101 - 250 LF | $50.00 | / PER LF | |
251 - 500 LF | $50.00 | / PER LF | |
OVER 500 LF | $50.00 | / PER LF |
Ajax Paving Industries of Florida | |||
One Ajax Drive | |||
North Venice, FL | |||
SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES | |||
4' - 6' DEPTH | 0 - 100 LF | $50.00 | / PER LF |
101 - 250 LF | $50.00 | / PER LF | |
251 - 500 LF | $50.00 | / PER LF | |
OVER 500 LF | $50.00 | / PER LF | |
6' - 8' DEPTH | 0 - 100 LF | $60.00 | / PER LF |
101 - 250 LF | $60.00 | / PER LF | |
251 - 500 LF | $60.00 | / PER LF | |
OVER 500 LF | $60.00 | / PER LF | |
8' - 10' DEPTH | 0 - 100 LF | $60.00 | / PER LF |
101 - 250 LF | $60.00 | / PER LF | |
251 - 500 LF | $60.00 | / PER LF | |
OVER 500 LF | $60.00 | / PER LF | |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 45 | / DAYS | |
V.8 | FURNISH & INSTALL H.D.P.E. PIPE 15" | ||
WELLPOINTS (LUMP SUM) | $1,000.00 | / PER DAY | |
$4,000.00 | / PER WEEK | ||
TO 4' DEPTH | 0 - 100 LF | $50.00 | / PER LF |
101 - 250 LF | $50.00 | / PER LF | |
251 - 500 LF | $50.00 | / PER LF | |
OVER 500 LF | $50.00 | / PER LF | |
4' - 6' DEPTH | 0 - 100 LF | $50.00 | / PER LF |
101 - 250 LF | $50.00 | / PER LF | |
251 - 500 LF | $50.00 | / PER LF | |
OVER 500 LF | $50.00 | / PER LF |
Ajax Paving Industries of Florida | |||
One Ajax Drive | |||
North Venice, FL | |||
SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES | |||
6' - 8' DEPTH | 0 - 100 LF | $60.00 | / PER LF |
101 - 250 LF | $60.00 | / PER LF | |
251 - 500 LF | $60.00 | / PER LF | |
OVER 500 LF | $60.00 | / PER LF | |
8' - 10' DEPTH | 0 - 100 LF | $60.00 | / PER LF |
101 - 250 LF | $60.00 | / PER LF | |
251 - 500 LF | $60.00 | / PER LF | |
OVER 500 LF | $60.00 | / PER LF | |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 45 | / DAYS | |
V.9 | FURNISH & INSTALL H.D.P.E. PIPE 18" | ||
WELLPOINTS (LUMP SUM) | $1,000.00 | / PER DAY | |
$4,000.00 | / PER WEEK | ||
TO 4' DEPTH | 0 - 100 LF | $60.00 | / PER LF |
101 - 250 LF | $60.00 | / PER LF | |
251 - 500 LF | $60.00 | / PER LF | |
OVER 500 LF | $60.00 | / PER LF | |
4' - 6' DEPTH | 0 - 100 LF | $60.00 | / PER LF |
101 - 250 LF | $60.00 | / PER LF | |
251 - 500 LF | $60.00 | / PER LF | |
OVER 500 LF | $60.00 | / PER LF | |
6' - 8' DEPTH | 0 - 100 LF | $100.00 | / PER LF |
101 - 250 LF | $100.00 | / PER LF | |
251 - 500 LF | $100.00 | / PER LF | |
OVER 500 LF | $100.00 | / PER LF |
Ajax Paving Industries of Florida | |||
One Ajax Drive | |||
North Venice, FL | |||
SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES | |||
8' - 10' DEPTH | 0 - 100 LF | $100.00 | / PER LF |
101 - 250 LF | $100.00 | / PER LF | |
251 - 500 LF | $100.00 | / PER LF | |
OVER 500 LF | $100.00 | / PER LF | |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 45 | / DAYS | |
V.10 | FURNISH & INSTALL H.D.P.E. PIPE 24" | ||
WELLPOINTS (LUMP SUM) | $1,000.00 | / PER DAY | |
$4,000.00 | / PER WEEK | ||
TO 4' DEPTH | 0 - 100 LF | $100.00 | / PER LF |
101 - 250 LF | $100.00 | / PER LF | |
251 - 500 LF | $100.00 | / PER LF | |
OVER 500 LF | $100.00 | / PER LF | |
4' - 6' DEPTH | 0 - 100 LF | $100.00 | / PER LF |
101 - 250 LF | $100.00 | / PER LF | |
251 - 500 LF | $100.00 | / PER LF | |
OVER 500 LF | $100.00 | / PER LF | |
6' - 8' DEPTH | 0 - 100 LF | $120.00 | / PER LF |
101 - 250 LF | $120.00 | / PER LF | |
251 - 500 LF | $120.00 | / PER LF | |
OVER 500 LF | $120.00 | / PER LF | |
8' - 10' DEPTH | 0 - 100 LF | $120.00 | / PER LF |
101 - 250 LF | $120.00 | / PER LF | |
251 - 500 LF | $120.00 | / PER LF | |
OVER 500 LF | $120.00 | / PER LF |
Ajax Paving Industries of Florida | |||
One Ajax Drive | |||
North Venice, FL | |||
SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES | |||
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 45 | / DAYS | |
V.11 | FURNISH & INSTALL H.D.P.E. PIPE 30" | ||
WELLPOINTS (LUMP SUM) | $1,000.00 | / PER DAY | |
$4,000.00 | / PER WEEK | ||
TO 4' DEPTH | 0 - 100 LF | $100.00 | / PER LF |
101 - 250 LF | $100.00 | / PER LF | |
251 - 500 LF | $100.00 | / PER LF | |
OVER 500 LF | $100.00 | / PER LF | |
4' - 6' DEPTH | 0 - 100 LF | $100.00 | / PER LF |
101 - 250 LF | $100.00 | / PER LF | |
251 - 500 LF | $100.00 | / PER LF | |
OVER 500 LF | $100.00 | / PER LF | |
6' - 8' DEPTH | 0 - 100 LF | $120.00 | / PER LF |
101 - 250 LF | $120.00 | / PER LF | |
251 - 500 LF | $120.00 | / PER LF | |
OVER 500 LF | $120.00 | / PER LF | |
8' - 10' DEPTH | 0 - 100 LF | $120.00 | / PER LF |
101 - 250 LF | $120.00 | / PER LF | |
251 - 500 LF | $120.00 | / PER LF | |
OVER 500 LF | $120.00 | / PER LF | |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 45 | / DAYS | |
V.12 | FURNISH & INSTALL H.D.P.E. PIPE 36" | ||
WELLPOINTS (LUMP SUM) | $1,000.00 | / PER DAY | |
$4,000.00 | / PER WEEK |
Ajax Paving Industries of Florida | |||
One Ajax Drive | |||
North Venice, FL | |||
SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES | |||
TO 4' DEPTH | 0 - 100 LF | $120.00 | / PER LF |
101 - 250 LF | $120.00 | / PER LF | |
251 - 500 LF | $120.00 | / PER LF | |
OVER 500 LF | $120.00 | / PER LF | |
4' - 6' DEPTH | 0 - 100 LF | $120.00 | / PER LF |
101 - 250 LF | $120.00 | / PER LF | |
251 - 500 LF | $120.00 | / PER LF | |
OVER 500 LF | $120.00 | / PER LF | |
6' - 8' DEPTH | 0 - 100 LF | $160.00 | / PER LF |
101 - 250 LF | $160.00 | / PER LF | |
251 - 500 LF | $160.00 | / PER LF | |
OVER 500 LF | $160.00 | / PER LF | |
8' - 10' DEPTH | 0 - 100 LF | $160.00 | / PER LF |
101 - 250 LF | $160.00 | / PER LF | |
251 - 500 LF | $160.00 | / PER LF | |
OVER 500 LF | $160.00 | / PER LF | |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 45 | / DAYS | |
V.13 | FURNISH & INSTALL H.D.P.E. PIPE 42" | NO BID | |
WELLPOINTS (LUMP SUM) | / PER DAY | ||
/ PER WEEK | |||
TO 4' DEPTH | 0 - 100 LF | / PER LF | |
101 - 250 LF | / PER LF | ||
251 - 500 LF | / PER LF | ||
OVER 500 LF | / PER LF |
Ajax Paving Industries of Florida One Ajax Drive North Venice, FL | ||
SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES | ||
4' - 6' DEPTH | 0 - 100 LF | / PER LF |
101 - 250 LF | / PER LF | |
251 - 500 LF | / PER LF | |
OVER 500 LF | / PER LF | |
6' - 8' DEPTH | 0 - 100 LF | / PER LF |
101 - 250 LF | / PER LF | |
251 - 500 LF | / PER LF | |
OVER 500 LF | / PER LF | |
8' - 10' DEPTH | 0 - 100 LF | / PER LF |
101 - 250 LF | / PER LF | |
251 - 500 LF | / PER LF | |
OVER 500 LF | / PER LF | |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | / DAYS | |
V.14 FURNISH & INSTALL H.D.P.E. PIPE 48" | NO BID | |
WELLPOINTS (LUMP SUM) | / PER DAY | |
/ PER WEEK | ||
TO 4' DEPTH | 0 - 100 LF | / PER LF |
101 - 250 LF | / PER LF | |
251 - 500 LF | / PER LF | |
OVER 500 LF | / PER LF | |
4' - 6' DEPTH | 0 - 100 LF | / PER LF |
101 - 250 LF | / PER LF | |
251 - 500 LF | / PER LF | |
OVER 500 LF | / PER LF | |
0 - 100 LF | / PER LF |
Ajax Paving Industries of Florida | ||
One Ajax Drive | ||
North Venice, FL | ||
SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES | ||
6' - 8' DEPTH | 101 - 250 LF | / PER LF |
251 - 500 LF | / PER LF | |
OVER 500 LF | / PER LF | |
8' - 10' DEPTH | 0 - 100 LF | / PER LF |
101 - 250 LF | / PER LF | |
251 - 500 LF | / PER LF | |
OVER 500 LF | / PER LF | |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | / DAYS | |
V.15 | FURNISH & INSTALL H.D.P.E. PIPE 54" | NO BID |
WELLPOINTS (LUMP SUM) | / PER DAY | |
/ PER WEEK | ||
TO 4' DEPTH | 0 - 100 LF | / PER LF |
101 - 250 LF | / PER LF | |
251 - 500 LF | / PER LF | |
OVER 500 LF | / PER LF | |
4' - 6' DEPTH | 0 - 100 LF | / PER LF |
101 - 250 LF | / PER LF | |
251 - 500 LF | / PER LF | |
OVER 500 LF | / PER LF | |
6' - 8' DEPTH | 0 - 100 LF | / PER LF |
101 - 250 LF | / PER LF | |
251 - 500 LF | / PER LF | |
OVER 500 LF | / PER LF | |
0 - 100 LF | / PER LF |
Ajax Paving Industries of Florida One Ajax Drive North Venice, FL | ||
SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES | ||
8' - 10' DEPTH | 101 - 250 LF | / PER LF |
251 - 500 LF | / PER LF | |
OVER 500 LF | / PER LF | |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | / DAYS | |
V.16 FURNISH & INSTALL H.D.P.E. PIPE 60" | NO BID | |
WELLPOINTS (LUMP SUM) | / PER DAY | |
/ PER WEEK | ||
TO 4' DEPTH | 0 - 100 LF | / PER LF |
101 - 250 LF | / PER LF | |
251 - 500 LF | / PER LF | |
OVER 500 LF | / PER LF | |
4' - 6' DEPTH | 0 - 100 LF | / PER LF |
101 - 250 LF | / PER LF | |
251 - 500 LF | / PER LF | |
OVER 500 LF | / PER LF | |
6' - 8' DEPTH | 0 - 100 LF | / PER LF |
101 - 250 LF | / PER LF | |
251 - 500 LF | / PER LF | |
OVER 500 LF | / PER LF | |
8' - 10' DEPTH | 0 - 100 LF | / PER LF |
101 - 250 LF | / PER LF | |
251 - 500 LF | / PER LF | |
OVER 500 LF | / PER LF |
Ajax Paving Industries of Florida | |||
One Ajax Drive | |||
North Venice, FL | |||
SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES | |||
DELIVERY DAYS AFTER RECEIPT OF ORDER: | / DAYS | ||
V.17 | FURNISH & INSTALL CONCRETE STORM DRAIN - 15" DIAMETER | ||
WELLPOINTS (LUMP SUM) | $1,000.00 | / PER DAY | |
$4,000.00 | / PER WEEK | ||
TO 4' DEPTH | 0 - 100 LF | $50.00 | / PER LF |
101 - 250 LF | $50.00 | / PER LF | |
251 - 500 LF | $50.00 | / PER LF | |
OVER 500 LF | $50.00 | / PER LF | |
4' - 6' DEPTH | 0 - 100 LF | $50.00 | / PER LF |
101 - 250 LF | $50.00 | / PER LF | |
251 - 500 LF | $50.00 | / PER LF | |
OVER 500 LF | $50.00 | / PER LF | |
6' - 8' DEPTH | 0 - 100 LF | $60.00 | / PER LF |
101 - 250 LF | $60.00 | / PER LF | |
251 - 500 LF | $60.00 | / PER LF | |
OVER 500 LF | $60.00 | / PER LF | |
8' - 10' DEPTH | 0 - 100 LF | $60.00 | / PER LF |
101 - 250 LF | $60.00 | / PER LF | |
251 - 500 LF | $60.00 | / PER LF | |
OVER 500 LF | $60.00 | / PER LF | |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 45 | / DAYS | |
V.18 | FURNISH & INSTALL CONCRETE STORM DRAIN - 18" DIAMETER | ||
WELLPOINTS (LUMP SUM) | $1,000.00 | / PER DAY | |
$4,000.00 | / PER WEEK |
Ajax Paving Industries of Florida | |||
One Ajax Drive | |||
North Venice, FL | |||
SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES | |||
TO 4' DEPTH | 0 - 100 LF | $60.00 | / PER LF |
101 - 250 LF | $60.00 | / PER LF | |
251 - 500 LF | $60.00 | / PER LF | |
OVER 500 LF | $60.00 | / PER LF | |
4' - 6' DEPTH | 0 - 100 LF | $60.00 | / PER LF |
101 - 250 LF | $60.00 | / PER LF | |
251 - 500 LF | $60.00 | / PER LF | |
OVER 500 LF | $60.00 | / PER LF | |
6' - 8' DEPTH | 0 - 100 LF | $100.00 | / PER LF |
101 - 250 LF | $100.00 | / PER LF | |
251 - 500 LF | $100.00 | / PER LF | |
OVER 500 LF | $100.00 | / PER LF | |
8' - 10' DEPTH | 0 - 100 LF | $100.00 | / PER LF |
101 - 250 LF | $100.00 | / PER LF | |
251 - 500 LF | $100.00 | / PER LF | |
OVER 500 LF | $100.00 | / PER LF | |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 45 | / DAYS | |
V.19 | FURNISH & INSTALL CONCRETE STORM DRAIN - 24" DIAMETER | ||
WELLPOINTS (LUMP SUM) | $1,000.00 | / PER DAY | |
$4,000.00 | / PER WEEK | ||
TO 4' DEPTH | 0 - 100 LF | $100.00 | / PER LF |
101 - 250 LF | $100.00 | / PER LF | |
251 - 500 LF | $100.00 | / PER LF | |
OVER 500 LF | $100.00 | / PER LF | |
0 - 100 LF | $100.00 | / PER LF |
Ajax Paving Industries of Florida | |||
One Ajax Drive | |||
North Venice, FL | |||
SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES | |||
4' - 6' DEPTH | 101 - 250 LF | $100.00 | / PER LF |
251 - 500 LF | $100.00 | / PER LF | |
OVER 500 LF | $100.00 | / PER LF | |
6' - 8' DEPTH | 0 - 100 LF | $120.00 | / PER LF |
101 - 250 LF | $120.00 | / PER LF | |
251 - 500 LF | $120.00 | / PER LF | |
OVER 500 LF | $120.00 | / PER LF | |
8' - 10' DEPTH | 0 - 100 LF | $120.00 | / PER LF |
101 - 250 LF | $120.00 | / PER LF | |
251 - 500 LF | $120.00 | / PER LF | |
OVER 500 LF | $120.00 | / PER LF | |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 45 | / DAYS | |
V.20 | FURNISH & INSTALL CONCRETE STORM DRAIN - 30" DIAMETER | ||
WELLPOINTS (LUMP SUM) | $1,000.00 | / PER DAY | |
$4,000.00 | / PER WEEK | ||
TO 4' DEPTH | 0 - 100 LF | $100.00 | / PER LF |
101 - 250 LF | $100.00 | / PER LF | |
251 - 500 LF | $100.00 | / PER LF | |
OVER 500 LF | $100.00 | / PER LF | |
4' - 6' DEPTH | 0 - 100 LF | $100.00 | / PER LF |
101 - 250 LF | $100.00 | / PER LF | |
251 - 500 LF | $100.00 | / PER LF | |
OVER 500 LF | $100.00 | / PER LF | |
6' - 8' DEPTH | 0 - 100 LF | $120.00 | / PER LF |
101 - 250 LF | $120.00 | / PER LF |
Ajax Paving Industries of Florida | |||
One Ajax Drive | |||
North Venice, FL | |||
SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES | |||
251 - 500 LF | $120.00 | / PER LF | |
OVER 500 LF | $120.00 | / PER LF | |
8' - 10' DEPTH | 0 - 100 LF | $120.00 | / PER LF |
101 - 250 LF | $120.00 | / PER LF | |
251 - 500 LF | $120.00 | / PER LF | |
OVER 500 LF | $120.00 | / PER LF | |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 45 | / DAYS | |
V.21 | FURNISH & INSTALL CONCRETE STORM DRAIN - 36" DIAMETER EQUIVALENT | ||
WELLPOINTS (LUMP SUM) | $1,000.00 | / PER DAY | |
$4,000.00 | / PER WEEK | ||
TO 4' DEPTH | 0 - 100 LF | $120.00 | / PER LF |
101 - 250 LF | $120.00 | / PER LF | |
251 - 500 LF | $120.00 | / PER LF | |
OVER 500 LF | $120.00 | / PER LF | |
4' - 6' DEPTH | 0 - 100 LF | $120.00 | / PER LF |
101 - 250 LF | $120.00 | / PER LF | |
251 - 500 LF | $120.00 | / PER LF | |
OVER 500 LF | $120.00 | / PER LF | |
6' - 8' DEPTH | 0 - 100 LF | $160.00 | / PER LF |
101 - 250 LF | $160.00 | / PER LF | |
251 - 500 LF | $160.00 | / PER LF | |
OVER 500 LF | $160.00 | / PER LF | |
8' - 10' DEPTH | 0 - 100 LF | $160.00 | / PER LF |
101 - 250 LF | $160.00 | / PER LF | |
251 - 500 LF | $160.00 | / PER LF |
Ajax Paving Industries of Florida | |||
One Ajax Drive | |||
North Venice, FL | |||
SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES | |||
OVER 500 LF | $160.00 | / PER LF | |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 45 | / DAYS | |
V.22 | FURNISH & INSTALL CONCRETE STORM DRAIN - 42" DIAMETE | NO BID | |
WELLPOINTS (LUMP SUM) | / PER DAY | ||
/ PER WEEK | |||
TO 4' DEPTH | 0 - 100 LF | / PER LF | |
101 - 250 LF | / PER LF | ||
251 - 500 LF | / PER LF | ||
OVER 500 LF | / PER LF | ||
4' - 6' DEPTH | 0 - 100 LF | / PER LF | |
101 - 250 LF | / PER LF | ||
251 - 500 LF | / PER LF | ||
OVER 500 LF | / PER LF | ||
6' - 8' DEPTH | 0 - 100 LF | / PER LF | |
101 - 250 LF | / PER LF | ||
251 - 500 LF | / PER LF | ||
OVER 500 LF | / PER LF | ||
8' - 10' DEPTH | 0 - 100 LF | / PER LF | |
101 - 250 LF | / PER LF | ||
251 - 500 LF | / PER LF | ||
OVER 500 LF | / PER LF | ||
DELIVERY DAYS AFTER RECEIPT OF ORDER: | / DAYS | ||
V.23 | FURNISH & INSTALL CONCRETE STORM DRAIN - 48" DIAMETE | NO BID | |
WELLPOINTS (LUMP SUM) | / PER DAY | ||
/ PER WEEK |
Ajax Paving Industries of Florida One Ajax Drive North Venice, FL | ||
SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES | ||
TO 4' DEPTH | 0 - 100 LF | / PER LF |
101 - 250 LF | / PER LF | |
251 - 500 LF | / PER LF | |
OVER 500 LF | / PER LF | |
4' - 6' DEPTH | 0 - 100 LF | / PER LF |
101 - 250 LF | / PER LF | |
251 - 500 LF | / PER LF | |
OVER 500 LF | / PER LF | |
6' - 8' DEPTH | 0 - 100 LF | / PER LF |
101 - 250 LF | / PER LF | |
251 - 500 LF | / PER LF | |
OVER 500 LF | / PER LF | |
8' - 10' DEPTH | 0 - 100 LF | / PER LF |
101 - 250 LF | / PER LF | |
251 - 500 LF | / PER LF | |
OVER 500 LF | / PER LF | |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | / DAYS | |
V.24 FURNISH & INSTALL CONCRETE STORM DRAIN - 54" DIAMETE | NO BID | |
WELLPOINTS (LUMP SUM) | / PER DAY | |
/ PER WEEK | ||
TO 4' DEPTH | 0 - 100 LF | / PER LF |
101 - 250 LF | / PER LF | |
251 - 500 LF | / PER LF | |
OVER 500 LF | / PER LF | |
0 - 100 LF | / PER LF |
Ajax Paving Industries of Florida | ||
One Ajax Drive | ||
North Venice, FL | ||
SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES | ||
4' - 6' DEPTH | 101 - 250 LF | / PER LF |
251 - 500 LF | / PER LF | |
OVER 500 LF | / PER LF | |
6' - 8' DEPTH | 0 - 100 LF | / PER LF |
101 - 250 LF | / PER LF | |
251 - 500 LF | / PER LF | |
OVER 500 LF | / PER LF | |
8' - 10' DEPTH | 0 - 100 LF | / PER LF |
101 - 250 LF | / PER LF | |
251 - 500 LF | / PER LF | |
OVER 500 LF | / PER LF | |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | / DAYS | |
V.25 | FURNISH & INSTALL CONCRETE STORM DRAIN - 60" DIAMETE | NO BID |
WELLPOINTS (LUMP SUM) | / PER DAY | |
/ PER WEEK | ||
6' - 8' DEPTH | 0 - 100 LF | / PER LF |
101 - 250 LF | / PER LF | |
251 - 500 LF | / PER LF | |
OVER 500 LF | / PER LF | |
8' - 10' DEPTH | 0 - 100 LF | / PER LF |
101 - 250 LF | / PER LF | |
251 - 500 LF | / PER LF | |
OVER 500 LF | / PER LF | |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | / DAYS | |
V.26 | FURNISH & INSTALL CONCRETE STORM DRAIN - 66" DIAMETE | NO BID |
Ajax Paving Industries of Florida One Ajax Drive North Venice, FL | ||
SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES | ||
WELLPOINTS (LUMP SUM) | / PER DAY | |
/ PER WEEK | ||
6' - 8' DEPTH | 0 - 100 LF | / PER LF |
101 - 250 LF | / PER LF | |
251 - 500 LF | / PER LF | |
OVER 500 LF | / PER LF | |
8' - 10' DEPTH | 0 - 100 LF | / PER LF |
101 - 250 LF | / PER LF | |
251 - 500 LF | / PER LF | |
OVER 500 LF | / PER LF | |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | / DAYS | |
V.27 FURNISH & INSTALL CONCRETE STORM DRAIN - 72" DIAMETE | NO BID | |
WELLPOINTS (LUMP SUM) | / PER DAY | |
/ PER WEEK | ||
6' - 8' DEPTH | 0 - 100 LF | / PER LF |
101 - 250 LF | / PER LF | |
251 - 500 LF | / PER LF | |
OVER 500 LF | / PER LF | |
8' - 10' | 0 - 100 LF | / PER LF |
101 - 250 LF | / PER LF |
Ajax Paving Industries of Florida | |||
One Ajax Drive | |||
North Venice, FL | |||
SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES | |||
DEPTH | 251 - 500 LF | / PER LF | |
OVER 500 LF | / PER LF | ||
DELIVERY DAYS AFTER RECEIPT OF ORDER: | / DAYS | ||
V.28 | FURNISH & INSTALL CONCRETE STORM DRAIN 15" MITERED END | $1,750.00 | / PER EACH |
V.29 | FURNISH & INSTALL CONCRETE STORM DRAIN 18" MITERED END | $2,000.00 | / PER EACH |
V.30 | FURNISH & INSTALL CONCRETE STORM DRAIN 24" MITERED END | $2,500.00 | / PER EACH |
V.31 | FURNISH & INSTALL CONCRETE STORM DRAIN 30" MITERED END | $3,000.00 | / PER EACH |
GRATING FOR MITERED END SECTION | $3,000.00 | / PER EACH | |
V.32 | FURNISH & INSTALL CONCRETE STORM DRAIN 36" OR EQUIV MITERED END | $3,500.00 | / PER EACH |
GRATING FOR MITERED END SECTION | $3,000.00 | / PER EACH | |
V.33 | FURNISH & INSTALL CONCRETE STORM DRAIN 42" OR EQUIV MITERED END | NO BID | / PER EACH |
GRATING FOR MITERED END SECTION | NO BID | / PER EACH | |
V.34 | FURNISH & INSTALL CONCRETE STORM DRAIN 48" OR EQUIV MITERED END | NO BID | / PER EACH |
GRATING FOR MITERED END SECTION | NO BID | / PER EACH | |
V.35 | FURNISH & INSTALL CONCRETE STORM DRAIN 54" OR EQUIV MITERED END | NO BID | / PER EACH |
GRATING FOR MITERED END SECTION | NO BID | / PER EACH | |
V.36 | FURNISH & INSTALL CONCRETE STORM DRAIN 60" OR EQUIV MITERED END | NO BID | / PER EACH |
GRATING FOR MITERED END SECTION | NO BID | / PER EACH | |
V.37 | FURNISH & INSTALL CONCRETE STORM DRAIN 66" OR EQUIV MITERED END | NO BID | / PER EACH |
Ajax Paving Industries of Florida | ||
One Ajax Drive | ||
North Venice, FL | ||
SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES | ||
GRATING FOR MITERED END SECTION | NO BID | / PER EACH |
V.38 | ALTERNATE MANHOLE ADJUSTMENT - Specification: Adjust manhole lid. Backfill with Type III Asphaltic Concrete. Heat, scarify and rework existing Asphaltic Concrete bordering cut and blend with new material. Composite mix to be shaped and compacted. | |
1 - 5 UNITS | $1,500.00 | / PER UNIT |
6 - 10 UNITS | $1,500.00 | / PER UNIT |
OVER 10 UNITS | $1,500.00 | / PER UNIT |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 45 | / DAYS |
V.39 | MANHOLE AND WATER VALVE ADJUSTMENT AS A PART OF BASE RECONSTRUCTION | |
MANHOLE ADJUSTMENT | $1,250.00 | / EACH |
WATER VALVE ADJUSTMENT | $1,250.00 | / EACH |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 45 | / DAYS |
V.40 | CONSTRUCT CONCRETE BLOCK CATCH BASIN 4'0"x5'4" - Specification: Manatee County 202.1 | |
TO 4' HEIGHT | $5,000.00 | / EACH |
4.1' TO 6' HEIGHT | $5,000.00 | / EACH |
6'1' TO 8' HEIGHT | $6,500.00 | / EACH |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 45 | / DAYS |
V.41 | CONSTRUCT CONCRETE BLOCK CATCH BASIN 5'4"x5'4" - Specification: Manatee County 202.1 | |
TO 4' HEIGHT | $5,000.00 | / EACH |
Ajax Paving Industries of Florida | ||
One Ajax Drive | ||
North Venice, FL | ||
SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES | ||
4.1' TO 6' HEIGHT | $5,000.00 | / EACH |
6'1' TO 8' HEIGHT | $6,500.00 | / EACH |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 45 | / DAYS |
V.42 | CONSTRUCT CONCRETE BLOCK CATCH BASIN 6'4"x5'4" - Specification: Manatee County 202.1 | |
TO 4' HEIGHT | $5,000.00 | / EACH |
4.1' TO 6' HEIGHT | $5,000.00 | / EACH |
6'1' TO 8' HEIGHT | $6,500.00 | / EACH |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 45 | / DAYS |
V.43 | CONSTRUCT P-5 CURB INLET - Spec: FDOT Section 425 | |
CONSTRUCT P-5 CURB INLET | $7,500.00 | / EACH |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 45 | / DAYS |
V.44 | CONSTRUCT J-5 CURB INLET - Spec: FDOT Section 425 | |
CONSTRUCT J-5 CURB INLET | $8,500.00 | / EACH |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 45 | / DAYS |
V.45 | CONSTRUCT J-6 CURB INLET - Spec: FDOT Section 425 | |
CONSTRUCT J-6 CURB INLET | $10,000.00 | / EACH |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 45 | / DAYS |
V.46 | CONSTRUCT TYPE 5 CURB INLET LID | |
CONSTRUCT TYPE 5 CURB INLET LID | $5,000.00 | / EACH |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 45 | / DAYS |
Ajax Paving Industries of Florida | ||||
One Ajax Drive | ||||
North Venice, FL | ||||
SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES | ||||
V.47 | CONSTRUCT TYPE 6 CURB INLET LID | |||
CONSTRUCT TYPE 6 CURB INLET LID | $5,000.00 | / EACH | ||
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 45 | / DAYS | ||
V.48 | CONSTRUCT P-6 CURB INLET | |||
CONSTRUCT P-6 CURB INLET | $8,500.00 | / EACH | ||
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 45 | / DAYS | ||
V.49 | FURNISH & INSTALL 6" UNDERDRAIN (PIPE, SOCK, AGGREGATE) - Specification: Manatee County 204 | |||
0 - 100 LF | $100.00 | / LF | ||
100 - 500 LF | $100.00 | / LF | ||
500 - 1,000 LF | $75.00 | / LF | ||
OVER 1,000 LF | $75.00 | / LF | ||
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 45 | / DAYS | ||
V.50 | TIE UNDERDRAIN INTO EXISTING BOX | NO BID | / EACH | |
V.51 | FURNISH & INSTALL 6" UNDERDRAIN CLEAN-OUT WITH CONCRETE PAD | NO BID | / EACH | |
V.52 | INSTALL CONCRETE COLLAR | |||
15" PIPE OR EQUIVALENT | 0 - 4' DEPTH | $1,000.00 | / PER EACH | |
4' - 8' DEPTH | $1,000.00 | / PER EACH | ||
18" PIPE OR EQUIVALENT | 0 - 4' DEPTH | $1,000.00 | / PER EACH | |
4' - 8' DEPTH | $1,000.00 | / PER EACH | ||
24" PIPE OR EQUIVALENT | 0 - 4' DEPTH | $1,500.00 | / PER EACH | |
4' - 8' DEPTH | $1,500.00 | / PER EACH | ||
30" PIPE OR EQUIVALENT | 0 - 4' DEPTH | $2,000.00 | / PER EACH | |
4' - 8' DEPTH | $2,000.00 | / PER EACH | ||
0 - 4' DEPTH | $2,000.00 | / PER EACH |
Ajax Paving Industries of Florida | |||
One Ajax Drive | |||
North Venice, FL | |||
SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES | |||
36" PIPE OR EQUIVALENT | 4' - 8' DEPTH | $2,000.00 | / PER EACH |
8' - 10' DEPTH | $2,000.00 | / PER EACH | |
42" PIPE OR EQUIVALENT | 0 - 4' DEPTH | NO BID | / PER EACH |
4' - 8' DEPTH | NO BID | / PER EACH | |
8' - 10' DEPTH | NO BID | / PER EACH | |
48" PIPE OR EQUIVALENT | 0 - 4' DEPTH | NO BID | / PER EACH |
4' - 8' DEPTH | NO BID | / PER EACH | |
8' - 10' DEPTH | NO BID | / PER EACH | |
54" PIPE OR EQUIVALENT | 0 - 4' DEPTH | NO BID | / PER EACH |
4' - 8' DEPTH | NO BID | / PER EACH | |
8' - 10' DEPTH | NO BID | / PER EACH | |
60" PIPE OR EQUIVALENT | 0 - 4' DEPTH | NO BID | / PER EACH |
4' - 8' DEPTH | NO BID | / PER EACH | |
8' - 10' DEPTH | NO BID | / PER EACH | |
66" PIPE OR EQUIVALENT | 0 - 4' DEPTH | NO BID | / PER EACH |
4' - 8' DEPTH | NO BID | / PER EACH | |
8' - 10' DEPTH | NO BID | / PER EACH | |
72" PIPE OR EQUIVALENT | 0 - 4' DEPTH | NO BID | / PER EACH |
4' - 8' DEPTH | NO BID | / PER EACH | |
8' - 10' DEPTH | NO BID | / PER EACH | |
84" PIPE OR EQUIVALENT | 0 - 4' DEPTH | NO BID | / PER EACH |
4' - 8' DEPTH | NO BID | / PER EACH | |
8' - 10' DEPTH | NO BID | / PER EACH |
Ajax Paving Industries of Florida | |||
One Ajax Drive | |||
North Venice, FL | |||
SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES | |||
DELIVERY DAYS AFTER RECEIPT OF ORDER: | NO BID | / DAYS | |
V.53 | REMOVE CONCRETE COLLAR | ||
15" PIPE OR EQUIVALENT | 0 - 4' DEPTH | $750.00 | / PER EACH |
4' - 8' DEPTH | $750.00 | / PER EACH | |
18" PIPE OR EQUIVALENT | 0 - 4' DEPTH | $750.00 | / PER EACH |
4' - 8' DEPTH | $750.00 | / PER EACH | |
24" PIPE OR EQUIVALENT | 0 - 4' DEPTH | $750.00 | / PER EACH |
4' - 8' DEPTH | $750.00 | / PER EACH | |
30" PIPE OR EQUIVALENT | 0 - 4' DEPTH | $1,000.00 | / PER EACH |
4' - 8' DEPTH | $1,000.00 | / PER EACH | |
36" PIPE OR EQUIVALENT | 0 - 4' DEPTH | $1,000.00 | / PER EACH |
4' - 8' DEPTH | $1,000.00 | / PER EACH | |
8' - 10' DEPTH | $1,000.00 | / PER EACH | |
42" PIPE OR EQUIVALENT | 0 - 4' DEPTH | NO BID | / PER EACH |
4' - 8' DEPTH | NO BID | / PER EACH | |
8' - 10' DEPTH | NO BID | / PER EACH | |
48" PIPE OR EQUIVALENT | 0 - 4' DEPTH | NO BID | / PER EACH |
4' - 8' DEPTH | NO BID | / PER EACH | |
8' - 10' DEPTH | NO BID | / PER EACH | |
54" PIPE OR EQUIVALENT | 0 - 4' DEPTH | NO BID | / PER EACH |
4' - 8' DEPTH | NO BID | / PER EACH |
Ajax Paving Industries of Florida | |||
One Ajax Drive | |||
North Venice, FL | |||
SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES | |||
8' - 10' DEPTH | NO BID | / PER EACH | |
60" PIPE OR EQUIVALENT | 0 - 4' DEPTH | NO BID | / PER EACH |
4' - 8' DEPTH | NO BID | / PER EACH | |
8' - 10' DEPTH | NO BID | / PER EACH | |
66" PIPE OR EQUIVALENT | 0 - 4' DEPTH | NO BID | / PER EACH |
4' - 8' DEPTH | NO BID | / PER EACH | |
8' - 10' DEPTH | NO BID | / PER EACH | |
72" PIPE OR EQUIVALENT | 0 - 4' DEPTH | NO BID | / PER EACH |
4' - 8' DEPTH | NO BID | / PER EACH | |
8' - 10' DEPTH | NO BID | / PER EACH | |
84" PIPE OR EQUIVALENT | 0 - 4' DEPTH | NO BID | / PER EACH |
4' - 8' DEPTH | NO BID | / PER EACH | |
8' - 10' DEPTH | NO BID | / PER EACH | |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 45 | / DAYS | |
V.54 | REMOVE BOX INLET | ||
UNDER 40" BOX | $1,500.00 | / PER EACH | |
40" X 48" BOX | $2,000.00 | / PER EACH | |
64" X 64" BOX | $4,000.00 | / PER EACH | |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 45 | / DAYS | |
V.55 | REMOVE CONCRETE DRAINAGE STRUCTURE | NO BID | |
REMOVAL OF DRAINAGE STRUCTURE | / PER CY |
Ajax Paving Industries of Florida | |||
One Ajax Drive | |||
North Venice, FL | |||
SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES | |||
DELIVERY DAYS AFTER RECEIPT OF ORDER: | / DAYS | ||
V.56 | INLET MODIFICATION (ONE SIDE) | NO BID | |
MODIFY 48" BOX | 0 - 4' DEPTH | / PER EACH | |
4' - 8' DEPTH | / PER EACH | ||
8' - 10' DEPTH | / PER EACH | ||
MODIFY 64" BOX | 0 - 4' DEPTH | / PER EACH | |
4' - 8' DEPTH | / PER EACH | ||
8' - 10' DEPTH | / PER EACH | ||
DELIVERY DAYS AFTER RECEIPT OF ORDER: | / DAYS | ||
V.57 | FURNISH AND INSTALL ELLIPTICAL PIPE 12" x 18" | NO BID | |
WELLPOINTS (LUMP SUM) | / PER DAY | ||
/ PER WEEK | |||
T0 4' DEPTH | 0 - 100 LF | / PER LF | |
101 - 250 LF | / PER LF | ||
251 - 500 LF | / PER LF | ||
OVER 500 LF | / PER LF | ||
4' - 6' DEPTH | 0 - 100 LF | / PER LF | |
101 - 250 LF | / PER LF | ||
251 - 500 LF | / PER LF | ||
OVER 500 LF | / PER LF |
SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES
One Ajax Drive North Venice, FL
0 - 100 LF / PER LF
6' - 8' DEPTH
101 - 250 LF
251 - 500 LF
/ PER LF
/ PER LF
OVER 500 LF / PER LF
0 - 100 LF / PER LF
8' - 10' DEPTH
101 - 250 LF
251 - 500 LF
/ PER LF
/ PER LF
OVER 500 LF / PER LF
V.58
DELIVERY DAYS AFTER RECEIPT OF ORDER: FURNISH AND INSTALL ELLIPTICAL PIPE 14" X 23"
NO BID
/ DAYS
WELLPOINTS (LUMP SUM)
0 - 100 LF
/ PER DAY
/ PER WEEK
/ PER LF
T0 4' DEPTH
101 - 250 LF
251 - 500 LF
/ PER LF
/ PER LF
OVER 500 LF / PER LF
0 - 100 LF / PER LF
4' - 6' DEPTH
101 - 250 LF
251 - 500 LF
/ PER LF
/ PER LF
OVER 500 LF / PER LF
0 - 100 LF / PER LF
SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES
One Ajax Drive North Venice, FL
6' - 8' DEPTH
101 - 250 LF
251 - 500 LF
/ PER LF
/ PER LF
OVER 500 LF / PER LF
0 - 100 LF / PER LF
8' - 10' DEPTH
101 - 250 LF
251 - 500 LF
/ PER LF
/ PER LF
OVER 500 LF / PER LF
V.59
DELIVERY DAYS AFTER RECEIPT OF ORDER: FURNISH AND INSTALL ELLIPTICAL PIPE 19" x 30"
NO BID
/ DAYS
WELLPOINTS (LUMP SUM)
0 - 100 LF
/ PER DAY
/ PER WEEK
/ PER LF
T0 4' DEPTH
101 - 250 LF
251 - 500 LF
/ PER LF
/ PER LF
OVER 500 LF / PER LF
0 - 100 LF / PER LF
4' - 6' DEPTH
101 - 250 LF
251 - 500 LF
/ PER LF
/ PER LF
OVER 500 LF / PER LF
0 - 100 LF / PER LF
6' - 8' DEPTH
101 - 250 LF
109
/ PER LF
SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES
One Ajax Drive North Venice, FL
251 - 500 LF / PER LF
OVER 500 LF / PER LF
0 - 100 LF / PER LF
8' - 10' DEPTH
101 - 250 LF
251 - 500 LF
/ PER LF
/ PER LF
OVER 500 LF / PER LF
V.60
DELIVERY DAYS AFTER RECEIPT OF ORDER: FURNISH AND INSTALL ELLIPTICAL PIPE 24" x 38"
NO BID
/ DAYS
WELLPOINTS (LUMP SUM)
0 - 100 LF
/ PER DAY
/ PER WEEK
/ PER LF
T0 4' DEPTH
4' - 6' DEPTH
101 - 250 LF
251 - 500 LF
101 | - | 250 | LF | / PER LF |
251 | - | 500 | LF | / PER LF |
0 - 100 LF
/ PER LF
/ PER LF
/ PER LF
OVER 500 LF / PER LF
0 - 100 LF / PER LF
6' - 8' DEPTH
101 - 250 LF
251 - 500 LF
/ PER LF
/ PER LF
OVER 500 LF / PER LF
8' - 10'
0 - 100 LF
101 - 250 LF
/ PER LF
/ PER LF
Ajax Paving Industries of Florida | ||
One Ajax Drive | ||
North Venice, FL | ||
SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES | ||
DEPTH | 251 - 500 LF | / PER LF |
OVER 500 LF | / PER LF | |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | / DAYS | |
V.61 | FURNISH AND INSTALL ELLIPTICAL PIPE 29" x 45" | NO BID |
WELLPOINTS (LUMP SUM) | / PER DAY | |
/ PER WEEK | ||
T0 4' DEPTH | 0 - 100 LF | / PER LF |
101 - 250 LF | / PER LF | |
251 - 500 LF | / PER LF | |
OVER 500 LF | / PER LF | |
4' - 6' DEPTH | 0 - 100 LF | / PER LF |
101 - 250 LF | / PER LF | |
251 - 500 LF | / PER LF | |
OVER 500 LF | / PER LF | |
6' - 8' DEPTH | 0 - 100 LF | / PER LF |
101 - 250 LF | / PER LF | |
251 - 500 LF | / PER LF | |
OVER 500 LF | / PER LF | |
8' - 10' DEPTH | 0 - 100 LF | / PER LF |
101 - 250 LF | / PER LF | |
251 - 500 LF | / PER LF | |
OVER 500 LF | / PER LF |
Ajax Paving Industries of Florida | |||
One Ajax Drive | |||
North Venice, FL | |||
SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES | |||
DELIVERY DAYS AFTER RECEIPT OF ORDER: | / DAYS | ||
V.62 | FURNISH AND INSTALL ELLIPTICAL PIPE 34" x 53" | NO BID | |
WELLPOINTS (LUMP SUM) | / PER DAY | ||
/ PER WEEK | |||
T0 4' DEPTH | 0 - 100 LF | / PER LF | |
101 - 250 LF | / PER LF | ||
251 - 500 LF | / PER LF | ||
OVER 500 LF | / PER LF | ||
4' - 6' DEPTH | 0 - 100 LF | / PER LF | |
101 - 250 LF | / PER LF | ||
251 - 500 LF | / PER LF | ||
OVER 500 LF | / PER LF | ||
6' - 8' DEPTH | 0 - 100 LF | / PER LF | |
101 - 250 LF | / PER LF | ||
251 - 500 LF | / PER LF | ||
OVER 500 LF | / PER LF | ||
8' - 10' DEPTH | 0 - 100 LF | / PER LF | |
101 - 250 LF | / PER LF | ||
251 - 500 LF | / PER LF | ||
OVER 500 LF | / PER LF | ||
DELIVERY DAYS AFTER RECEIPT OF ORDER: | / DAYS | ||
V.63 | FURNISH & INSTALL CONCRETE STORM DRAIN 12"X 18" MITERED END | NO BID | / PER EACH |
Ajax Paving Industries of Florida | ||||
One Ajax Drive | ||||
North Venice, FL | ||||
SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES | ||||
V.64 | FURNISH & INSTALL CONCRETE STORM DRAIN 14" X 23" MITERED END | NO BID | / PER EACH | |
V.65 | FURNISH & INSTALL CONCRETE STORM DRAIN 19" X 30" MITERED END | NO BID | / PER EACH | |
V.66 | FURNISH & INSTALL CONCRETE STORM DRAIN 24" X 38" MITERED END | NO BID | / PER EACH | |
V.67 | FURNISH & INSTALL CONCRETE STORM DRAIN 29" X 45" MITERED END | NO BID | / PER EACH | |
V.68 | FURNISH & INSTALL CONCRETE STORM DRAIN 34" X 53" MITERED END | NO BID | / PER EACH | |
GRATING FOR MITERED END SECTION | NO BID | / PER EACH | ||
V.69 | FURNISH & INSTALL RIPRAP - FDOT SPEC 530 (2000) | |||
SAND CEMENT | NO BID | / PER CY | ||
RIP RAP RUBBLE | $250.00 | / PER TON | ||
BEDDING STONE | $200.00 | / PER TON |
Ajax Paving Industries of Florida | ||
One Ajax Drive | ||
North Venice, FL | ||
SECTION VI - CURB AND GUTTER, SIDEWALKS AND DRIVEWAYS | ||
VI.1 MIAMI CURB AND GUTTER - Spec: Manatee County 201.1 | ||
0 - 500 LF | $100.00 | / PER LF |
501 - 2,000 LF | $50.00 | / PER LF |
OVER 2,000 LF | $50.00 | / PER LF |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 45 | / DAYS |
VI.2 | TYPE "F" BARRIER CURB AND GUTTER - Spec: Manatee County 201.2 | |
0 - 500 LF | $100.00 | / PER LF |
501 - 2,000 LF | $50.00 | / PER LF |
OVER 2,000 LF | $50.00 | / PER LF |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 45 | / DAYS |
VI.3 MODIFIED TYPE "F" CURB 201.2 | ||
0 - 500 LF | $100.00 | / PER LF |
501 - 2,000 LF | $50.00 | / PER LF |
OVER 2,000 LF | $50.00 | / PER LF |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 45 | / DAYS |
VI.4 | TYPE "AB" MEDIAN CURB AND GUTTER - Spec: Manatee County 201.3 | |
0 - 500 LF | $100.00 | / PER LF |
Ajax Paving Industries of Florida | |
One Ajax Drive | |
North Venice, FL | |
SECTION VI - CURB AND GUTTER, SIDEWALKS AND DRIVEWAYS | |
501 - 2,000 LF | $75.00 / PER LF |
OVER 2,000 LF | $75.00 / PER LF |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 45 / DAYS |
VI.5 FDOT HEADWALLS | NO BID |
ITEMS INCLUDE REBAR | / PER CY |
VI.6 TYPE "D" HIGHBACK CURB - Spec. Manatee County 201.4 | NO BID |
0 - 500 LF | / PER LF |
501 - 2,000 LF | / PER LF |
OVER 2,000 LF | / PER LF |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | / DAYS |
VI.7 INVERTED CROWN GUTTER -Spec: Manatee County 201.5 | NO BID |
0 - 500 LF | / PER LF |
501 - 2,000 LF | / PER LF |
OVER 2,000 LF | / PER LF |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | / DAYS |
VI.8 TYPE "A" VALLEY CROSSING - Spec. Manatee County 201.6 | NO BID |
TYPE "A" VALLEY CROSSING | / PER LF |
Ajax Paving Industries of Florida | |
One Ajax Drive | |
North Venice, FL | |
SECTION VI - CURB AND GUTTER, SIDEWALKS AND DRIVEWAYS | |
MIAMI CURB & GUTTER ON RADIUS | / PER LF |
REMOVE NECESSARY PAVEMENT, BASE, CURB & GUTTER TO INSTALL NEW VALLEY CROSSING | / PER LF |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | / DAYS |
VI.9 TYPE "B-B & C-C" VALLEY CROSSING - Spec: Manatee County 201.6 | NO BID |
TYPE "B" VALLEY CROSSING | / PER LF |
MIAMI CURB & GUTTER ON RADIUS | / PER LF |
REMOVE NECESSARY PAVEMENT, BASE, CURB & GUTTER TO INSTALL NEW VALLEY CROSSING | / PER LF |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | / DAYS |
VI.10 CONSTRUCT SIDEWALK / DRIVEWAY | |
2,500 PSI RANDOM x 4" | $100.00 / PER SY |
3,000 PSI RANDOM x 4" | $100.00 / PER SY |
2,500 PSI RANDOM x 4" WITH 6 x 6 #10 MESH | $150.00 / PER SY |
3,000 PSI RANDOM x 4" WITH 6 x 6 #10 MESH | $150.00 / PER SY |
2,500 PSI RANDOM x 6" | $150.00 / PER SY |
3,000 PSI RANDOM x 6" | $150.00 / PER SY |
2,500 PSI RANDOM x 6" WITH 6 x 6 #10 MESH | $175.00 / PER SY |
3,000 PSI RANDOM x 6" WITH 6 x 6 #10 MESH | $175.00 / PER SY |
5,000 PSI RANDOM x 5" WITH 2 #5 REBAR | $250.00 / PER SY |
Ajax Paving Industries of Florida | |
One Ajax Drive | |
North Venice, FL | |
SECTION VI - CURB AND GUTTER, SIDEWALKS AND DRIVEWAYS | |
PREPARATION (GRADING, SHAPE, BASE PREPARATION TO INCLUDE 6" FILL AND/OR EXCAVATION | $15.00 / PER SY |
ADDITIONAL FILL | $50.00 / PER CY |
ADDITIONAL EXCAVATION | $50.00 / PER CY |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 45 / DAYS |
VI.11 MISCELLANEOUS CONCRETE FORMED AND POURED | NO BID |
3,000 PSI | / PER CY |
4,000 PSI | / PER CY |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | / DAYS |
VI.12 REBAR | NO BID |
ITEMS TO BE USED WITH MISCELLANEOUS | / PER LB |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | / DAYS |
VI.13 REMOVE CONCRETE SIDEWALK / DRIVEWAY (2500 PSI) | |
4" THICKNESS: | |
0 - 100 SF | $25.00 / PER SF |
101 - 250 SF | $25.00 / PER SF |
251 - 500 SF | $20.00 / PER SF |
OVER 500 SF | $20.00 / PER SF |
Ajax Paving Industries of Florida | ||
One Ajax Drive | ||
North Venice, FL | ||
SECTION VI - CURB AND GUTTER, SIDEWALKS AND DRIVEWAYS | ||
6" THICKNESS: | ||
0 - 100 SF | $25.00 / PER SF | |
101 - 250 SF | $25.00 / PER SF | |
251 - 500 SF | $20.00 / PER SF | |
OVER 500 SF | $20.00 / PER SF | |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 45 / DAYS | |
VI.14 REMOVE CONCRETE CURB & GUTTER | ||
0 - 100 SF | $25.00 / PER SF | |
101 - 250 SF | $25.00 / PER SF | |
251 - 500 SF | $20.00 / PER SF | |
OVER 500 SF | $20.00 / PER SF | |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 45 / DAYS | |
VI.15 CONSTRUCT ASPHALT SIDEWALK / DRIVEWAY - Price to include excavation, asphalt material, labor and equipment | NO BID | |
SAND ASPHALT - HOT MIX - 1200# | ||
4' x 4" | / PER LF | |
5' x 4" | / PER LF | |
6' x 4" | / PER LF | |
8' x 4" | / PER LF | |
4' x 6" | / PER LF | |
5' x 6" | / PER LF |
Ajax Paving Industries of Florida | |
One Ajax Drive | |
North Venice, FL | |
SECTION VI - CURB AND GUTTER, SIDEWALKS AND DRIVEWAYS | |
6' x 6" | / PER LF |
8' x 6" | / PER LF |
ASPHALTIC CONCRETE - TYPE III | |
4' x 4" | / PER LF |
5' x 4" | / PER LF |
6' x 4" | / PER LF |
8' x 4" | / PER LF |
4' x 6" | / PER LF |
5' x 6" | / PER LF |
6' x 6" | / PER LF |
8' x 6" | / PER LF |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | / DAYS |
VI.16 PREPARATION FOR CURB & GUTTER (NEW NOT REPLACED) | |
PREPARATION +/- 6" | $10.00 / PER LF |
ADDITIONAL FILL | $50.00 / PER CY |
ADDITIONAL EXCAVATION | $50.00 / PER CY |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | 45 / DAYS |
VI.17 CONCRETE PUMPING | NO BID |
CONCRETE PUMPED | / HOUR |
CONCRETE PUMPED | / DAY |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | / DAYS |
Ajax Paving Industries of Florida | |
One Ajax Drive | |
North Venice, FL | |
SECTION VI - CURB AND GUTTER, SIDEWALKS AND DRIVEWAYS | |
VI.18 ADA TRUNCATED DOME FURNISHED/INSTALLED | NO BID |
Furnish and Install | / SQ FT |
DELIVERY DAYS AFTER RECEIPT OF ORDER: | / DAYS |
VI.19 STANDARD MAIL BOX RELOCATE | NO BID EACH |
VI.20 IRRIGATION CAP | NO BID EACH |
EXHIBIT C, AFFIDAVIT OF NO CONFLICT
STATE OF Florida COUNTY OF Sarasota
BEFORE ME, the undersigned authority, this day personally appeared [INSERT NAME] Christie Alvaro, Asst. Corp. Sec. as [INSERT TITLE] Asst. Corp. Secretary of [INSERT CONTRACTOR NAME]
Ajax Paving Industries of Florida, LL (hereinafter "CONTRACTOR") with full authority to
bind CONTRACTOR, who being first duly sworn, deposes and says that CONTRACTOR:
Is not currently engaged and will not become engaged in any obligations, undertakings or contracts that will require CONTRACTOR to maintain an adversarial role against the County or that will impair or influence the advice, recommendations or quality of work provided to the County; and
Has provided full disclosure of all potentially conflicting contractual relationships and full disclosure of contractual relationships deemed to raise a question of conflict(s); and
Has provided full disclosure of prior work history and qualifications that may be deemed to raise a possible question of conflict(s).
---
. v 0,
day Aof. .t;Jj - OR {: =-;.
,'
RACTO
=.-0 SEAL \
'202--0-
Signature '\e ri l -1:_isst. Corp. Sec.
. :
08 : 6 E
Affiant makes this Affidavit for the purpose of inducing Manatee County, a political subdivision of the State of Florida, to enter into this Agreement No. 20-TA003287CD for.
The foregoing instrument was-/ eir·rno·l G!-"acknowledged before me this 17th day
l,c.,,, \\
of August , 20 ,'tf[NAME]_C_h_r_is_ti_e_A_lv_a_r_o _
-- as [TITLE] Asst. Corp. Secretary of [CONTRACTOR] Ajax Paving Industries of Florida, LLC
.He / She is known to me or has produced
i n ifi i
. . ,G 3loI \o9 \
n/a - (personally known) [TYPE OF IDENTIFICATION] as
[! :·1 Notary Public · State of Florid.I
Ji Commission If GG 361691
···......'?!_.f;. , My Comm. Expires Au! 1, 2023
Bonded through National Notary Assn.
..- ,,c;
JENNIFER KLINE
C
/
EXHIBIT D, INSURANCE AND BOND REQUIREMENTS
The CONTRACTOR will not commence work under the resulting Agreement until all insurance coverages indicated by an “X” herein have been obtained. The CONTRACTOR shall obtain and submit to the Procurement Division within ten (10) calendar days from the date of notice of intent to award, at its expense, the following minimum amounts of insurance (inclusive of any amounts provided by an umbrella or excess policy): Work under this Agreement cannot commence until all insurance coverages indicated herein have been obtained on a standard ACORD form (inclusive of any amounts provided by an umbrella or excess policy):
Automobile Liability Insurance Required Limits
Coverage must be afforded under a per occurrence policy form including coverage for all owned, hired and non-owned vehicles for bodily injury and property damage of not less than:
$1,000,000 Combined Single Limit; OR
$ 500,000 Bodily Injury and $500,000 Property Damage
$10,000 Personal Injury Protection (No Fault)
$500,000 Hired, Non-Owned Liability
$10,000 Medical Payments
This policy shall contain severability of interests’ provisions.
Commercial General Liability Insurance Required Limits (per Occurrence form only; claims-made form is not acceptable)
Coverage shall be afforded under a per occurrence policy form, policy shall be endorsed and name ‘Manatee County, a political subdivision of the State of Florida’ as an Additional Insured, and include limits not less than:
$1,000,000 Single Limit Per Occurrence
$2,000,000 Aggregate
$1,000,000 Products/Completed Operations Aggregate
$1,000,000 Personal and Advertising Injury Liability
$50,000 Fire Damage Liability
$10,000 Medical Expense, and
$1,000,000, Third Party Property Damage
$ Project Specific Aggregate (Required on projects valued at over
$10,000,000)
This policy shall contain severability of interests’ provisions.
Employer’s Liability Insurance
Coverage limits of not less than:
$100,000 Each Accident
$500,000 Disease Each Employee
$500,000 Disease Policy Limit
Worker’s Compensation Insurance
US Longshoremen & Harbor Workers Act Jones Act Coverage
Coverage limits of not less than:
Statutory workers’ compensation coverage shall apply for all employees in compliance with the laws and statutes of the State of Florida and the federal government.
If any operations are to be undertaken on or about navigable waters, coverage must be included for the US Longshoremen & Harbor Workers Act and Jones Act.
Should ‘leased employees’ be retained for any part of the project or service, the employee leasing agency shall provide evidence of Workers’ Compensation coverage and Employer’s Liability coverage for all personnel on the worksite and in compliance with the above Workers’ Compensation requirements. NOTE: Workers’ Compensation coverage is a firm requirement. Elective exemptions are considered on a case-by-case basis and are approved in a very limited number of instances.
Aircraft Liability Insurance Required Limits
Coverage shall be afforded under a per occurrence policy form, policy shall be endorsed and name ‘Manatee County a political subdivision of the State of Florida’ as an Additional Insured, and include limits not less than:
$ Each Occurrence Property and Bodily Injury with no less than $100,000 per passenger each occurrence or a ‘smooth’ limit.
$ General Aggregate.
Un-Manned Aircraft Liability Insurance (Drone)
Coverage shall be afforded under a per occurrence policy form, policy shall be endorsed and name ‘Manatee County a political subdivision of the State of Florida’ as an Additional Insured, and include limits not less than:
$ Each Occurrence Property and Bodily Injury; Coverage shall specifically include operation of Unmanned Aircraft Systems (UAS), including liability and property damage.
$ General Aggregate
Installation Floater Insurance
When the contract or agreement does not include construction of, or additions to, above ground building or structures, but does involve the installation of machinery or equipment, Installation Floater Insurance shall be afforded under a per occurrence policy form, policy shall be endorsed and name “Manatee County, a political subdivision of the State of Florida” as an Additional Insured, and include limits not less than:
100% of the completed value of such addition(s), building(s), or structure(s)
Professional Liability and/or Errors and Omissions (E&O) Liability Insurances Coverage shall be afforded under either an occurrence policy form or a claims-made policy form. If the coverage form is on a claims-made basis, then coverage must be maintained for a minimum of three years from termination of date of the contract. Limits must not be less than:
$ 1,000,000 Bodily Injury and Property Damage Each Occurrence
$ 2,000,000 General Aggregate
Builder’s Risk Insurance
When the contract or agreement includes the construction of roadways and/or the addition of a permanent structure or building, including the installation of machinery and/or equipment, Builder’s Risk Insurance shall be afforded under a per occurrence policy form, policy shall be endorsed and name “Manatee County, a political subdivision of the State of Florida” as an Additional Insured, and include limits not less than:
An amount equal to 100% of the completed value of the project, or the value of the equipment to be installed
The policy shall not carry a self-insured retention/deductible greater than $10,000
Coverage shall be for all risks and include, but not be limited to, storage and transport of materials, equipment, supplies of any kind whatsoever to be used on or incidental to the project, theft coverage, and Waiver of Occupancy Clause Endorsement, where applicable.
Cyber Liability Insurance
Coverage shall comply with Florida Statute 501.171, shall be afforded under a per occurrence policy form, policy shall be endorsed and name ‘Manatee County, a political subdivision of the State of Florida’ as an Additional Insured, and include limits not less than:
$ Security Breach Liability
$ Security Breach Expense Each Occurrence
$ Security Breach Expense Aggregate
$ Replacement or Restoration of Electronic Data
$ Extortion Threats
$ Business Income and Extra Expense
$ Public Relations Expense
NOTE: Policy must not carry a self-insured retention/deductible greater than $25,000.
Hazardous Materials Insurance (As Noted Below)
Hazardous materials include all materials and substances that are currently designated
or defined as hazardous by the law or rules of regulation by the State of Florida or federal government.
All coverage shall be afforded under either an occurrence policy form or a claims-made policy form, and the policy shall be endorsed and name ‘Manatee County, a political subdivision of the State of Florida’ as an Additional Insured. If the coverage form is on a claims-made basis, then coverage must be maintained for a minimum of three years from termination of date of the contract. Limits must not be less than:
Pollution Liability
Amount equal to the value of the contract, subject to a $1,000,000 minimum, for Bodily Injury and Property Damage to include sudden and gradual release, each claim and aggregate.
Asbestos Liability (If handling within scope of Contract)
Amount equal to the value of the contract, subject to a $1,000,000 minimum, for Bodily Injury and Property Damage to include sudden and gradual release, each claim and aggregate.
Disposal
When applicable, CONTRACTOR shall designate the disposal site and furnish a Certificate of Insurance from the disposal facility for Environmental Impairment Liability Insurance covering liability.
Amount equal to the value of the contract, subject to a $1,000,000 minimum, for Liability for Sudden and Accidental Occurrences, each claim and an aggregate.
Amount equal to the value of the contract, subject to a $1,000,000 minimum, for Liability for Non-Sudden and Accidental Occurrences, each claim and an aggregate.
Hazardous Waste Transportation Insurance
CONTRACTOR shall designate the hauler and have the hauler furnish a Certificate of Insurance for Automobile Liability insurance with Endorsement MCS-90 for liability arising out of the transportation of hazardous materials. EPA identification number shall be provided.
All coverage shall be afforded under either an occurrence policy form or a claims-made policy form and the policy shall be endorsed and name “Manatee County, a political subdivision of the State of Florida” as an Additional Insured. If the coverage form is on a claims-made basis, then coverage must be maintained for a minimum of three years from termination of date of the contract. Limits must not be less than:
Amount equal to the value of the contract, subject to a $1,000,000 minimum, per accident.
Liquor Liability Insurance
Coverage shall be afforded under a per occurrence policy form, policy shall be endorsed
and name “Manatee County, a political subdivision of the State of Florida” as an Additional Insured, and include limits not less than:
$1,000,000 Each Occurrence and Aggregate
Garage Keeper’s Liability Insurance
Coverage shall be required if the maintenance, servicing, cleaning or repairing of any County motor vehicles is inherent or implied within the provision of the contract.
Coverage shall be afforded under a per occurrence policy form, policy shall be endorsed and name “Manatee County, a political subdivision of the State of Florida” as an Additional Insured, and include limits not less than:
Property and asset coverage in the full replacement value of the lot or garage.
Bailee’s Customer Liability Insurance
Coverage shall be required for damage and/or destruction when County property is temporarily under the care or custody of a person or organization, including property that is on, or in transit to and from the person or organization’s premises. Perils covered should include fire, lightning, theft, burglary, robbery, explosion, collision, flood, earthquake and damage or destruction during transportation by a carrier.
Coverage shall be afforded under a per occurrence policy form, policy shall be endorsed and name “Manatee County, a political subdivision of the State of Florida” as an Additional Insured, and include limits not less than:
Property and asset coverage in the full replacement value of the County asset(s) in the CONTRACTOR’S care, custody and control.
Hull and Watercraft Liability Insurance
Coverage shall be afforded under a per occurrence policy form, policy shall be endorsed and name “Manatee County, a political subdivision of the State of Florida” as an Additional Insured, and include limits not less than:
$ Each Occurrence
$ General Aggregate
$ Fire Damage Liability
$10,000 Medical Expense, and
$ Third Party Property Damage
$ Project Specific Aggregate (Required on projects valued at over
$10,000,000)
Other [Specify]
REQUIRED BONDS
Bid Bond
A Bid Bond in the amount of $ or % of the total offer. Bid bond shall be submitted with the sealed response and shall include project name, location, and / or address and project number. In lieu of the bond, the bidder may file an alternative form of security in the amount of $ or % of the total offer. in the form of a money order, a certified check, a cashier’s check, or an irrevocable letter of credit issued to Manatee County. NOTE: A construction project over $200,000 requires a Bid Bond in the amount of 5% of the total bid offer.
Payment and Performance Bond
Prior to providing services for a project pursuant to a release order over $100, 000.00, a Payment and Performance Bond shall be submitted by Successful Bidder for 100% of the release order amount and shall be presented to Manatee County within ten (10) calendar days of issuance of the notice of intent to award. NOTE: A construction project over $200,000 requires a Payment and Performance Bond.
INSURANCE REQUIREMENTS
THE POLICIES ARE TO CONTAIN, OR BE ENDORSED TO CONTAIN, THE FOLLOWING
PROVISIONS:
Commercial General Liability and Automobile Liability Coverages
“Manatee County, a Political Subdivision of the State of Florida,” is to be named as an Additional Insured in respect to: Liability arising out of activities performed by or on behalf of the CONTRACTOR, his agents, representatives, and employees; products and completed operations of the CONTRACTOR; or automobiles owned, leased, hired or borrowed by the CONTRACTOR. The coverage shall contain no special limitation(s) on the scope of protection afforded to the COUNTY, its officials, employees or volunteers.
In addition to furnishing a Certificate of Insurance, the CONTRACTOR shall provide the endorsement that evidences Manatee COUNTY being listed as an Additional Insured. This can be done in one of two ways: (1) an endorsement can be issued that specifically lists “Manatee County, a Political Subdivision of the State of Florida,” as Additional Insured; or, (2) an endorsement can be issued that states that all Certificate Holders are Additional Insured with respect to the policy.
The CONTRACTOR'S insurance coverage shall be primary insurance with respect to the COUNTY, its officials, employees and volunteers. Any insurance or self-insurance maintained by the COUNTY, its officials, employees or volunteers shall be excess of CONTRACTOR's insurance and shall be non- contributory.
The insurance policies must be on an occurrence form.
Workers' Compensation and Employers' Liability Coverages
The insurer shall agree to waive all rights of subrogation against the COUNTY, its officials, employees and volunteers for losses arising from work performed by the CONTRACTOR for the COUNTY.
General Insurance Provisions Applicable To All Policies:
Prior to the execution of contract, or issuance of a Purchase Order, and then annually upon the anniversary date(s) of the insurance policy’s renewal date(s) for as long as this contract remains in effect, CONTRACTOR shall furnish the COUNTY with a Certificate(s) of Insurance (using an industry accepted certificate form, signed by the Issuer, with applicable endorsements, and containing the solicitation or contract number, and title or description) evidencing the coverage set forth above and naming “Manatee County, a Political Subdivision of the State of Florida” as an Additional Insured on the applicable coverage(s) set forth above.
If the policy contains an aggregate limit, confirmation is needed in writing (letter, email, etc.) that the aggregate limit has not been eroded to procurement representative when supplying Certificate of Insurance.
In addition, when requested in writing from the COUNTY, CONTRACTOR will provide the COUNTY with a certified copy of all applicable policies. The address where such certificates and certified policies shall be sent or delivered is as follows:
Manatee County, a Political Subdivision of the State of Florida Attn: Risk Management Division
1112 Manatee Avenue West, Suite 969
Bradenton, FL 34205
The project’s solicitation number and title shall be listed on each certificate.
CONTRACTOR shall provide thirty (30) days written notice to the Risk Manager of any cancellation, non-renewal, termination, material change, or reduction in coverage of any insurance policies to procurement representative including solicitation number and title with all notices.
CONTRACTOR agrees that should at any time CONTRACTOR fail to meet or maintain the required insurance coverage(s) as set forth herein, the COUNTY may terminate this contract.
The CONTRACTOR waives all subrogation rights against COUNTY, a Political Subdivision of the State of Florida, for all losses or damages which occur during the contract and for any events occurring during the contract period, whether the suit is brought during the contract period or not.
The CONTRACTOR has sole responsibility for all insurance premiums and policy deductibles.
It is the CONTRACTOR'S responsibility to ensure that his agents, representatives and subcontractors comply with the insurance requirements set forth herein. CONTRACTOR shall include his agents, representatives, and subcontractors working on the project or at the worksite as insured under its policies, or CONTRACTOR shall furnish separate certificates and endorsements for each agent, representative, and subcontractor working on the project or at the worksite. All coverages for agents, representatives, and subcontractors shall be subject to all of the requirements set forth to the procurement representative.
All required insurance policies must be written with a carrier having a minimum
A.M. Best rating of A- FSC VII or better. In addition, the COUNTY has the right to review the CONTRACTOR’s deductible or self-insured retention and to require that it be reduced or eliminated.
CONTRACTOR understands and agrees that the stipulated limits of coverage listed herein in this insurance section shall not be construed as a limitation of any potential liability to the COUNTY, or to others, and the COUNTY’S failure to request evidence of this insurance coverage shall not be construed as a waiver of CONTRACTOR’S obligation to provide and maintain the insurance coverage specified.
CONTRACTOR understands and agrees that the COUNTY does not waive its immunity and nothing herein shall be interpreted as a waiver of the COUNTY’S rights, including the limitation of waiver of immunity, as set forth in Florida Statutes 768.28, or any other statutes, and the COUNTY expressly reserves these rights to the full extent allowed by law.
No award shall be made until the Procurement Division has received the Certificate of Insurance in accordance with this section.
BONDING REQUIREMENTS
Bid Bond/Certified Check. By submitting a proposal, the CONTRACTOR agrees should its proposal be accepted, to execute the form of Agreement and present the same to COUNTY for approval within ten (10) calendar days after notice of intent to award.
The CONTRACTOR further agrees that failure to execute and deliver said form of Agreement within ten (10) calendar days will result in damages to COUNTY and as guarantee of payment of same a bid bond/certified check shall be enclosed within the submitted sealed proposal in the amount of five (5%) percent of the total amount of the proposal. The CONTRACTOR further agrees that in case the CONTRACTOR fails to enter into an Agreement, as prescribed by COUNTY, the bid bond/certified check accompanying the proposal shall be forfeited to COUNTY as agreed liquidated damages. If COUNTY enters into an agreement with a CONTRACTOR, or if COUNTY rejects any and/or all proposals, accompanying bond will be promptly returned.
Payment and Performance Bonds. Prior to commencing work, the CONTRACTOR shall obtain, for the benefit of and directed to COUNTY, a Payment and Performance Bond satisfying the requirements of Section 255.05, Florida Statutes, covering the faithful performance by the CONTRACTOR of its obligation under the Contract Documents, including but not limited to the construction of the project on the project site and the payment and obligations arising thereunder, including all payments to Subcontractors, laborers, and materialmen. The surety selected by the CONTRACTOR to provide the Payment and Performance Bond shall be approved by COUNTY prior to issuance of such Bond, which approval shall not be unreasonably withheld or delayed provided that surety is rated A- or better by Best’s Key Guide, latest edition.
Failure to provide the required bonds on the prescribed form may result in CONTRACTOR being deemed nonresponsive. Bonds must be in the form prescribed in Section 255.05, Florida Statutes, and must not contain notice, demand or other terms and conditions, including informal pre-claim meetings, not provided for in Section 255.05, Florida Statutes.
Bonds shall be in an amount equal to 100% of the contract price issued by a duly authorized and nationally recognized surety company, authorized to do business in the State of Florida, satisfactory to COUNTY. Surety shall be rated as “A-” or better by Best’s Key Guide, latest edition. The attorney-in-fact who signs the bonds must file with the bonds, a certificate and effective dated copy of power-of-attorney. Payment and Performance Bonds shall be issued to “Manatee County, a political subdivision of the State of Florida”, within ten (10) calendar days after issuance of notice of intent to award.
In addition, pursuant to Section 255.05(1)(b), Florida Statutes, prior to commencing work, the CONTRACTOR shall be responsible and bear all costs associated to record the Payment and Performance Bond with the Manatee County Clerk of the Circuit Court. A certified copy of said recording shall be furnished to the Procurement Division upon filing. Pursuant to Section 255.05(1)(b), Florida Statutes, COUNTY will make no payment to the CONTRACTOR until the CONTRACTOR has complied with this paragraph.
Furnishing Payment and Performance Bonds shall be requisite to execution of an Agreement with COUNTY. Said Payment and Performance Bonds will remain in force for the duration of this Agreement with the premiums paid by the CONTRACTOR. Failure of
the CONTRACTOR to execute such Agreement and to supply the required bonds shall be just cause for cancellation of the award. COUNTY may then contract with the next lowest, responsive and responsible CONTRACTOR or re-advertise this RFP.
Failure of COUNTY at any time to require performance by the CONTRACTOR of any provisions set out in the resulting Agreement will in no way affect the right of COUNTY, thereafter, to enforce those provisions.
[Remainder of page intentionally left blank]
CONTRACTOR’S INSURANCE STATEMENT
THE UNDERSIGNED has read and understands the aforementioned insurance and bond requirements of this Agreement and shall provide the insurance and bonds required by this section within ten (10) days from the date of notice of intent to award.
Date:
Contractor’s Name:
Authorized Signature:
Printed Name/Title:
Insurance Agency:
Agent Name:
Agent Phone:
Surety Agency:
Surety Name:
Surety Phone:
Please return this completed and signed statement with your agreement.
8/17/2020
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. | |||||
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the pollcy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). | |||||
PRODUCER | t Me:' ' Linda Weal | ||||
Guy Hurley, LLC : | |||||
989 E. South Boulevard | |||||
Suite 200 | INSURERlS) AFFORDING COVERAGE | NAIC # | |||
Rochester Hills | MI | 48307 | INSURER A : The Travelers Indemnity Co. | A+XV | 25658 |
INSURED | INSURER B: XL Insurance America Inc. | A+XV | 24554 | ||
Ajax Paving Industries of Florida, LLC | INSURER C :ACIG Insurance Company | A VIII | 19984 | ||
One Ajax Drive | INSURER D: Travelers Prop Casualty Co. | A+XV | 25674 | ||
INSURER E: | |||||
North Venice FL 34275 | INSURER F: |
ACORD® CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/00/YYYY)
COVERAGES CERTIFICATE NUMBER: 20-21 Kara REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
,.,en POLICY NUMBER
INSR ADDL SUBR POLiC'(Ecc POUC'(E'Xl'
LTR TYPE OF INSURANCE u,n,n IMM/DDlYYYYI IMM/00/YYYYI LIMITS
A -u
[i]occuR
tMAut: ,u Kt:.N, cu
5,000
X COMMERCIAL GENERAL LIABILITY
CLAIMS-MADE
XCU Covera2e Included
=7
L Contractual Liabiliti
X y VTC2KCO8A097342
6/1/2020
6/1/2021
EACH OCCURRENCE
REMISES IEa occ:urrenml
MED EXP (Any one person) PERSONAL & ADV INJURY
s 2,000,000
s 300,000
s
$ 2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
POLICY0 rg: DLoc
OTT-tER:
-AUTOMOBILE LIABILITY
-
-X ANY AUTO
GENERAL AGGREGATE
PRODUCTS - COMP/OP AGG
li,OMBINED SINGLE LIMrT
Ea acddenll
BODILY INJURY (Per person)
$ 4,000,000
$ 4,000,000
$
$ 2,000,000
$
ALL 0\11/NED
- AUTOS
-X HIRED AUTOS
-X UMBRELLA LIAB
SCHEDULED AUTOS
-X
NON-0\11/NED
AUTOS
HOCCUR
X y VTC2KCAPBA097354
6/1/2020
6/1/2021
BODILY INJURY (Per accidenl)
racd
ROPERJY AMAGE
1)111
EACH OCCURRENCE
$
s
s
s 5,000,000
EXCESS LIAB CLAIMS-MADE
DED I I RETENTION. $
US00091416LI
6/1/2020
6/1/2021
AGGREGATE s s,000,000
s
WORKERS COMPENSATION AND EMPLOYERS" LIABILITY
0
Y/N
XI Hf LITE I I
Ulri-
ER
ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED?
(Mandatory In NH)
If yes, describe under
DESCRIPTION OF OPE.RATIONS below
N/A
WCA000004620
6/1/2020
6/1/2021
E L EACH ACCIDENT -S 1.000 000 E L DISEASE - EA EMPLOYEE .s 1 000 000 E L DISEASE. POLICY LIMIT s 1 000 000
Inland Marine
QT6308A099255
6/1/2020
6/1/2021
Leased/Rented $550,000
DESCRIPTION OF OPERATIONS/ LOCATIONS/ VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required)
Re: No. 20-TA003287CD-Road Building Materials and Services. 'Manatee County, a political subdivision of the State of Florida is an Additional Insured for General Liability including products and completed operations and Automobile Liability when required by written contract. Waiver of Subrogation applies in favor of the Additional Insureds for General Liability andAutomobile Liability when required by written contract; unless prohibited by specific state law.
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE | |
Manatee County Attn: Risk Management Division | THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. |
1112 Manatee Avenue West Suite 969 | |
AUTHORIZED REPRESENTATIVE | |
Bradenton, FL 34205 I | Richard McGregor/WEAL |
ACORD 25 (2014/01)
INS025 (201401)
© 1988-2014 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
The technical specifications provide for the clarification of what standards and specifications are to be utilized in submittal of your bid.
Where referenced the governing standards and specifications are:
FDOT specifications can be found at: http://www.dot.state.fl.us/specificationsoffice/
Manatee County Specifications (Utility Design Standards, Transportation Design Standards and Storm Water Design Standards) can be found at: http://www.mymanatee.org/home/government/departments/public-works/engineering- services/engineering-standards.html
ASTM, AASHTO, AMRL and CMEC specifications can be found at: http://www.astm.org/
Florida Building Code can be found at: http://www.floridabuilding.org/
Florida Department of Environmental Regulation can be found: http://www.dep.state.fl.us/
Florida Department of Natural Resources can be found at: http://myfwc.com/
U.S. Environmental Protection Agency can be found at: http://www.epa.gov/
DESCRIPTION OF WORK IN SUPPORT OF REFERENCED FDOT BID ITEMS
All FDOT referenced sections and/or bid items shall follow the specified scope in the current edition unless otherwise specified.
DESCRIPTION OF WORK IN SUPPORT OF NON – REFERENCED FDOT BID ITEMS
All non-referenced FDOT sections and/or bid items shall follow the noted specification designator.
BASIS OF PAYMENT IN SUPPORT OF REFERENCED FDOT BID ITEMS
All FDOT referenced sections and/or bid items will be paid per the appropriate unit of measure noted in the current specifications and on corresponding bid form.
BASIS OF PAYMENT IN SUPPORT OF NON - REFERENCED FDOT BID ITEMS
All bid items silent in the specifications will be paid per the item description and unit of measure noted on the corresponding bid form.
Note: Distance from Successful Bidders Plant to Manatee County Yard shall be based on Manatee County Yard located at 4680 66th ST W @ Cortez Road, Bradenton, Florida. Manatee County Yards are operational from 7:00 AM to 3:00 PM Monday through Friday, except for County holidays.
ZONES
Zones as designated as areas of the County to allow for prices various of the delivery of goods or the provision of services at different locations in a 750 + square mile county. When the bid sheet has a line item that mentions zones, it allows the bidder to use different pricing depending on where the work site is located to account for their costs.
SECTION I -- AGGREGATE
DESCRIPTION OF WORK
The work specified in this section shall reference FDOT specifications and American Society for Testing and Materials (ASTM) requirements as listed on Bid Form with the exception of I.16.
(I.16) CRUSHED CONCRETE BASE
The work specified in the bid item includes Crushed Concrete Base to follow FDOT Standard Specifications 2007 (rev 8-07) except that the Limerock Bearing Ratio (LBR) shall be minimum 150. The layer coefficient of 0.18 with LBR minimum150 is allowed to calculate the base thickness.
Only FDOT certified piles are acceptable to this solicitation. The producing process certified by FDOT without the actual pile certified is not considered solid enough for the acceptance of the material. The Successful Bidder shall provide the County deliver tickets with FDOT certified pile number, pile location, project name and manufactory contact information shown.
Additional tests and pile inspections will be required for the quality control and the Successful Bidder will be responsible for the cost of the initial ten tests and any re-tests when needed. The material will be rejected by the County if the initial test fails. The rejected material shall be completely removed from the project site.
Regarding structural number on Crushed Concrete Base, Manatee County to approve SN 0.18 if following criteria is met and maintained:
Limerock Bearing Ratio value of 150 or greater.
Gradation conforms to FDOT Specifications 2007 (rev 8-07).
Deleterious materials conform to FDOT Specifications2007 (rev 8-07)
Delivery ticket indicates FDOT approved source, actual lot allocated to a particular project.
Piles or lots to be inspected by Manatee County representative prior to acceptance.
Regarding Limerock Bearing Ratio value:
No Limerock Bearing Ratio value less than 150, with no under tolerance.
Regarding source approval:
FDOT approved source, allocated lot sufficient to serve County needs, delivery tickets stating FDOT approved source, project name, and FDOT preapproved lot or pile number.
Regarding deleterious materials:
Deleterious material content in addition to the FDOT Specifications2007 (rev 8-07) should state that no construction debris such as Styrofoam insulation, telephone wire, lumber, shingles, aluminum window or door frames etc., or household trash, ie: bottles, cans, paper goods etc. is acceptable.
Material source inspection:
Prior to acceptance of base product, a representative of Manatee County will visit the Producer’s location and obtain a sample of the proposed base for the specified project. In addition to sampling, the pile will be visually inspected for deleterious materials, substantial segregation, or any other undesirable characteristics. The pile shall have a traceable identification by pile number or lot number and an accurate quality assessment.
Import and placement of base product:
During import of base product, a county inspector or duly designated representative of the county will be onsite monitoring incoming loads, making visual assessments of the product and checking load tickets for verification of materials.
After spreading out, prior to compacting, samples of the base product will be obtained by Manatee County approved testing lab, every 500 LF staggering right, left, center of the roadway for Limerock Bearing Ratio, gradation and deleterious material testing.
Rejection of materials:
Material not meeting above requirements will be subject to rejection and be removed from the project site. Any three (3) concurrent rejections will require immediate shut down of imported material and require review and remedies prior to restart.
Compaction of material:
In place material shall achieve 98% of AASHTO T-180 compaction.
(I.16) BASIS OF PAYMENT
All bid items specified shall be paid under the ton pay item for Crushed Concrete Base on the Bid Form.
SECTION II - LIQUID ASPHALT
DESCRIPTION OF WORK
The work specified in this section shall reference FDOT Section 300 Prime and Tack Coats.
BASIS OF PAYMENT
All bid items specified shall be paid under the gallon pay item for Liquid Asphalt on the Bid Form.
SECTION III – PAVEMENT BASE CONSTRUCTION
DESCRIPTION OF WORK
The work specified in this section shall reference FDOT specifications, Manatee County Specifications (Utility Design Standards, Transportation Design Standards and Storm Water Design Standards) and specified heavy equipment models as listed on the Bid Form. The following bid items III.4, III.5, III.7, III.8, III.9, III.10, III.11, III.12
reference see specification.
(III.4) EXCAVATION (DIRT REMOVAL)
The work specified in this section includes excavation involving the excavation and utilization or disposal of all materials necessary for the construction of the project.
This includes both roadway and subsoil excavation.
(III.4) BASIS OF PAYMENT
All bid items specified shall be paid under the cubic yard pay items for Excavation (Dirt Removal) and Special Excavation Removal of Deleterious Materials Loading and Hauling on the Bid Form.
(III.5) GRADE AND SHAPE FORESLOPE, BACKSLOPE, & PULLING OF DITCHES
The work specified in this section includes all equipment and labor required to establish new ditches to grade, place, shape, compact both foreslope and backslope as required to insure proper drainage. This item does not include fill material or sod.
(III.5) BASIS OF PAYMENT
The bid item specified shall be paid under the square yard pay item for Grade and Shape Foreslope, Backslope, & Pulling of Ditches on the Bid Form.
(III.7) FILL DIRT PLACING (PLACE, SHAPE AND COMPACT FILL)
The work specified in this section consists of the placing of fill dirt to address transitions in elevations to natural ground.
(III.7) BASIS OF PAYMENT
All bid items specified shall be paid under the cubic yard pay item for Fill Dirt Placing on the Bid Form.
(III.8) DESCRIPTION OF WORK for HYDRO-SEEDING and HYDRO-MULCHING
The work specified in this section includes the furnishing of all labor, equipment and material required to grass by either regular or Hydro-Seeding and Hydro-Mulching shoulders, slopes and other designated areas. This includes all seed, fertilizer, mulch and water required for the slurry mix. Work shall include final preparation of the ground for seeding. Hydro Seeding for grassing on the right-of-way of Manatee County highways. Basic specification for this work is Florida Department of Transportation's Standard Specifications for Road and Bridge Construction - 2007.
WATER (Reference III.12)
The quantity of water ordered at the specific time of its being applied will be paid for separately per thousand gallons actually applied. This in accordance with Paragraph 570-
6.6 of the FDOT specifications.
The following water schedule should be planned in case rain does not provide the necessary moisture. One and one-half to two gallons per square yard shall be applied twice weekly for three weeks or until such time as the roots are well established. An example of a wetting agent such as "Aquagro" shall be added. (http://tirmsdev.com/Aquatrols-Corporation-of-America-Inc-AquaGro-2000G-p12080)
FERTILIZER
Must adhere to Manatee County Fertilizer Ordinance 11-21. (Attachment “F”- end of document).
MULCH (part of III.8)
Cellulose fiber - 1000/1300 pounds per acre; soil binder 5 to 40 pounds acre may be added on steep slopes. Soil binder will be paid separately.
GRASS SEED (part of III.8)
Permanent Grass Seed:
40/100 pounds per acre - Pensacola Bahia
10/20 pounds per acre - Bermuda
Starter Grass Seed:
May 1 through October 15 - Millet 40 pounds per acre
April, October 15 to November - Millet 20 pounds
- Rye 20 pounds
November 15 through March 31 - Rye 40 pounds per acre
(III.8) BASIS OF PAYMENT
All bid items specified shall be paid under the square yards pay item for hydro-seeding and hydro-mulching on the Bid Form.
(III.9) (BAHIA), (III.10) (ST. AUGUSTINE), (III.11) (BERMUDA) REFERENCE SODDING (FDOT 2007 edition) AND (III.12) WATER FOR SEEDING, SODDING & TREES
DESCRIPTION OF WORK.
The work specified in this section includes establishing a stand of grass within the specified areas, by furnishing and placing sod, and rolling, fertilizing, watering, and maintaining the sodded areas to ensure a healthy stand of grass.
Materials
Meet the following requirements:
Sod ..981-2 (FDOT 2007)
Construction Methods for (III.9, III.10, III.11 and III.12)
Preparation of Ground: Scarify or loosen the areas requiring sod to a depth of 6 inches. On areas where the soil is sufficiently loose, particularly on shoulders and fill slopes, the Engineer may authorize the elimination of the ground preparation. Limit preparation to those areas that can be sodded within 72 hours after preparation. Prior to sodding, thoroughly water areas and allow water to percolate into the soil. Allow surface moisture to dry before sodding to prevent a muddy soil condition.
Placing Sod: Place sod immediately after ground preparation. Do not use sod which has been cut for more than 72 hours. Stack all sod that is not planted within 24 hours after cutting and maintain proper moist condition. Do not sod when weather and soil conditions are unsuitable for proper results. Pre-wet the area prior to placing sod. Do not place sod on eroded or washed out sites. Place the sod on the prepared surface, with edges in close contact, and embed it firmly and smoothly by light tamping with appropriate tools.
Place the sod to the edge of all the paving and shrub areas and 1 inch below adjoining pavement with an even surface and edge. Place rolled sod parallel with the roadway and cut any exposed netting even with the sod edge. Roll using a lightweight turf roller. Provide a true and even surface without any displacement of the sod or deformation. Where sodding in drainage ditches, stagger the setting of the sod pieces to avoid a continuous seam along the line of flow. Ensure that the offsets of individual strips do not exceed 6 inches. Tamp the outer pieces of sod to produce a featheredge effect. Peg sod at locations where the sod may slide. Drive pegs through sod blocks into firm earth, at intervals approved by the Engineer. Remove any sod as directed by the County.
(III.12) Watering: Thoroughly water the sod immediately after placing. Do not water in excess of 1 inch per week for establishment.
Maintenance: Maintain the sodded areas in a satisfactory condition until final acceptance of the project. Include in such maintenance the filling, leveling, and repairing of any washed or eroded areas, as may be necessary. The County will pay for resodding necessary due to factors determined collectively to be beyond the control of the Successful Bidder. Mow the sodded areas to a height of 6 inches when competing vegetation height exceeds 20 inches in height. Monitor placed sod for growth of pest plants and noxious weeds. If pest plants and/or noxious weeds manifest themselves within 30 days of placement of the sod, treat affected areas by means acceptable to the County at no expense to the County.
Method of Measurement (III.9, III.10 and III.11)
The quantities for the referenced items, completed and accepted are:
The area, in square yards, of sodding.
(III.9, III.10, III.11 and III.12) BASIS OF PAYMENT
All bid items specified shall be paid under the square yard pay item except for (III.12) which will be paid under the gallon pay item on the Bid Form.
(III.13) PAVEMENT REMOVAL
The work specified in this section includes all equipment and labor required to excavate, remove and dispose of asphalt surface or base and sub-base.
(III.13) BASIS OF PAYMENT
All bid items specified under (Pavement Removal) shall be paid under square yards pay item noted on the Bid Form.
(III.19) REWORKING AND SHOULDER SODDING ON EXISTING FACILITIES
The work specified in this section includes all equipment, labor and material to repair re- establish or to insure proper drainage along existing shoulders, county rights of way or facilities and establish a strand of grass. Price is to include sod.
(III.19) BASIS OF PAYMENT
All bid items specified under (Removal and Shouldering Sodding on Existing Facilities) shall be paid under the square yard pay item noted on the Bid Form.
(III.20) CLIPPING OF SHOULDER AND CLEANUP FOR RESURFACING
The work specified in this section includes all equipment and labor required to address shoulder directly parallel to paving projects and establish edge of pavement, removal of excess material and the pull back and cleanup of the clipped shoulder.
(III.20) BASIS OF PAYMENT
All bid items specified under (Clipping of Shoulder and Cleanup for Resurfacing) shall be paid under lineal foot for each shoulder clipped.
(III.21) CLIPPING SHOULDER AND REMOVAL OF MATERIAL TO ESTABLISH DRAINAGE FINISHED SURFACE TO BE SODDED OR HYDRO
The work specified in this section includes all equipment and labor required to remove and re-establish proper drainage along county roads. This includes the loading, hauling and disposal of material paid at truck measure per CY removal and per LF for each shoulder clipped. The finished grading will be uniform and ready for sodding or Hydro seeding. Price does not include sodding or Hydro seeding.
(III.21) BASIS OF PAYMENT
All bid items specified under (Clipping Shoulder and Removal of Material to Establish Drainage Finished Surface to be sodded or Hydro) shall be paid under lineal foot/cubic yard for pay item noted on the Bid Form.
(III.22) COLD MIX IN PLACE INJECTION OF EXISTING UNPAVED ROADS BASE STABILIZATION
The work specified in this section includes all equipment, labor and material required to stabilize an unpaved road base to a depth of 8”. The testing of existing material, the design mix may require additional materials as part of the process under this task. These items are:
Additional aggregate materials paid for in Tons, Emulsified Asphalt, paid for in Gallons,
Additives such as Portland cement or liquid asphalt, paid for in Tons.
and design mix for base stabilization will be included in the SY cost and finished base stabilization will meet FDOT Section 285 Optional Base Group standards.
(III.22) BASIS OF PAYMENT
All bid items specified under (Cold Mix in Place Injection of Existing Unpaved Roads Base Stabilization) shall be paid under respective pay item noted on the Bid Form.
(III.23) COLD RECYCLED BITUMINOUS BASE COURSE
The work specified in this section includes the in-place construction of a Cold In-Place Recycled (CIR) Bituminous Pavement Layer and shall consist of pulverizing, crushing, and screening of the in- situ bituminous materials to the depth and width shown on the plans. An emulsified asphalt binder agent, water, and other additives, if required, will then be incorporated into the pulverized material and thoroughly mixed. This material will then be spread and compacted in accordance with the plans and specifications and as directed by the County. It is the intent of this Blanket Purchase Order to recycle 100% of the existing asphalt pavement. This will include, but is not limited to, all existing asphalt pavement adjacent to all concrete curbing, storm sewer inlets, manholes, sanitary sewer manholes, and all utility valve boxes. The existing asphalt pavement in the above-described locations must be included in the recycling process in order to construct a bituminous pavement layer uniform in thickness throughout 100% of the proposed area.
Materials
Asphalt Emulsion: The type of asphalt emulsion to be used shall be determined by the mixture design. Bituminous material shall conform to the applicable requirements of the 2010 FDOT Standard Specifications for Road and Bridge Construction, Section 916. A representative from the asphalt emulsion supplier will be at the job site at the beginning of the project to monitor the characteristics and performance of the asphalt emulsion. Throughout the job, the representative will be available to monitor the project and make adjustments to the asphalt emulsion formulation as required.
Cold Pulverized Material: The cold pulverized recycled asphalt pavement (hereinafter referred to as RAP) material shall meet the following gradation requirement prior to the addition of the asphalt emulsion.
1) STANDARD | 2) METRIC | ||
Sieve Size | %Passing | Sieve Size | %Passing |
1.25” | 100 | 31.5 mm | 100 |
Note: The compacted pavement layer shall be placed at a thickness of a minimum of two
times the nominal size of the crushed RAP or 2.5 inches, whichever is greater, and to a maximum of 5 inches.
Mixture Design
A preconstruction mix design(s) shall be submitted to the County by the CIR Successful Bidder using materials obtained directly from the project site prior to construction. Mix design formulations shall be conducted in accordance with the guidelines located in Appendix 1- Mix Design Procedures for CIR. Permission to obtain materials from roadway must first be obtained from the County. All core holes must be immediately patched with cold patch. The mix design testing shall be conducted by an AASHTO Materials Reference Laboratory (AMRL) accredited laboratory. Based on RAP consistency throughout project limits, more than one mix design may be required.
The mix design(s) shall be signed and sealed by a registered professional engineer and meet the Mix Design Performance Criteria of Table 1 and be approved by the County prior to construction.
Table 1 – Mix Design Performance Criteria | ||
100 mm specimens shall be prepared in a Superpave Gyratory compactor. The mixture should meet the following criteria at the selected design asphalt emulsion content: | ||
Property | Criteria | Purpose |
Compaction effort, Superpave Gyratory Compactor AASHTO T312 | 1.25° angle, 600 kPa stress, 30 gyrations | Density Indicator |
Density, ASTM D2726 or equivalent | Report | Compaction Indicator |
Gradation for Design Millings, ASTM C117 | Report | |
*Marshall stability, ASTM D6926, D6927, 40°C | 1,250 lb min. | Stability Indicator |
**Resistance of Compacted Bituminous Mixture to Moisture Induced Damage AASHTO T283 - Retained stability based on cured stability | 70 % min. | Ability to withstand moisture damage |
Indirect Tensile Test, AASHTO T322, Modified in Appendix 2 | See Note in Appendix 2 | Cracking (Thermal) |
Raveling Test of Cold-Mixed Bituminous Emulsion Samples ASTM D7196, Modified in Appendix 3, 10ºC and 50% humidity | 2% max. | Raveling Resistance |
* Cured stability tested on compacted specimens after 60°C (140°F) curing to constant weight. | ||
**Vacuum saturation of 55 to 75 percent, water bath 25°C 23 hours, last hour at 40°C water bath |
Other Additives: If necessary, additives may be used to meet the requirements in Table
In the case that an additive is used, the type and allowable usage percentage must be described in the submitted design recommendation.
Addition of Imported Crushed Reclaimed Asphalt Pavement (RAP) Material: If available, imported RAP material may be added at the discretion of the County if the RAP material meets the requirements in Table 2. The crushed RAP shall be free from vegetation and all other deleterious materials, including silt and clay balls.
It shall meet the requirements for Deleterious Materials given in Table 2. The crushed RAP shall not exceed the maximum size requirement in Section 334-2.3 and when blended with the design millings, shall produce a product which meets the specifications given in Table 1.
SECTION TECHNICALSPECIFICATIONS
Table 2 - Imported Crushed RAP Criteria | ||
Property | Method | Limit |
Deleterious Materials: Clay Lumps and Friable Particles in Aggregate, % | ASTM C 142 or AASHTO T112 | 0.2% maximum |
Maximum size and Distribution | ASTM C 136 or AASHTO T 27 | Section 334-2.3 |
Additional Aggregate: Based on the results of mix design testing or other requirements, the CIR Successful Bidder shall determine if additional aggregate (“add- rock”) is required to comply with mix design performance criteria specified in Table 1.
Any additional aggregate shall meet the criteria specified in Table 3, and it shall be graded to produce a pavement layer which meets the mix design performance criteria specified in Table 1.
Table 3 - Additional Aggregate Criteria | ||
Property | Method | Limit |
Los Angeles abrasion value, % loss | AASHTO T96 | 40% maximum |
Sand Equivalent,% | ASTM D2419 | 60% minimum |
Maximum size and Distribution | ASTM C 136 or AASHTO T 27 | Section 334-2.2 |
Water absorption % | AASHTO T 85 | 5%_ maximum |
Equipment: Maintain all equipment in a satisfactory operating condition and in accordance with the 2010 FDOT Standard Specifications for Road and Bridge Construction, Section 100. The Cold In-Place Recycling shall be conducted with the equipment specified herein.
Milling Machine: A self-propelled cold milling machine that is capable of pulverizing the existing bituminous material in a single pass to the depth shown on the plans and to a minimum width of not less than 10 feet (3.05 m). The machine shall have automatic depth controls to maintain the cutting depth to within ¼ in (6 mm) of that shown on the plans and shall have a positive means for controlling cross slope elevations. The use of a heating device to soften the pavement will not be permitted.
Material Sizing Unit: A material sizing unit having screening and crushing capabilities to reduce the pulverized bituminous material to the size required by Section 334-2.3 prior to mixing with asphalt emulsion. The screening and crushing unit shall have a closed-circuit system capable of continuously returning oversized material to the crusher. All of the RAP (100%) shall be processed to the maximum size requirements as specified.
Mixing Unit: A mixing unit equipped with a belt scale for the continuous weighing of the pulverized and sized bituminous material and a coupled/interlocked computer controlled liquid metering device.
The mixing unit shall be an on-board completely self-contained pugmill. The liquid metering device shall be capable of automatically adjusting the flow of asphalt emulsion to compensate for any variation in the weight of pulverized material coming into the mixer. The metering device shall deliver the amount of asphalt emulsion to within 0.2 percent of the required design amount by weight of pulverized bituminous material (for example, if the design requires 3.0 percent, the metering device shall maintain the emulsion amount between 2.8 percent and 3.2 percent). The asphalt emulsion pump should be of sufficient capacity to allow emulsion contents up to 3.5% by weight of pulverized bituminous material. Also, automatic digital readings will be displayed for both the flow rate and total amount of pulverized bituminous material and asphalt emulsion in appropriate units of weight and time.
Pick-Up Machine: A pick-up machine may be used for transferring the recycled material from the windrow to the receiving hopper of the bituminous paver. The pick-up machine shall be capable of removing the entire windrow down to the remaining underlying material.
Bituminous Paver: A self-propelled conventional bituminous paver having electronic grade and cross slope control for the screed shall be utilized. The equipment shall be of sufficient size and power to spread and lay the mixture in one smooth continuous pass to the specified section and according to the plans.
Additive Metering Devices: Any additives such as water, lime slurry, etc. added by the equipment in FDOT sections 3.1-3.6 at the mill head or mixing unit shall be controlled through liquid metering devices capable of automatically adjusting for the variation in the weight of the pulverized material going into the mixing unit.
The metering devices shall be capable of delivering the amount of additive to within +/-
0.2 percent of the required design amount by weight of the pulverized bituminous material. A capability of adding up to 5% water by weight of the pulverized bituminous material, if necessary based on environmental and material requirements, is required. It will not be required to meter the water added at the milling machine to control dust in the screens, belts, or crusher/material sizing unit.
Rollers: All rollers shall be self-propelled. The number, weight and types of rollers shall be as necessary to obtain the required compaction. Employing at least one pneumatic- tired roller shall have a minimum gross operating weight of not less than 50,000 lbs. (22,600 kg) is recommended. Pneumatic rollers must have properly working scrapers and water spraying systems. In addition, employing at least one double drum vibratory steel- wheeled roller shall have a gross operating weight of not less than 20,000 lbs. (9,000 kg) and a width of 78 inches (1980 mm) is recommended. Double drum vibratory rollers must have properly working scrapers and water spraying systems.
Power Broom - A self-propelled power broom for removal of loose particles and other materials from the Recycled Pavement Layer surface shall be utilized. The broom shall have positive control on the downward pressure applied to the surface.
Construction Methods
Removal of Vegetation: Grass and other vegetation shall be removed from the edge of the existing pavement to prevent contamination of the pulverized bituminous material during the milling operation.
Milling: The existing pavement shall be milled to the required depth and width as indicated on the plans. Recycling shall be in a manner that does not disturb the underlying material in the existing roadway. The milling operation shall be conducted so that the amount of fines occurring along the vertical faces of the cut will not prevent bonding of the cold recycled materials. Use a small milling machine, if necessary, to mill longitudinally to the required depth as indicated on the plans along all curbs and gutters, utilities, inlets, around all manholes and any other structures not accessible or practical to be milled by the milling/mixing machine utilities.
The millings produced by the small mill will be the same as the large mill and of equal gradation to produce a uniform recycled pavement layer. Inlets/Catch Basins must be covered during the milling and recycling operation to prevent milled material from entering the catch basin area where it could contaminate and/or block the storm water system.
Processing: The pulverized bituminous material shall be processed by screening and crushing to the required gradation specified in FDOT Section 334-2.2. When a paving fabric is encountered during the CIR operation, the Successful Bidder shall make the necessary adjustments in equipment or operations so that at least ninety percent (90%) of the shredded fabric in the recycled material is no more than 5 in2 (3200 mm2). Additionally, no fabric piece shall have any dimension exceeding a length of 4 inches (100 mm). These changes may include, but not be limited to, adjusting the milling rate and adding or removing screens in order to obtain a specification recycled material.
The Successful Bidder shall be required to waste material containing over-sized pieces of paving fabric as directed by the County When the Successful Bidder is aware that paving fabric exists, such as indicated on the plans, the Successful Bidder will not receive additional payment. However, if the Successful Bidder is not made aware of the paving fabric, than the Successful Bidder shall receive additional payment for any necessary adjustments in equipment and operations.
Mixing: The recycled material shall be produced through a mixing unit capable of processing the pulverized material, asphalt emulsion and any additives to a homogeneous mixture. The asphalt emulsion shall be incorporated into the pulverized bituminous material at the initial rate determined by the mix design(s) and approved by the County.
Spreading: The material shall be spread using a self-propelled paver meeting the requirements of either paver in FDOT Sections 334-3.5 or 334-3.6. Heating of the paver screed will not be permitted. A pick-up machine may be used to transfer the windrowed material into the paver hopper if using a conventional paver as listed in FDOT Section
3.5. The pickup machine must be within 150 feet (45 m) of the mixing unit described in FDOT Section 334-4.4. The recycled material shall be spread in one continuous pass, without segregation and to the lines and grades established by the County.
Compaction: Compaction of the recycled mix shall be completed to thickness requirements of FDOT Section 334-2.2. During initial construction, rolling patterns and sequences shall be established through the construction of a control strip, approximately 400 feet in length and produced with the CIR equipment within the pavement section, to determine procedures that result in optimum compaction. Passes with various combinations of rollers and relative increases in density with roller passes shall be evaluated. The number of passes that results in no further increase in wet density and achieves the degree of compaction specified in FDOT Section 334-5.8 shall be selected as the rolling pattern and will establish a target wet density. Degree of compaction and wet density shall be measured using a nuclear moisture-density gauge in accordance with ASTM D2950, backscatter measurement mode.
Commence rolling once the emulsion has started to break. In all cases, the longitudinal joint must first be rolled followed by the rolling pattern established by the test strip. The selected rolling pattern shall be followed unless changes in the recycled mix or placement conditions occur and the established rolling pattern is causing damage to the mat or the required degree of compaction in unachievable.
These circumstances require the establishment of new rolling patterns and sequences through the construction of a new control strip. Rolling should start no more than 30 minutes behind the paver. Finish rolling should be completed no more than one hour after milling is completed. The following is the recommended rolling procedure:
Employ rollers meeting the requirements of FDOT Section 334-3.7. The longitudinal joint shall first be rolled followed by the rolling pattern established by the test strip. The initial pass for the rolling pattern established by the test strip should begin on the low side and progress to the high side by overlapping of longitudinal passes parallel to the pavement centerline. Rollers shall be operated at speeds appropriate for the type of roller and necessary to obtain the required degree of compaction and prevent defects in the mat. Rolling shall be continued until no displacement is occurring or until the pneumatic roller(s) is (are) walking out of the mixture. Final rolling to eliminate pneumatic tire marks and to achieve density shall be done by double drum steel roller(s), either operating in a static or vibratory mode. Vibratory mode should only be operated at a speed, frequency and amplitude shown not to damage thepavement.
When possible, rolling shall not be started or stopped on uncompacted material but with rolling patterns established so that they begin or end on previously compacted material or the existing pavement.
Return of Traffic: After the completion of compaction of the recycled pavement layer, no traffic, including that of the Successful Bidder, shall be permitted on the completed recycled material for at least two (2) hours. After two hours rolling traffic may be permitted on the recycled material. This time may be adjusted by the County to allow establishment of sufficient cure so traffic will not initiate raveling. After opening to traffic, the surface of the recycled pavement layer shall be maintained in a condition suitable for the safe movement of traffic. All loose particles that may develop on the pavement surface shall be removed by the CIR Successful Bidder by power brooming.
Protection and Damage: Protect the recycled pavement layer in accordance with the 2007 FDOT Standard Specifications for Road and Bridge Construction, Section 330-13. Any damage to the completed Cold in Place Recycled bituminous material shall be repaired by the Successful Bidder prior to the placement of the hot mix asphalt concrete surface course, or other applicable surface treatment, and as directed by the County. Damage unrelated to Successful Bidder construction procedures or quality of work, such as due to poor base conditions, shall be paid for under the pay item, “Recycled Material Patching.”
Finished Recycled Pavement Layer Smoothness: The completed cold recycled pavement layer surface shall not vary more than ¼ in (6 mm) from the lower edge of a 10-foot (3-meter) straight edge placed on the surface parallel and transversely to the centerline at locations selected by the County Irregularities exceeding the specified limit shall be corrected at the expense of the Successful Bidder by grinding/cold milling or leveling with cold or hot mix asphalt. The corrected areas shall be retested to determine compliance with smoothness.
Curing: Prior to placing the hot mix asphalt concrete surface course, or other applicable surface treatment, the recycled pavement layer shall be allowed to cure until the moisture of the material is reduced to 2.0 percent or less, or until approval of the
County. Under dry conditions, the Cold In-Place Recycled pavement layer should meet the moisture requirements within 48 hours.
Quality Control
Experience: All contractors and their subcontractors shall be FDOT prequalified in the work classes of drainage, flexible paving, grading, and hot plant–mixed bitum. courses. Before work begins, Successful Bidder shall submit a minimum of five CIR project references from a City or County in the State of Florida, that have been completed within the past three years. Successful Bidder shall submit detailed information regarding the staff that they propose for this project. The contractor shall be capable of meeting all the requirements of this specification at the time of the bid. Before work begins, the Successful Bidder shall have in their possession two (2) or more CIR machines as described in the equipment section of the specification. Staff shall have the option to inspect the Contractor’s equipment and if found deficient, it shall be the basis for denial of work to Contractor.
Successful Bidder Responsibility: The Successful Bidder shall be responsible for providing field and laboratory quality control testing of materials during construction. The County may conduct sampling and testing whenever or as often as desired for verification purposes. The Successful Bidder shall acquire an adequate amount of material for each sample to be tested in the laboratory so that an ample amount of material is left over in case of the need for resolution testing. Resolution testing will be required and provided at the expense of the Successful Bidder if similar laboratory samples tested by the Successful Bidder and the County do not coincide within reasonable values as determined by the County. The resolution laboratory will be selected by the County and the testing results provided by this lab will be used for materials acceptance purposes.
All materials testing laboratories shall be accredited by the AASHTO Materials Reference Laboratory (AMRL) or Construction Materials Engineering Council (CMEC). The Successful Bidder shall submit all documentation of field inspection and laboratory testing results required herein to the County prior to payment and upon request. Copies of all delivery tickets and notes regarding any materials brought to the project site shall be given to the County upon delivery to the project site. These tickets shall be signed by an approved representative of the Successful Bidder at the time of delivery.
Crushed RAP Material Sizing: A sample shall be obtained from the receiving hopper of the paver each ½ mile (0.8 km) before the addition of emulsion and screened using a
1.25 in. (31.5mm) sieve (or smaller sieve if required) to determine maximum particle size requirement compliance. Additionally, two gradations shall be performed at approximately the middle and end of each day’s production and in accordance with AASHTO T27 or ASTM C136 on the moist millings using the following sieves: 1.25 inch,
1.0 inch, ¾ inch, ½ inch, 3/8 inch, No.4, No.8, No.16, and No.30. The resulting gradations shall be compared to the mix design gradations to determine any necessary changes to emulsion content. Gradation results shall be shared with the County by the end of the following day. Sampling procedures shall be in accordance with ASTM D979 or AASHTO T168.
Asphalt Emulsion: The asphalt emulsion shall be received on the job site within the temperature ranges specified by the emulsion supplier. The emulsion supplier shall provide testing results for each shipment indicating the emulsion is in compliance with the criteria specified in Table 4. The County may require the Successful Bidder to obtain emulsion samples from each shipping trailer prior to unloading into the Successful Bidder’s storage units for quality control testing if desired. The testing shall meet the following requirements:
Table 4 – Emulsion Criteria | ||
Property | Method | Limit |
*Residue from distillation, % | ASTM D244 | 64.0 to 66.0 % |
*Oil distillate by distillation, % | ASTM D244 | 0.5% maximum |
Sieve Test, % | ASTM D244 | 0.1% maximum |
**Residue Penetration, 25°C, dmm | ASTM D5 | -25 to +25% |
*Modified ASTM D244 procedure – distillation temperature of 177°C with 20 minute hold. |
*To be determined during CIR design phase prior to emulsion formulation and manufacture for project. Penetration value range will be determined and submitted to the County for approval prior to project start
Asphalt Emulsion Content and Yield: Total emulsion quantity and yield shall be monitored and recorded daily and for each segment in which the target emulsion percentage is adjusted. This information shall be gathered from the calibrated emulsion metering device. Emulsion content adjustments shall be made appropriately when multiple and specific mix designs for different road segments of varying composition exist.
Water Content and Yield: Total water quantity and yield shall be monitored and recorded daily and for each segment in which the target water percentage is adjusted. This information shall be gathered from the water metering device. Water content adjustments shall be made appropriately when multiple and specific mix designs for different road segments of varying composition exist. Water content adjustments shall also be made based on mixture consistency, coating, and dispersion of the recycled materials.
Mixture Testing: At the discretion of the County and if the recycled pavement layer quality and workmanship seem suspect, the Successful Bidder may be required to sample, in accordance with ASTM D3665 and D979, the recycled mixture for determining compliance with design criteria specified in Table 1. If samples of the recycled asphalt pavement mixture are taken after the addition of additives and e emulsion, the specimens must be compacted within 15 minutes of sampling and tested as required in Table 1. If the recycled mixture is sampled prior to the addition of additives and emulsion, the sample must immediately be transferred to air-tight plastic container to prohibit loss of moisture. Samples must be mixed in the laboratory with the field additives and emulsion within 24 hours and tested as required in Table 1.
Depth of Pulverization (Milling): The depth shall be checked and recorded daily and every 1/8 mile (0.2 km).on both outside vertical faces of the cut. Measure depth by placing a rigid measuring device perpendicular to the bottom of the milled surface and near the vertical faces of the cut.
Compacted Density: Degree of compaction of the recycled pavement layer shall be monitored for compliance with target wet density established during the initial control strip construction. Wet density shall be determined every 1/4 mile (0.4 km) using a nuclear moisture-density gauge in accordance with ASTM D2950, backscatter measurement mode. Ensure that all nuclear gauges are operated by licensed individuals and have been calibrated within the last 12 months. The acceptable degree of compaction shall be 96 to 98 percent of target wet density. Care shall be taken not to over-roll the mat based on visual observations of check cracking or shoving. A new control strip and target density shall be established if the consistency of the material being recycled changes. The County shall be notified prior to the construction of a new control strip.
Cross-Slope and Smoothness: The recycled pavement layer cross slope shall be checked regularly during spreading. A cross-slope of 2 %, unless otherwise specified in the construction plans, shall be maintained through the length of the project. When the difference between the measured cross slope and designed cross slope exceeds +/- 0.2% for travel lanes and +/ 0.5% for shoulders, operations shall be stopped until corrective actions are taken to bring the cross slope into an acceptable range. The recycled
pavement layer shall be checked for smoothness regularly behind the paver and after rolling. The smoothness shall not vary more than ¼ in (6 mm) from the lower edge of a 10-foot (3-meter) straight edge placed on the surface parallel and transversely to the centerline after rolling is completed.
Correct all deficiencies in excess of ¼ in (6 mm) and retest to verify smoothness adequacy. It is recommended that the edge of the mat be rolled first and progress to the center or high side to prevent excessive edge sloughing.
Table 5 – Quality Control Testing and Inspection Criteria | ||
Property | Method | Limit |
RAP Maximum Particle Size | ASTM C 136 or AASHTO T27 | Section 334-2.2 |
RAP Particle Size Distribution | ASTM C 136 or AASHTO T27 | Determined by Mix Design(s) |
Emulsion and Water Yield | Calibrated Metering Device | Determined by Mix Design(s) |
*Mixture Testing | Table 1 | Table 1 |
**Depth of Milling | Section 334- 5.7 | Determined by Mix Design(s) |
Compacted Density | ASTM D2950 | 96 to 98% of target density |
Cross-Slope | FM 5-509 | 2% unless otherwise indicated |
Smoothness | FM 5-509 | Maximum 0.25 in (6 mm) deviation from planeness |
*Mixture Testing frequency shall be at the County‘s discretion | ||
**Depth of Milling may need to be adjusted for localized unexpected pavement conditions |
Weather Limitations: Cold In-Place recycling operations shall be completed when the atmospheric temperature measured in the shade and away from artificial heat is at least 500 F (10°C). Also, the weather shall not be foggy or rainy. The weather forecast shall not call for freezing temperature within 48 hours after placement of any portion of the project.
Measurement
(III.23) COLD RECYCLED BITUMINOUS BASE COURSE
The Cold In-Place Recycling (CIR) work will be measured by the square yard of the completed sections for the depth specified. The asphalt emulsion will be measured by the ton or gallon. Additional aggregate, additional reclaimed asphalt pavement (RAP) materials and other additives will be measured by the ton (or metric ton). Water used in this operation will not be paid for directly but shall be considered incidental to this bid item.
All haul vehicles (emulsion, concrete, dump) must have a day of job weigh ticket before being used on project.
SECTION E – TECHNICAL SPECIFICATIONS
(III.24) SURVEYING
The work specified in this section includes all equipment, labor and material required for a Florida Licensed Surveyor to establish grade lines, boundaries, rights of way, geometric layout, plan, and profile drawings, staking, etc. on construction projects. This cost does not include record drawings. No research or office work will be paid unless approved in writing prior by the project manager. It is the intent of this to be used for field work..
(III.25) TREE REMOVAL & DISPOSAL
The work specified in this section includes all equipment and labor required to remove, load and dispose of the entire tree from the ground up based on the width of the tree at a height of 6’ off the ground. Stump grinding is not included in this price.
(III.26) 6’ CONCRETE CURB STOPS
The work specified in this section includes furnishing and installation of concrete curb stops. Curb stop must meet the most current Florida Building codes.
SECTION IV - BASE & SURFACE CONSTRUCTION
(IV.2) SAND-ASPHALT HOT MIX – SAND-ASPHALT HOT MIX – 1200# STABILITY
The work specified in this section includes constructing a sand-asphalt hot mix base course, leveling course, or surface course.
Meet the requirements for plant and equipment as specified in FDOT Section 320. Meet the general construction requirements for all asphalt concrete pavements and bases as specified in FDOT Section 330. Meet the sand-asphalt base course construction requirements as specified in FDOT Section 280.
The County will accept work on a LOT by LOT basis in accordance with the applicable requirements of FDOT Section 331. The County will determine the size of the LOT as specified in 331-6 for the bituminous mixture accepted at the plant and as specified in 331-7 for material accepted on the roadway.
Materials
Bituminous Material: Use Superpave PG Asphalt Binder or Recycling Agent meeting the requirements of 916-1 or 916-2.
Aggregate
General: Use aggregate material composed of one or more of the following:
Local sand.
A blend of local sands.
A local sand with some additive, such as mineral filler, commercial sand, crushed shell, rock screenings, or other approved material. Meet the commercial material requirements specified in Division III.
Manufactured aggregate.
Restrict the maximum size of the aggregate material using scalping screens having an opening of 5/8 inch [16.0 mm] square. Ensure that the material is
graded from course to fine, and that it all passes a 1/2 inch [12.5 mm] sieve. Do not use aggregate or mineral filler containing more than 1% of phosphate.
Sand: Use sharp and nonplastic local sand, containing not more than 7% by weight of clay, composed of hard, durable grains free of loam, roots, and other deleterious substances, and suitable for use in a bituminous mix, as determined by laboratory tests. If the local sand deposit consists of stratified layers of varying characteristics and gradation, employ such means as necessary to secure a uniform material. Should the loss of fines during drying operations be such that the stability of the mixture is reduced below the minimum specified, add mineral filler or other approved material in such quantities as necessary to compensate for the loss in stability. Ensure that any clay present is the type which will not produce clay balls in the mixture.
Mineral Filler: If needed, meet the requirements of FDOT Section 917.
Testing: The County will sample all materials shipped to the asphalt plant at their destination.
Composition of Mixture
General: Use a bituminous mixture composed of a combination of fine aggregate, mineral filler if required, and bituminous material. Size, uniformly grade, and combine the aggregate fractions in the proportions specified in Table 331-1 so that the resulting mixture meets the physical properties and the requirements of the verified mix design.
The Successful Bidder may use RAP meeting the requirements of FDOT 331-2.2.4 as a substitution for a portion of the combination of aggregates. If using RAP, the Successful Bidder may use a recycling agent in accordance with the requirements of FDOT 331-
The Successful Bidder may use recycled crushed glass meeting the requirements of 331-2.2.6 as a substitution for a portion of the combination of aggregates.
Mix Design
General: Meet the mix design requirements of FDOT 331-4.3. In addition to these requirements, include, in the mix design, test data showing that the material as produced will meet the requirements of Table 331-2.
Grading Requirements: Meet the requirements of FDOT 332-2.2 for aggregate combination including mineral filler.
Stability: Combine the constituents of the mixture in such proportions as to produce a mixture having Marshall Properties within the limits shown in Table 331-2.
Successful Bidder’s Quality Control: Provide the necessary quality control of the bituminous mixture and construction in accordance with the applicable provisions of FDOT 331-4.4 and 331-5.2.
Furnish materials that meet the verified mix design. For extraction gradation analysis, meet the provisions of FDOT 331-4.4.2 and Table 331-3. For plant calibration, meet the provisions of FDOT 331-4.4.3 and Table 331-3.
Acceptance of Mixture
Acceptance at the Plant: The County will accept the bituminous mixture at the plant with respect to gradation and asphalt content in accordance with the applicable requirements of FDOT 331-6.
Acceptance on the Roadway: The County will accept the bituminous mixture on the roadway with respect to compacted density and surface tolerance in accordance with the provisions of FDOT 331-7.
Additional Tests: The County will apply the provisions of FDOT 331-6.4 to Sand- Asphalt Hot Mix.
Method of Measurement
The quantity to be paid for will be the weight of the mixture, in tons, completed and accepted. The weight will be determined as provided in FDOT 320-2 (including the provisions for the automatic recordation system).
The bid price for the asphalt mix will include the cost of the liquid asphalt or the asphalt recycling agent.
(IV.2) BASIS OF PAYMENT
All bid items specified shall be paid under the ton pay item noted on the Bid Form.
(IV.3) ASPHALTIC BASE COURSE
The work specified in this section includes the construction of asphalt base courses, and to meet the specific requirements for base widening construction.
The County will accept work on a LOT to LOT basis in accordance with the applicable requirements of FDOT Section 331. The County will determine the size of the LOT as specified in FDOT 331-6 for the bituminous mixture accepted at the plant and as specified in FDOT 331-7 for the material accepted on the roadway.
Use mixes designated as Asphalt Base Course Type 1 (ABC-1), Asphalt Base Course Type 2 (ABC-2) and Asphalt Base Course Type 3 (ABC-3).
Materials
Bituminous Material: Use Superpave PG Asphalt Binder or Recycling Agent meeting the requirements of 916-1.
Course Aggregates: Meet the requirements of FDOT Section 901.
Fine Aggregates: Meet the requirements of FDOT 335-2.2.
General Composition of the Mixes
General: Meet the requirements of FDOT 332-3.1.
Grading Requirements: The mix design, as established by the Successful Bidder and approved by the County, shall be within the design ranges as specified in FDOT Table 331-1, for ABC-1, ABC-2, and ABC-3.
Stability: Meet the requirements of FDOT 332-3.3.2.
Job Mix Formula
Meet the requirements of FDOT 332-3.3.1.
Successful Bidder’s Quality Control
Meet the requirements of FDOT 332-3.4.
Acceptance of Mixture
Acceptance at the Plant: The County will accept the bituminous mixture at the plant with respect to gradation and asphalt content in accordance with the requirements of 331-6.
Acceptance on the Roadway: The County will accept the bituminous mixture on the roadway with respect to compacted density in accordance with the applicable provisions of 331-7. Use the permissible variations from longitudinal and transverse grades as specified in 200-7.
Additional Tests: Meet the requirements of FDOT 331-6.4 for ABC-1, ABC-2, and ABC-3.
Plant, Methods, and Equipment
Meet the plant, methods, and equipment requirements for asphalt base course construction as specified in FDOT Section 320, with the following modifications:
Paving Equipment: The County will not require mechanical spreading and finishing equipment for the construction of base widening strips less than 6 feet [1.8 m] in width.
Compacting Equipment: For compaction in areas too restricted to accommodate the standard rollers, the Successful Bidder may use vibratory rollers supplemented with trucks, motor graders, or other compaction equipment approved by the County.
Construction Requirements
General: Meet the construction requirements for asphalt base course construction as specified in FDOT Section 330, with the following modifications and specific requirements.
Limitations for Spreading: The Successful Bidder may place the base mix on the subgrade when the air temperature is at least 40ºF [4ºC] and rising, provided the subgrade upon which the base mix is to be placed is not frozen or noticeably affected by frost. The Successful Bidder may place the base mix where he removed all such frozen or frost-affected material during excavation for the subgrade.
Preparation of Subgrade: Before placing the initial layer of base material, prepare and compact the subgrade as specified in 160-8. Do not apply this requirement to base widening strips that are not to be stabilized and where the underlying native material has not been disturbed.
Tacking Between Layers: Place a tack coat between each successive layer of base material. As an exception, the County may authorize the elimination of the tack coat between successive layers when the Successful Bidder has laid them on the same day and the initial layer has not become contaminated by sand, dust, etc. Place a tack coat on all asphalt base courses before placing the structural course.
Placing the Mixture
Spreading and Finishing: Place the base course material with a mechanical spreading and finishing machine meeting the requirements as specified in 320-5. Prior to the placing of the surface course, the County may require motor grader leveling to bring the base into conformance with the plan grades and cross-section. The Successful Bidder may spread the first course of multiple course bases with a motor grader where the subgrade will not support the use of a mechanical spreader.
Automatic Screed Control: For all machine-laid courses, use a paver that is equipped with automatic screed control of the ski or traveling string line type. Use the automatic joint matcher on the top course of the base after the first pass with the paving machine.
Thickness of Layers: Ensure that the maximum compacted thickness of any layer of asphalt base course is 3 inches [75 mm].
Compacting the Mixture: Apply the requirements for compaction as specified in 330- 10 to the compaction of asphalt base courses with these two exceptions:
For widening strips 3 feet [1 m] or less in width, the County will not perform density testing for acceptance. The Successful Bidder may apply the compactive efforts using a trench roller, motor grader tires, or any other heavy equipment that will effectively exert a compactive effort. Specify what equipment will be used and what compactive effort (coverage) will be furnished. Obtain the County’s approval before starting the operation.
For the initial layer of an asphalt base course placed on a soil subgrade, the County will not perform any density determinations. Propose a rolling train and pattern for the approval of the County. The County will perform density determinations on all subsequent layers, and apply the provisions of FDOT 331-7.
Thickness Requirements
Meet the requirements of FDOT 285-6.
Calculations for Average Thickness of Base
Meet the requirements of FDOT 285-7.
Method of Measurement
The quantity to be paid for will be the weight of the mixture, in tons, completed and accepted. The weight will be determined as provided in FDOT 320-2 (including the provisions for the automatic recordation system). The bid price for the asphalt mix will include the cost of the liquid asphalt or the asphalt recycling agent.
(IV.3) BASIS OF PAYMENT
All bid items shall be paid under the ton pay item noted on the Bid Form.
(IV.6) EAM COLD MIX
The work specified in this section consists of bituminous patching mixes that are designed in various seasonal grades to be used when the ambient outside temperature reaches a specified range.
A few examples of the bituminous cold patch material are Unique Paving Materials (www.uniquepavingmaterials.com) and EZ Street (www.ezstreetasphalt.com).
(IV. 6) BASIS OF PAYMENT
All bid items specified shall be paid under the ton pay item noted on the Bid Form.
SECTION IV
TYPE S ASPHALT CONCRETE, QUALITY ASSURANCE AND ACCEPTANCE PROCEDURES
(IV.7) ASPHALTIC CONCRETE TYPE S-I AND (IV.8) ASPHALTIC CONCRETE
The work specified in this section includes the construction of a Type S Asphalt Concrete course (using the Quality Assurance acceptance system) using the type of mixture specified in the specification, or when offered as alternates, as selected. If offered as alternates, meet the layer thickness criteria specified in 331-1.2. Type S mixes are identified as Type S-I, Type S-II, or Type S-III. The composition and physical test properties for all mixes including Type S Asphalt Concrete are shown in Tables 331-1 and 331-2. This Section establishes Acceptance Procedures for materials and work performed under FDOT Sections 280, 290, 331, 332, 333, 335, and 337.
Where Type S Asphalt Concrete is specified in the specification, if approved by the County, the equivalent fine Type SP Asphalt Concrete mixture (Traffic Level C) meeting the requirements of FDOT Section 334 may be selected as an alternate at no additional cost to the County. The equivalent mixes are as follows:
Type S-I Type SP-12.5
Type S-II ..................................... Type SP-19.0
Type S-III ...................................... Type SP-9.5
Meet the requirements for plant and equipment specified in FDOT Section
320. Meet the general construction requirements specified in FDOT Section 330.
Table 331-1 Bituminous Concrete Mixtures (Gradation Design Range) | ||||||||
Type | Total Aggregate Passing Sieves1 | |||||||
3/4 inch [19.0 mm] | 1/2 inch [12.5 mm] | 3/8 inch [9.5 mm] | No. 4 [4.75 mm] | No. 10 [2.0 mm] | No. 40 [425 μm] | No. 80 [180 μm] | No. 200 [75 μm] | |
S-I5 | 100 | 88-98 | 75-93 | 47-75 | 31-53 | 19-35 | 7-21 | 2-6 |
S-II2 | 83-98 | 71-87 | 62-78 | 47-63 | 33-49 | 19-35 | 9-18 | 2-6 |
S-III5 | 100 | 88-98 | 60-90 | 40-70 | 20-45 | 10-30 | 2-6 | |
Type II | 100 | 90-100 | 80-100 | 55-90 | 2-12 | |||
Type III | 100 | 80-100 | 65-100 | 40-75 | 20-45 | 10-30 | 2-10 | |
SAHM | 100 | 0-12 | ||||||
ABC-1 | 100 | 0-12 | ||||||
ABC-2 | 100 | 55-90 | 0-12 | |||||
ABC-33 | 70-100 | 30-70 | 20-60 | 10-40 | 2-10 | |||
FC-24 | 100 | 85-100 | 10-40 | 4-12 | 2-5 | |||
FC-35 | 100 | 88-98 | 60-90 | 40-70 | 20-45 | 10-30 | 2-6 | |
1 In inches [mm] or sieves [μm]. 2 100% passing 1 1/4 inch [31.5 mm] sieve and 94 to 100% passing 1 inch [25.0 mm] sieve. 3 100% passing 1 1/2 inch [37.5 mm] sieve. 4 The County may increase the design range for the No. 10 [2.00 mm] sieve for lightweight aggregates. 5 The County may retain up to 1% on the maximum sieve size. |
Table 331-2 Non SI Units Marshall Design Properties For Bituminous Concrete Mixes | ||||||
Mix Type | Minimum Marshall Stability (lbs.) | Flow** (0.01 in.) | Minimum VMA (%) | Air Voids (%) | Minimum Effective Asphalt Content (%) | VFA Voids Filled with Asphalt (%) |
S-I | 1,500* | 8-13 | 14.5 | 4-5 | *** | 65-75 |
S-II | 1,500* | 8-13 | 13.5 | 4-5 | *** | 65-75 |
S-III | 1,500* | 8-13 | 15.5 | 4-6 | *** | 65-75 |
Type II | 500-750 | 7-15 | 18 | 5-16 | 6.0 | - |
Type III | 750-1,000 | 7-15 | 15 | 5-12 | 5.5 | - |
SAHM | 300-500 | 7-15 | 15 | 5-16 | 6.0 | - |
ABC-1 | 500 | 7-15 | 15 | 5-16 | 6.0 | - |
ABC-2 | 750 | 7-15 | 15 | 5-14 | 5.5 | - |
ABC-3 | 1,000 | 8-13 | 14 | 4-7 | *** | 65-78 |
FC-2 | - | - | - | - | - | - |
FC-3 | 1,500 | 8-13 | 15.5 | 4-6 | *** | 65-75 |
*The minimum Marshall Stability for Type S mixes used on limited access facilities (Interstate, Turnpike, and Expressways) shall be 1,800 lbs. **The maximum Flow value during production shall not exceed one point more than shown in the Table. ***The ratio of the percentage by weight of total aggregate passing the No. 200 sieve to the effective asphalt content expressed as a percentage by weight of total mix shall be in the range of 0.6 to 1.2. |
Table 331-2 SI Units Marshall Design Properties For Bituminous Concrete Mixes | ||||||
Mix Type | Minimum Marshall Stability (kN) | Flow** (mm) | Minimum VMA (%) | Air Voids (%) | Minimum Effective Asphalt Content (%) | VFA Voids Filled with Asphalt (%) |
S-I | 6.7* | 2.0-3.3 | 14.5 | 4-5 | *** | 65-75 |
S-II | 6.7* | 2.0-3.3 | 13.5 | 4-5 | *** | 65-75 |
S-III | 6.7* | 2.0-3.3 | 15.5 | 4-6 | *** | 65-75 |
Type II | 2.2-3.3 | 1.8-3.8 | 18 | 5-16 | 6.0 | - |
Type III | 3.3-4.4 | 1.8-3.8 | 15 | 5-12 | 5.5 | - |
SAHM | 1.3-2.2 | 1.8-3.8 | 15 | 5-16 | 6.0 | - |
ABC-1 | 2.2 | 1.8-3.8 | 15 | 5-16 | 6.0 | - |
ABC-2 | 3.3 | 1.8-3.8 | 15 | 5-14 | 5.5 | - |
ABC-3 | 4.4 | 2.0-3.3 | 14 | 4-7 | *** | 65-78 |
FC-2 | - | - | - | - | - | - |
FC-3 | 6.7 | 2.0-3.3 | 15.5 | 4-6 | *** | 65-75 |
*The minimum Marshall Stability for Type S mixes used on limited access facilities (Interstate, Turnpike, and Expressways) shall be 8.0 kN. **The maximum Flow value during production shall not exceed 0.25 mm more than shown in the Table. ***The ratio of the percentage by weight of total aggregate passing the 75μm sieve to the effective asphalt content expressed as a percentage by weight of total mix shall be in the range of 0.6 to 1.2. |
The County will accept the work on a LOT to LOT basis in accordance with the applicable requirements of FDOT Sections 5, 6, and 9. The size of the LOT will be as specified in 331-6 for the bituminous mixture produced at the plant and as stipulated in 331-7 for the material placed on the roadway.
Layer Thicknesses:
Structural Layers: The allowable layer thicknesses for Type S Asphalt Concrete mixtures used in structural and overbuild applications is as follows:
Type S-III 3/4 – 1 ¼ inches [20 – 30 mm] Type S-I 1 ¼ – 2 1/2 inches [30 – 60 mm]
Type S-II 2 – 2 3/4 inches [50 – 70 mm]
In addition to the minimum and maximum thickness requirements, the following restrictions are placed on Type S mixtures when used as a structural course: Type S-III – Limited to the final (top) structural layer, one layer only.
Type S-I – May not be used in the first layer of courses over 3 1/2 inches [90 mm] thick, nor in the first layer of courses over 2 3/4 inches [70 mm] thick on limited access facilities.
Type S-II – May not be used in the final (top) structural layer.
Additional Requirements: The following requirements also apply to Type S Asphalt Concrete mixtures:
A minimum 1 1/2 inch [40 mm] initial lift is required over an Asphalt Rubber Membrane Interlayer (ARMI).
When construction includes the paving of adjacent shoulders (5 feet [1.5 m] wide), the layer thickness for the upper pavement layer and shoulder shall be the same and paved in a single pass, unless shown differently in the plans.
All overbuild layers shall be Type S asphalt concrete. Use the minimum and maximum layer thicknesses as specified in 331-1.2.1 unless shown differently in the plans. On variable thickness overbuild layers, the minimum allowable thickness may be reduced by 1/2 inch [13 mm], and the maximum allowable thickness may be increased 1/2 inch [13 mm], unless shown differently in the plans. Other variations from these thicknesses must be approved by the County.
Materials
General Requirements: Meet the material requirements specified in Division III. Specific references are as follows:
Superpave PG Asphalt Binder or Recycling Agent916-1, 916-2 Mineral Filler .917-1, 917-2
Coarse Aggregate, Stone, Slag or Crushed GravelSection 901 Fine Aggegate Section 902
Asphalt concrete mixes containing crushed gravel as coarse aggregate component must show no potential for stripping during laboratory testing for mix design verification. Crushed Reclaimed Portland Cement Concrete Pavement may be used as a coarse aggregate or screenings component subject to meeting all applicable specifications.
Specific Requirements
Condition of Aggregate: Use clean aggregate containing no deleterious substances. Do not use coarse or fine aggregate which contains more than 0.5% of phosphate.
Fine Aggregate and Mineral Filler: In laboratory tests, and for the purpose of proportioning the paving mixture, consider all material passing the No. 10 [2.00 mm] sieve and retained on the No. 200 [75 μm] sieve as fine aggregate, and the material passing the No. 200 [75 μm] sieve as mineral filler.
Screenings: Do not use any screenings in the combination of aggregates containing more than 15% of material passing the No. 200 [75 μm] sieve. When two screenings are blended to produce the screening component of the aggregate, one of such screenings may contain up to 18% of material passing the No. 200 [75 μm] sieve, as long as the combination of the two does not contain over 15% material passing the No. 200 [75 μm] sieve. Screenings may be washed to meet these requirements.
Use of Reclaimed Asphalt Pavement (RAP): Subject to certain requirements, Reclaimed Asphalt Pavement (RAP) may be used as a component material of the asphalt mixture. Where the material is recovered from a FDOT project, the Composition of Existing pavement may be available on the County’s website. The URL for obtaining this information, if available, is: http://www11.myflorida.com/statematerialsoffice/Bituminous/CentralBitLab/AsphaltCom positions/Compositions.htm/
RAP may be used as a component material of the bituminous mixture subject to the following:
Assume responsibility for the design of asphalt mixes which incorporate RAP as a component part.
Do not allow RAP to exceed 60% by weight of total aggregates for Asphalt Base Courses nor more than 50% by weight of total aggregates for Structural and Leveling Courses. Do not use RAP in Friction Courses.
Mount a grizzly or grid with openings of a sufficient size to prevent clogging of the cold feed over the RAP cold bin.
Use a grizzly or grid over the RAP cold bin, in-line roller crusher, screen, or other suitable means to prevent oversized RAP material from showing up in the completed recycled mixture.
If oversized RAP material appears in the completed recycled mix, cease plant operations and take appropriate corrective action.
Ensure that the RAP material as stockpiled is reasonably uniform in characteristics and contains no aggregate particles which are soft or conglomerates of fines.
Ensure that the RAP has a minimum average asphalt content of 4% by weight of total mix. The County reserves the right to sample the stockpile in order that this requirement is met.
When material milled from the project is used as a component of the asphalt mixture and a Composition of Existing Pavement is known, use the following procedures for obtaining representative samples for the mix design:
Cut ten 6-inch [150 mm] cores in area(s) approved by the County. Fill the core holes immediately prior to opening to traffic.
Representative samples may also be obtained by milling the existing pavement to the full depth shown on the plans for pavement removal for a length of approximately 200 feet [60 m]. Immediately replace the pavement removed with the specified mix in the Specification.
Submit a request in writing to the County for any variance from the above outlined methods of obtaining samples for mix designs.
When the RAP to be used as a component in a mix design is stockpiled from a previous DOT project and the Composition of Existing Pavement is known, design the mix and submit to the County for verification.
When the composition of stockpiled RAP to be used as a component in a mix design is not known, design the mix as follows:
Submit a bag of RAP, composed of samples from several locations in the stockpile(s), to the County at least four weeks prior to the planned start of mix design. The County will run viscosities on the reclaimed asphalt pavement and furnish the information to the Successful Bidder.
Run a minimum of six extraction gradation analyses of the RAP. Take the samples at random locations around the stockpile(s).
Request the County to make a visual inspection of the stockpile(s) of RAP. Based on visual inspection, the County will determine the suitability of the stockpiled materials.
When the proposed mix design is submitted to the County for verification, submit the data from the extraction gradation analyses required above.
Binder for Mixes with RAP: Use a PG 67-22 where RAP is less than 20% by weight of total aggregate; use a PG 64-22 where RAP is 20% or greater but less than 30% by weight of total aggregate; use appropriate recycle agent where RAP is 30% or greater.
The County reserves the right to change binder type and grade at design based on the characteristics of the RAP binder, and reserves the right to request reasonable changes during the production based on the requirements of 331-4.4.4.
Use of Recycled Crushed Glass: Recycled crushed glass may be used as a component of the bituminous mixture subject to the following:
Consider the recycled crushed glass a local material and meet all requirements specified in 902-6.
The percentage of recycled crushed glass in any bituminous mixture does not exceed 15% of the total aggregate weight.
The asphalt binder used with mixtures containing recycled crushed glass contains 0.5% anti-stripping agent from an approved source. The addition of the specified amount of anti-stripping agent must be certified by the supplier.
Test bituminous mixtures containing recycled crushed glass in accordance with AASHTO T 283 as part of the mix design approval. The minimum tensile strength ratio must not be less than 80%. An increase in the amount of anti- stripping agent may be necessary in order to meet this requirement.
Recycled crushed glass must not be used in friction course mixtures nor in structural course mixtures which are to be used as the final wearing course.
Permissible Variation for the Coarse Aggregate
Size and uniformly grade or combine the aggregate or aggregates shipped to the job in such proportions that the resulting mixture meets the grading requirements of the mix design.
General Composition of Mixture
General: Use a bituminous mixture composed of a combination of aggregate (coarse, fine or mixtures thereof), mineral filler, if required, and bituminous material. Ensure that not more than 20% by weight of the total aggregate used is silica sand or local materials as defined in FDOT Section 902. Consider the silica sand and local materials contained in any RAP material, if used in the mix, in this limitation. Size, grade and combine the several aggregate fractions in such proportions that the resulting mixture meets the grading and physical properties of the verified mix design.
RAP meeting the requirements of FDOT 331-2.2.4 may be approved as a substitution for a portion of the combination of aggregates, subject to all applicable specification requirements being met.
Grading Requirements: In all cases, use a mix design within the design ranges specified in Table 331-1.
Mix Design
General: Prior to the production of any asphalt paving mixture, submit a mix design and representative samples of all component materials to the County at least two weeks before the scheduled start of production. The County will verify the mix design before use. Send a copy of the proposed mix design to the County at the same time. (Open- graded mixes will be designed by the County.) Furnish the following information:
The specific project on which the mixture will be used.
The source and description of the materials to be used.
The gradation and approximate proportions of the raw materials as intended to be combined in the paving mixture. The gradation of the component materials shall be representative of the material at the time of use.
A single percentage of the combined mineral aggregate passing each specified sieve. Degradation of the aggregate due to processing (particularly No. 200 [75 μm]) should be accounted for and identified for the applicable sieves.
A single percentage of asphalt by weight of total mix intended to be incorporated in the completed mixture, shown to the nearest 0.1%. For structural mixes (S-I, S-II and S-III) establish the optimum asphalt content at a level corresponding to a minimum of 4.5% air voids. For FC- 3 mixes, establish optimum asphalt content at a level corresponding to a minimum of 5.0% air voids.
A single temperature at which the mixture is intended to be discharged from the plant.
The laboratory density of the asphalt mixture for all mixes except Open- Graded Friction Courses.
Evidence that the completed mixture will meet all specified physical requirements.
The name of the individual responsible for the Quality Control of the mixture during production.
Revision of Mix Design: Submit all requests for revisions to approved mix designs, along with supporting documentation, in writing to the County. In order to expedite the revision process, a verbal revision request or discussion of the possibility of a revision request may be made, but must be followed up with a written request. The verified mix design will remain in effect until a change is authorized by the County. In no case will the effective date of the revision be established earlier than the date of the first communication with the County regarding the revision.
Provide a new mix design for any change in source of aggregate.
Resistance to Plastic Flow: Include with the submitted mix design test data showing that the material as produced will meet the requirements specified in Table 331-2 when tested in accordance with FM 1-T 245. Further, determine the bulk specific gravity of the laboratory compacted bituminous mixture in accordance with FM 1-T 166.
Determine the percent of unfilled voids and the percent of aggregate voids filled with asphalt using the maximum specific gravity of the bituminous mixture and on the asphalt content of each group of specimens prepared from the same sample. Determine maximum specific gravity of the bituminous mixture by FM 1-T 209.
Revocation of Mix Design: The County will consider any marked variations from original test data for a mix design or any evidence of inadequate field performance of a mix design as sufficient evidence that the properties of the mix design have changed, and the County will no longer allow the use of the mix design.
Successful Bidder’s Quality Control
Personnel: In accordance with the requirements of 331-5.2 provide the necessary quality control personnel. Ensure that the Quality Control Technician is certified by the County and possesses a valid certificate of qualification. When it becomes evident to the County that the Quality Control Technician cannot perform as required by the position, the County will revoke the certification and require replacement with a certified technician.
Extraction Gradation Analysis: Sample the bituminous mixture at the plant in accordance with FM 1-T 168. Determine the percent bitumen content of the mixture in accordance with FM 5-563, and determine the percent passing the standard sieves in accordance with FM 1-T 030. In the event the calibration factor for the mix exceeds 0.50%, conduct the extraction and gradation analysis in accordance with FM 5-544 and FM 5-545, respectively. Show all test results to the nearest 0.01. Carry all calculations to the nearest 0.001 and rounded to the nearest 0.01, in accordance with the County’s rules of rounding.
Run a minimum of one extraction gradation analysis of the mixture for each day’s or part of a day’s production and immediately following any change in the production process. Take the quality control sample of mixture for the extraction gradation analysis each day as soon as the plant operations have stabilized. Obtain the results in a timely manner (no later than the end of the day) so that adjustments can be made if necessary.
On initial use of a Type S or FC-3 mix design at a particular plant, as a minimum, run an additional extraction gradation analysis if more than 500 tons [450 metric tons] of mixture are produced on the first day of production.
Extraction gradation analysis will not be required on the days when mix production is less than 100 tons [90 metric tons]. However, when mix production is less than 100 tons [90 metric tons] per day on successive days, run the test when the accumulative tonnage on such days exceeds 100 tons [90 metric tons].
Use the target gradation and asphalt content as shown on the mix design. Any changes in target will require a change in the mix design in accordance with 331-4.3.2.
If the percentage of bitumen deviates from the optimum asphalt content by more than 0.55% or the percentage passing any sieve falls outside the limits shown in Table 331- 3, make the necessary correction. If the results for two consecutive tests deviate from the optimum asphalt content by more than 0.55% or exceeds the limits as shown in Table 331-3 for any sieve, stop the plant operations until the problem has been corrected. In addition, if the results of two consecutive tests show an amount greater than 99.0% passing the 1/2 inch [12.5 mm] sieve for Type S-I, an amount greater than 99.0% passing the 3/4 inch [19.0 mm] sieve for Type S-II, or an amount greater than 99.0% passing the 3/8 inch [9.5 mm] sieve for Types S-III or FC-3, stop the plant operation until the problem has been corrected.
Maintain control charts showing the results of the extraction gradation analysis (bitumen content and sieve analysis).
Table 331-3 Tolerances for Quality Control Tests (Extraction Gradation Analysis) | |
Sieve Size | Percent Passing |
1 inch [25.0 mm] | 7 |
3/4 inch [19.0 mm] | 7 |
1/2 inch [12.5 mm] | 7 |
3/8 inch [9.5 mm] | 7 |
No. 4 [4.75 mm] | 7 |
No. 10 [2.00 mm] | 5.5 |
No. 40* [*425 μm] | 4.5 |
No. 80* [*180 μm] | 3 |
No. 200 [75 μm] | 2 |
*Does not apply to SAHM, ABC-1 or Type II. |
Plant Calibration: At or before the start of mix production, perform a wash gradation on a set of hot bin samples for batch or continuous mix plants or belt cut for drum mix plants to verify calibration of the plant. When approved by the County, extraction gradation analysis of the mix may be used to verify calibration of the plant. This extraction gradation analysis may also be used to fulfill the quality control requirements for the first day’s production.
Viscosity of Asphalt in Mixes Containing RAP: When RAP is a component material, the viscosity of the asphalt material in the bituminous mixture, determined by the County
in accordance with ASTM D 2171, shall be 6,000 ± 2,000 poises [600 ± 200 Pa·s]. This determination will be made on samples obtained by the County on a random basis at a frequency of approximately one per 2,000 tons [1,800 metric tons] of mix.
If the viscosity determined by the County is out of the specified range, adjust the binder formulation or blend of RAP in the mix to bring the viscosity within tolerance.
Acceptance Procedures
The County will approve all materials for acceptance through the County’s Acceptance Procedures specified herein. The County is responsible for determining the acceptability of the construction and materials incorporated therein. The Successful Bidder is responsible for the quality of construction and materials incorporated therein. Accomplish all quality control sampling and testing on a random basis in accordance with the approved Quality Control Plan. The County will perform all necessary sampling and testing for acceptance purposes on a random basis as specified herein, in addition to monitoring and observing the Successful Bidder’s quality control test procedures and results. Maintain effective quality control until final project acceptance.
A LOT is defined as an isolated quantity of a specified material produced from a single source or operation, or it is a measured amount of specified construction produced by the same process. In order to change the process, thereby necessitating the termination of the current LOT and starting a new LOT, submit a written request, with justification, to the County for approval. Obtain the County’s approval prior to making the process change.
Perform all quality control sampling and testing of materials in strict conformance with the Florida Method of Sampling and Testing as found in the Field Sampling and Testing Manual. The County will perform all acceptance sampling and testing of materials in strict conformance with the Florida Method of Sampling and Testing as found in the Field Sampling and Testing Manual. This manual, developed and distributed by the FDOT Materials Office, contains the detailed sampling and testing procedures from AASHTO and ASTM as modified by the County.
Acceptance Plans
Payment Based on Acceptance Results: The County will adjust the payment for each LOT of material, product, item of construction or completed construction on the basis of acceptance test results in accordance with the requirements specified hereinafter in the applicable Sections.
Resampling of LOTs: The County requires that LOTs of materials, products, items of construction or completed construction meet the requirements of these Specifications at the time of submission. The County will not take check samples for acceptance purposes.
Referee System: The County has established a referee system to verify the validity of the acceptance test results on LOTs at the asphalt plant. The County will evaluate the acceptance test results with data from split samples run by the District and Central
Labs. The County will make a final determination and disposition of the acceptance test results. Acceptance results will be considered non-representative if the test results from the Field and Referee samples differ by more than 0.44% for asphalt content when obtained by the use of FM 5-563 or 0.56% for FM 5-544. Acceptance results for gradation will be considered non-representative if the test results from the Field and Referee samples differ by more than the precision values given in Figure 2 of FM 1-T 030 when using FM 5-563 or Figure 2 of FM 5-545 when using FM 5-544. When the referee analysis indicates that one or more test results are not representative, the County will discard the non-representative test value(s) and base payment calculations for the LOT (including the sublot with the non-representative test values) on the remaining sublot(s) test data as defined in 331-6.
Quality Control by the Successful Bidder: Provide and maintain a quality control system that provides reasonable assurance that all materials, products and completed construction submitted for acceptance meet County requirements. Develop and maintain a quality control system in conformance with the following requirements:
SUCCESSFUL BIDDER QUALITY CONTROL SYSTEM
SCOPE:
These Specifications establish minimum requirements and activities for a Successful Bidder quality control system. These requirements pertain to the inspections and tests necessary to substantiate material and product conformance to specification requirements and to all inspections and tests required by the County.
FUNCTIONS AND RESPONSIBILITIES:
The County will verify the Successful Bidder’s design mixes, inspect plants and monitor control of the operations to ensure conformance with these Specifications. The County will design all open-graded friction mixes (FC-2 and FC-5).
At no time will the County issue instructions to the Successful Bidder as to the setting of dials, gauges, scales and meters. However, the County may question and warn the Successful Bidder against the continuance of any operations or sequence of operations that obviously do not result in satisfactory compliance with the requirements of these Specifications.
The Successful Bidder. Submit in writing the proposed Quality Control Plan for each asphalt plant for the County’s approval. Maintain the approved Quality Control Plan in effect for the plant to which it is assigned until the County rejects it in writing. Include in the plan the sampling, testing, inspection and the anticipated frequencies of each to maintain process control. A recommended series of sampling, testing and inspecting activities are shown in Table 331-4.
Table 331-4 |
RECOMMENDATIONS FOR A SUCCESSFUL BIDDER QUALITY CONTROL PLAN |
All Types of Plants
Stockpiles
Place materials in the correct stockpile.
Use good stockpiling techniques.
Inspect stockpiles for separation, contamination, segregation, etc.
Incoming Aggregate
Obtain gradations and bulk specific gravity (BSG) values from the aggregate supplier.
Determine gradation of all component materials.
Compare gradations and BSG to mix design.
Cold Bins
Calibrate the cold gate/feeder belt settings.
Observe operation of cold feed for uniformity.
Dryer
Observe pyrometer for aggregate temperature control.
Observe efficiency of the burner.
Hot Bins
Determine gradation of aggregates in each bin.
Determine theoretical combined grading.
Bituminous Mixture
Determine asphalt content.
Determine mix gradation.
Check mix temperature.
Verify modifier addition.
Batch Plants
For batch weights, determine percent used and weight to be pulled from each bin to ensure compliance with the mix design.
Check mixing time.
Check operations of weigh bucket and scales.
Continuous Mix Plant
Determine gate calibration chart for each bin.
Determine gate settings for each bin to ensure compliance with the mix design.
Determine gallons [cubic meters] per revolution or gallons [cubic meters] per minute to ensure compliance with the mix design.
Drum Mixer Plant
Calibrate the cold feed and prepare a calibration chart for each cold gate.
Develop information for the synchronization of the aggregate feed, reclaimed asphalt pavement (RAP) feed and the bituminous material feed.
Calibrate the weigh bridge on the changing conveyor.
The activities shown in Table 331-4 are the normal activities necessary to control the production of bituminous concrete at an acceptable quality level. The County recognizes, however, that depending on the type of process or materials, some of the activities listed may not be necessary and, in other cases, additional activities may be required. The frequency of these activities will also vary with the process and the materials. When the process varies from the defined process average and variability targets, increase the frequency of these activities until the proper conditions are restored. Take one sample and test for every 1,000 tons [900 metric tons] of incoming aggregate (including RAP) as it is stockpiled. Test RAP material for extracted gradation and asphalt content.
Plot and keep up-to-date control charts for all quality control sampling and testing. Provide control charts for the following:
gradation of incoming aggregates
gradation and asphalt content of RAP
combined gradations of hot bins
extracted asphalt content
mix gradation
gradation of cold feed (drum mixers)
Post all current control charts in the asphalt lab where they can be seen.
Formulate all design mixes with the exception of open-graded friction mixes (FC-2 and FC-5). Submit design mixes to the County for verification prior to their use. Provide process control of all materials during handling, blending, mixing and placing operations.
QUALITY CONTROL SYSTEM:
General Requirements. Furnish and maintain a quality control system that provides reasonable assurance that all materials and products submitted to the County for acceptance meet the specification requirements. Perform, or have performed, the inspection and tests required to substantiate product conformance to specification requirements, and also perform, or have performed, all inspections and tests otherwise required by the County. Keep a quality control technician, who has been certified by the County as a Qualified Asphalt Plant Technician (Plant Level II), available at the asphalt plant at all times when producing asphalt mix for the County. Place a person in responsible charge of the paving operations who is qualified by the County as a Qualified Asphalt Paving Technician (Paving Level II). Document the quality control procedures, inspection and tests, and make that information available for review by the County throughout the life of the Blanket Purchase Order.
Documentation. Maintain adequate records of all inspections and tests. Record the nature and number of tests made, the number and type of deficiencies found, the quantities approved and rejected, and the nature of corrective action taken, as appropriate. The County may review and approve all documentation procedures prior to the start of the work. The County will take ownership of all charts and records
documenting the Successful Bidder’s quality control tests and inspections upon completion of the work.
Charts and Forms. Record all conforming and nonconforming inspections and test results on approved forms and charts, and keep them up to date and complete and make them available at all times to the County during the performance of the work. Prepare charts of test properties for the various materials and mixtures on forms that are in accordance with the applicable requirements of the County.
The County will furnish a copy of each applicable chart and form. Provide a supply of the charts and forms from the copy furnished. Obtain the County’s approval of non- standard forms and charts prior to using them.
Corrective Actions. Take prompt action to correct any errors, equipment malfunctions, process changes or other problems that result or could result in the submission of materials, products or completed construction that do not meet the requirements of these Specifications. When it becomes evident to the County that the Successful Bidder is not controlling his process and is making no effort to take corrective actions, the County will require the Successful Bidder to cease plant operations until such time as the Successful Bidder can demonstrate that he can and is willing to control the process.
Laboratories with Measuring and Testing Equipment. Furnish a fully equipped asphalt laboratory (permanent or portable) at the production site, and meeting the following requirements:
Area - Provide an effective working area for the laboratory that is a minimum of 180 ft2 [17 m2]. This area does not include the space for desks, chairs and file cabinets.
work.
Lighting - Provide lighting in the lab adequate to illuminate all areas of
Temperature Control - Equip the lab with heating and air conditioning
units that provide a satisfactory working environment.
Ventilation - Equip the lab with fume hoods and exhaust fans that will remove all hazardous fumes from within the laboratory in accordance with OSHA requirements.
Equipment and Supplies - Furnish the lab with the necessary sampling and testing equipment, and supplies, for performing Successful Bidder quality control and County acceptance sampling and testing. A detailed list of equipment and supplies required for each test is included in the Field Sampling and Testing Manual.
When running plants at a high production rate, furnish additional testing equipment as necessary to allow the completion of the Successful Bidder’s quality control tests and the County’s Acceptance tests within the specified time frame.
Sampling and Testing. Use the sampling and testing methods and procedures that the County provides to determine quality conformance of the materials and products. The County will use these same methods and procedures for its acceptance tests. Include the sampling for other material characteristics on a random basis and the plotting of the test results on control charts in the Quality Control Plan.
Alternative Procedures. The Successful Bidder may use alternative sampling methods, procedures and inspection equipment when such procedures and equipment provide, as a minimum, the quality assurance required by the Specification Documents. Prior to applying such alternative procedures, describe them in a written proposal and demonstrate for the County’s approval that their effectiveness is equal to or better than the Specification requirements. In case of dispute as to whether certain proposed procedures provide equal assurance, use the procedures stipulated by the Specification Documents.
Nonconforming Materials. Establish and maintain an effective and positive system for controlling nonconforming materials, including procedures for identification, isolation and disposition.
Reclaim or rework nonconforming materials in accordance with procedures acceptable to the County. Discuss the details of this system at the preconstruction conference, and make these details a part of the record of the conference.
County Inspection at Subcontractor or Supplier Facilities. The County reserves the right to inspect materials not manufactured within the Successful Bidder’s facility. The County’s inspection does not constitute acceptance and does not, in any way, replace the Successful Bidder’s inspection or otherwise relieve the Successful Bidder of his responsibility to furnish an acceptable material or product. When the County inspects the subcontractor’s or supplier’s product, such inspection does not replace the Successful Bidder’s responsibility to inspect such subcontractor’s or supplier’s product.
Inspect subcontracted or purchased materials when received, as necessary, to ensure conformance to Specification requirements. Report to the County any nonconformance found on County source-inspected material, and require the supplier to take necessary corrective action.
Defective Materials
Acceptance or Rejection: Following the application of the appropriate acceptance plan, the County will make the final decision as to the acceptance, rejection or acceptance at an adjusted payment of the LOTs.
Disposition of LOTs: For nonconforming LOTs of materials, products, items of construction or complete construction that are not adaptable to correction by reworking, either remove and replace the nonconforming work, or accept no payment or an adjusted payment as stated in these Specifications, or, if not stated, as directed by the County.
General Basis of Adjusted Payment for Deficiencies: When the County determines that a deficiency exists, the County will apply the applicable payment factor as shown in these Specifications to the entire LOT. When the County determines that multiple deficiencies exist, the County will apply an adjustment to the LOT of material that is identified by each deficiency. The County will apply the adjustment for each deficiency separately as it occurs. The County will not allow an adjustment to be affected by any other adjustment occurring for the same LOT. As an exception to the foregoing requirements, when there are two or more deficiencies in the gradation acceptance tests (% pass No. 4 [4.75 mm] sieve, % pass No. 10 [2.0 mm] sieve, % pass No. 40 [425 μm sieve], % pass No. 200 [75 μm] sieve) the County will only apply the greater adjustment. The County will express all reductions in payment in terms of equivalent pay items at no pay. When the item is measured by the ton [metric ton], the County will convert the LOT in the field, which is measured in feet [meters], to equivalent tons [metric tons] and by using the average calculated spread for that LOT. When the pay item is measured by the square yard [square meter], the County will convert the LOT at the production point, which is measured in tons [metric tons], to equivalent square yards [square meters] at the design thickness and by using the laboratory density as a conversion factor.
Acceptance of the Mixture at the Plant
General: The County will accept the bituminous mixture at the plant, with respect to gradation and asphalt content, on a LOT to LOT basis. The material will be tested for acceptance in accordance with the provisions of 331-5 and the following requirements. However, the County will reject any load or loads of mixture which are unacceptable for reason of being excessively segregated, aggregates improperly coated, or of excessively high or low temperature for use in the work.
For initial use of a Type S or FC-3 mix design with a Florida limestone source north of the 28th parallel at a particular plant, limit the first day’s production to a maximum of 300 tons [275 metric tons]. Resume production upon notification of acceptable Marshall Properties as determined in accordance with 331-6.4.
A standard size LOT at the asphalt plant will consist of 4,000 tons [3,600 metric tons] with four equal sublots of 1,000 tons [900 metric tons] each. As an exception, the first LOT for the initial use of a Type S or FC-3 mix design with a particular plant will consist of four sublots, the first sublot of 500 tons [450 metric tons] or the first day's production (300 tons [275 metric tons] maximum for mix design with a Florida limestone source north of the 28th parallel), the second sublot of 500 tons [450 metric tons], and the remaining two sublots of 1,000 tons [900 metric tons] each.
A partial LOT may occur due to the following:
the completion of a given mix type on a project.
An approved LOT termination by the County due to a change in process, extended delay in production, or change in mix design.
If the partial LOT contains one or two sublots with their appropriate test results, then the previous full-size LOT will be redefined to include this partial LOT and the evaluation of
the LOT will be based on either five or six sublot determinations. If the partial LOT contains three sublots with their appropriate test results, this partial LOT will be redefined to be a whole LOT and the evaluation of it will be based on three sublot determinations.
When the total quantity of any mix is less than 3,000 tons [2,700 metric tons], the partial LOT will be evaluated for the appropriate number of sublots from n=1 to n=3. When the total quantity of any mix type is less than 500 tons [450 metric tons], the Department will accept the mix on the basis of visual inspection. The Department may run extraction and gradation analysis for information purposes; however, the provisions for partial payment will not apply.
On multiple blanket purchase orders (projects), the LOT(s) at the asphalt plant will carry over from project to project.
Acceptance Procedures: Control all operations in the handling, preparation, and mixing of the asphalt mix so that the percent bitumen and the percents passing the No. 4, No. 10, No. 40 and No. 200 [4.75 mm, 2.00 mm, 425 μm and 75 μm] sieves will meet the approved job mix formula within the tolerance shown in Table 331-6.
Table 331-6 Tolerances for Acceptance Tests | |
Characteristic | Tolerance* |
Asphalt Content (Extraction) | ±0.55% |
Asphalt Content (Printout) | ±0.15% |
Passing No. 4 [4.75 mm] sieve | ±7.00% |
Passing No. 10 [2.00 mm] sieve | ±5.50% |
Passing No. 40 [425 μm] sieve** | ±4.50% |
Passing No. 200 [75 μm] sieve | ±2.00% |
*Tolerances for sample size of n=1. See Table 331-7 for other sample sizes n=2 through n=6. **Applies only to Types S-I, S-II, S-III, and FC-3. |
Acceptance of the mixture will be on the basis of test results on consecutive random samples from each LOT. One random sample will be taken from each sublot. The bituminous mixture will be sampled and tested at the plant as specified in 331-4.4.2.
Calculations for the acceptance test results for bitumen content and gradation (percentages passing No. 4, No. 10, No. 40 and No. 200 [4.75 mm, 2.00 mm, 425 μm and 75 μm] sieves) will be shown to the nearest 0.01. Calculations for arithmetic averages will be carried to the nearest 0.001 and rounded to the nearest 0.01 in accordance with the County’s rules of rounding.
Payment will be made on the basis of Table 331-7, “Acceptance Schedule of Payment”. The process will be considered out of control when the deviation of any individual test result from the mix design falls in the 80% pay factor for the “one test” column of Table 331-7. When this happens, the LOT will be automatically terminated and production stopped. The approval of the County will be required prior to resuming production of the mix. Acceptance of the LOT will then be determined in accordance with Table 331-7.
All acceptance tests will be completed on the same day the sample was taken, when possible, and on no occasion will they be completed later than the following work day.
Table 331-7 Acceptance Schedule of Payment (Asphalt Plant Mix Characteristics) | ||||||
Average of Accumulated Deviations of the Acceptance Tests from the Mix Design. | ||||||
Pay Factor | 1-Test | 2-Tests | 3-Tests | 4-Tests | 5-Tests | 6-Tests |
Asphalt Cement Content (Extraction - FM 5-544 or 5-563) | ||||||
1.00 | 0.00-0.55 | 0.00-0.43 | 0.00-0.38 | 0.00-0.35 | 0.00-0.33 | 0.00-0.31 |
0.95 | 0.56-0.65 | 0.44-0.50 | 0.39-0.44 | 0.36-0.40 | 0.34-0.37 | 0.32-0.36 |
0.90 | 0.66-0.75 | 0.51-0.57 | 0.45-0.50 | 0.41-0.45 | 0.38-0.42 | 0.36-0.39 |
0.80* | over 0.75 | over 0.57 | over 0.50 | over 0.45 | over 0.42 | over 0.39 |
Asphalt Cement Content (Printout) | ||||||
1.00 | 0.00-0.15 | 0.00-0.15 | 0.00-0.15 | 0.00-0.15 | 0.00-0.15 | 0.00-0.15 |
0.95 | 0.16-0.25 | 0.16-0.25 | 0.16-0.25 | 0.16-0.25 | 0.16-0.25 | 0.16-0.25 |
0.90 | 0.26-0.35 | 0.26-0.35 | 0.26-0.35 | 0.26-0.35 | 0.26-0.35 | 0.26-0.35 |
0.80* | over 0.35 | over 0.35 | over 0.35 | over 0.35 | over 0.35 | over 0.35 |
No. 4 [4.75 mm] sieve** | ||||||
1.00 | 0.00-7.00 | 0.00-5.24 | 0.00-4.46 | 0.00-4.00 | 0.00-3.68 | 0.00-3.45 |
0.98 | 7.01-8.00 | 5.25-5.95 | 4.47-5.04 | 4.01-4.50 | 3.69-4.13 | 3.46-3.86 |
0.95 | 8.01-9.00 | 5.96-6.66 | 5.05-5.62 | 4.51-5.00 | 4.14-4.58 | 3.87-4.27 |
0.90 | 9.01-10.00 | 6.67-7.36 | 5.63-6.20 | 5.01-5.50 | 4.59-5.02 | 4.28-4.67 |
0.80* | over 10.00 | over 7.36 | over 6.20 | over 5.50 | over 5.02 | over 4.67 |
No. 10 [2.00 mm] sieve** | ||||||
1.00 | 0.00-5.50 | 0.00-4.33 | 0.00-3.81 | 0.00-3.50 | 0.00-3.29 | 0.00-3.13 |
0.98 | 5.51-6.50 | 4.34-5.04 | 3.82-4.39 | 3.51-4.00 | 3.30-3.74 | 3.14-3.54 |
0.95 | 6.51-7.50 | 5.05-5.74 | 4.40-4.96 | 4.01-4.50 | 3.75-4.18 | 3.55-3.95 |
0.90 | 7.51-8.50 | 5.75-6.45 | 4.97-5.54 | 4.51-5.00 | 4.19-4.63 | 3.96-4.36 |
0.80* | over 8.50 | over 6.45 | over 5.54 | over 5.00 | over 4.63 | over 4.36 |
No. 40 [425 μm] sieve** | ||||||
1.00 | 0.00-4.50 | 0.00-3.91 | 0.00-3.65 | 0.00-3.50 | 0.00-3.39 | 0.00-3.32 |
0.98 | 4.51-5.50 | 3.92-4.62 | 3.66-4.23 | 3.51-4.00 | 3.40-3.84 | 3.33-3.72 |
0.95 | 5.51-6.50 | 4.63-5.33 | 4.24-4.81 | 4.01-4.50 | 3.85-4.29 | 3.73-4.13 |
0.90 | 6.51-7.50 | 5.34-6.04 | 4.82-5.39 | 4.51-5.00 | 4.30-4.74 | 4.14-4.54 |
0.80* | over 7.50 | over 6.04 | over 5.39 | over 5.00 | over 4.74 | over 4.54 |
No. 200 [75μm] sieve** | ||||||
1.00 | 0.00-2.00 | 0.00-1.71 | 0.00-1.58 | 0.00-1.50 | 0.00-1.45 | 0.00-1.41 |
0.95 | 2.01-2.40 | 1.72-1.99 | 1.59-1.81 | 1.51-1.70 | 1.46-1.63 | 1.42-1.57 |
0.90 | 2.41-2.80 | 2.00-2.27 | 1.82-2.04 | 1.71-1.90 | 1.64-1.80 | 1.58-1.73 |
0.80* | over 2.80 | over 2.27 | over 2.04 | over 1.90 | over 1.80 | over 1.73 |
*If approved by the County based determination that the material is acceptable to remain in place, the Successful Bidder may accept the indicated partial pay. Otherwise, |
remove and replace the material at no cost to the County at any item.
**When there are two or more reduced payments for these items in one LOT of material, only the greatest reduction in payment will be applied. CAUTION: This rule applies only to these four gradation test results.
NOTES:
The No. 40 [425 μm] sieve applies to Type S-I, S-II, S-III and FC-3.
Deviations are absolute values with no plus or minus signs.
Automatic Batch Plant with Printout: Acceptance determinations for asphalt content for mixtures produced by automatic batch plants with printout will be based on the calculated bitumen content using the printout of the weights of asphalt actually used. Acceptance determinations for gradations (No. 4, No. 10, No. 40 and No. 200 [4.75 mm, 2.00 mm, 425 μm and 75 μm] sieves) will be based on the actual test results from extraction gradation analyses. Payment will be made based on the provisions of Table 331-7.
Additional Tests: The County reserves the right to run any test at any time for informational purposes and for determining the effectiveness of the Successful Bidder’s quality control.
Determination of Marshall and Volumetric Properties: The County will determine the Marshall and Volumetric Properties of the mix at a minimum frequency of one set per LOT, to determine whether or not the produced mix is meeting the specification requirements. The County will sample and prepare test specimens and test them in accordance with FM 5-511 for Marshall Stability and flow, FM 1-T 209 for maximum specific gravity, and FM 1-T 166 for density. Volumetric properties will be determined for Type S and FC-3 mixes only.
Failing Marshall Properties: When the average value of the specimens fails to meet specification requirements for stability or flow, the County may stop the plant operations until all specification requirements can be met or until another verified mix design has been approved. Make revisions to a mix design in accordance with 331-4.3.2. If the Lab Density of the mix during production differs from the value shown on the verified mix design by more than 2 lbs/ft3 [32 kg/m3] for two consecutive tests, the County will revise the target value.
Failing Volumetric Properties (Type S and FC-3 mixes only): When the County determines the air void content to be less than 3.0%, or greater than 6.5%, make appropriate adjustments to the mix. When the air void content is determined to be less than 2.5% or greater than 7.0% on any one test, or less than 3.0% on two consecutive tests, cease operations until the problem has been resolved.
Resuming Production: In the event that plant operations are stopped due to a failure to meet specification requirements, obtain the County’s approval before resuming production of the mix. Limit production to a maximum of 300 tons [270 metric tons]. At this time, the Marshall and volumetric properties of the mix will be verified. After the
Marshall and volumetric properties are verified, full scale production of the mix may be resumed.
Disposition of In-Place Material: Any material in-place that is represented by the failing test results (low stability, high flow, or less than 2.5% air voids) will be evaluated by the County to determine if removal and replacement is necessary. Remove and replace any in-place material, if required, at no cost to the County.
Acceptance of the Mixture at the Roadway:
Density Control Nuclear Method: Determine the in-place density of each course of asphalt mix construction using the Nuclear Density Backscatter Method as specified by FM 1-T 238 (Method B). For a completed course, obtain an average in-place LOT density of at least 98% of the valid control strip density.
Do not perform density testing on patching courses, leveling and intermediate courses less than 1 inch [25 mm] thick (or a specified spread rate less than 100 lb/yd2
[55kg/m2]), overbuild courses where the minimum thickness is less than 1 inch [25 mm], projects less than 1,000 feet [300 m], sections with variable width, or open-graded friction courses. Compact these courses, with the exception of open-graded friction courses in accordance with 330-10.1.2.
Control Strips: In order to determine the density of compacted asphalt mixtures for the purpose of acceptance, first establish a control strip. Construct one or more control strips for the purpose of determining the control strip density. Construct a control strip at the beginning of asphalt construction and one thereafter for each successive course. Construct a new control strip for any change in the composition of the mix design, underlying pavement structure, compaction equipment, or procedures. The County may require an additional control strip when the County deems it necessary to establish a new control strip density or confirm the validity of the control strip density being used at that time. The Successful Bidder may also request a confirmation of the control strip density. Construct the control strip as a part of a normal day’s run.
Construct a control strip 300 feet [100 m] in length and of an adequately uniform width to maintain a consistent compactive effort throughout the section. When constructing the control strip, start it between 300 and 1,000 feet [100 and 300 m] from the beginning of the paving operation. Construct a control strip of a thickness that is the same as that specified for the course of which it is a part. Construct the control strip using the same mix, the same paving and rolling equipment, and the same procedures as those used in laying the asphalt course of which the control strip is to become a part. Leave every control strip in place to become a portion of the completed roadway.
In order to determine the acceptability of the control strip, make ten nuclear density determinations at random locations within the control strip after completing the compaction of the control strip. Do not make any determinations within 12 inches [300 mm] of any unsupported edge. Use the average of these ten determinations for the Control Strip Density. For purposes of determining the percent of laboratory density, as
required in Table 331-8, the County will develop a correction factor at four nuclear density locations from 6 inch [150 mm] diameter cores or by direct transmission nuclear determination where applicable. Cut the cores prior to opening the roadway to traffic. The County will calculate the percent of lab density to the nearest 0.01% and round it to the nearest 0.1%. Should the percent of lab density in a control strip exceed 99.0%, notify the County immediately.
In the event that a control strip does not meet the minimum density requirements specified in Table 331-8, take appropriate corrective actions and construct a new control strip. If three consecutive control strips fail to meet specification requirements, the County will limit production and placement of the mix to 800 to 1,000 feet [250 to 300 m], regardless of the thickness and width the Successful Bidder is placing, until the Successful Bidder obtains a passing control strip.
Once the Successful Bidder has obtained a passing control strip after a failing control strip (for the same mix, layer, and project), the County will use the passing control strip to accept all previously laid mix. In the event the Successful Bidder does not obtain a passing control strip, and this particular mix, layer, etc., is completed on the project, the County will evaluate density in accordance with FM 5-543.
Table 331-8 | |||
Roadway Requirements for Bituminous Concrete Mixes | |||
Mix Type | Density | Minimum Control Strip Density* (% of Lab Density) | Surface Tolerance |
S-I, S-II, S-III, Type II, Type III, SAHM | per 331-7 | 96 | per 330-12 |
ABC-1, ABC-2, ABC-3 | per 280-8.6 | 96 | per 200-7 |
FC-2 | No density required | N/A | per 330-12 |
FC-3 | per 331-7 | 96 | per 330-12 |
* The minimum control strip density requirement for shoulders is 95% of lab density. |
LOTs: For the purpose of acceptance and partial payment, the County will divide each day’s production into LOTs. The County will close out all LOTs at the end of the day. The standard size of a LOT is 5,000 feet [1,500 m] of any pass made by the paving train regardless of the width of the pass or the thickness of the course. A sublot will be 1,000 feet [300 m] or less. The County will consider pavers traveling in echelon as two separate passes. When at the end of a production day, the completion of a given course, layer, or mix, or at the completion of the project, and a LOT size is determined to be less than 5,000 feet [1,500 m], it will be considered a partial LOT. Handle partial LOTs as follows:
If the length of the partial LOT is 2,000 feet [600 m] or less, and a previous full-size LOT from the same day, mix, layer, and project is available, then the previous full-size LOT
will be redefined to include this partial LOT and the number of tests required for the combined LOT will be as shown in Table 331-9.
If the partial LOT is 2,000 feet [600 m] or less, and a previous full-size LOT from the same day, mix, layer, and project is not available, the County will evaluate the partial LOT separately and perform the number of tests required for the partial LOT as shown in Table 331-9.
If the partial LOT is greater than 2,000 feet [600 m] long, the County will evaluate the partial LOT separately and perform the number of tests required for the partial LOT as shown in Table 331-9.
Table 331-9 | |
Testing Requirements for Partial LOTs | |
LOT Size | Number of Tests |
Less than 3,000 feet [900 m] | 3 |
3,001 to 4,000 feet [901 to 1,200 m] | 4 |
4,001 to 5,000 feet [1,201 to 1,500 m] | 5 |
5,001 to 6,000 feet [1,501 to 1,800 m] | 6 |
6,001 to 7,000 feet [1,801 to 2,100 m] | 7 |
Greater than 7,000 feet [2,100 m] | 2 LOTs |
For each LOT and partial LOT, the County will make density determinations at a frequency shown in Table 331-9 at random locations within the LOT, but will not take them within 12 inches [300 mm] of any unsupported edge. The County will determine the random locations by the use of statistically derived stratified random number tables. For the Successful Bidder to receive full payment for density, the average density of a LOT shall be a minimum of 98.0% of the control strip density. Once the County determines the average density of a LOT, do not provide additional compaction to raise the average. Notify the County should the average density for two consecutive LOTs be greater than 102% of control strip density.
Acceptance: The County will accept the completed pavement with respect to density on a LOT basis. The County will make partial payment for those LOTs that have an average density less than 98.0% of the Control Strip Density based on Table 331-10:
Table 331-10 | |
Payment Schedule For Density | |
Percent of Control Strip Density* | Percent of Payment |
98.0 and above | 100 |
97.0 to less than 98.0 | 95 |
96.0 to less than 97.0 | 90 |
Less than 96.0** | 75 |
SECTION E – TECHNICAL PECIFICATIONS
* In calculating the percent of control strip density, do not round off the final percentage.
** If approved by the County, based on a determination that the material is acceptable to remain in place, the Successful Bidder may accept the indicated partial pay; otherwise, remove and replace the material at no expense to the County. The Successful Bidder may remove and replace the material at no expense to the County at any time.
Density Requirements for Small Projects and Other Non-mainline Roadway Areas: For projects less than 1,000 feet [300 m] in length and bridge projects with approaches less than 1,000 feet [300 m] each side, do not apply the requirements for control strips and nuclear density determination. Use the standard rolling procedures as specified in 330-10.1.2. Do not apply the provisions for partial payment to these small projects.
In other non-mainline roadway areas where it is not practical to establish a control strip, such as parking areas, toll plazas, turn lanes, and acceleration/deceleration lanes, the Successful Bidder may use the standard rolling procedure to determine density requirements if so authorized in writing by the County
.
Surface Tolerance: The bituminous mixture will be accepted on the roadway with respect to surface tolerance in accordance with FDOT 330-12.
Method of Measurement
The quantity to be paid for will be the weight of the mixture, in tons, completed and accepted.
The weight will be determined as provided in 320-2 (including the provisions for the automatic recordation system).
The bid price for the asphalt mix will include the cost of the liquid asphalt or the asphalt recycling agent.
(IV.7 and IV.8) BASIS OF PAYMENT
All bid items specified shall be paid under the respective pay item noted on the Bid Form.
(IV.11) SWEEP, TACK, SPREAD AND COMPACT SP MIXES <100# (IV.12) SWEEP, TACK, SPREAD AND COMPACT SP MIXES >#100 (IV.13) SWEEP, TACK, SPREAD AND COMPACT 100# /SY OR MORE (IV.14) SWEEP, TACK, SPREAD AND COMPACT 50# /SY TO 99#/SY (IV.15) SWEEP, TACK, SPREAD AND COMPACT ROAD WIDENING (IV.16) SWEEP, TACK, SPREAD AND COMPACT RE-BASING
(IV.17) SWEEP, TACK, SPREAD AND COMPACT PARKING LOTS
(IV.18) CUT, SQUARE, SWEEP, TACK, SPREAD AND COMPACT PATCHING
The work specified in these sections include all equipment, labor and materials necessary to sweep, tack, spread, and compact for asphaltic-concrete are established for leveling courses, thin overlays, road widening and parking lots. Straight line paving will be paid 50#/sy to 99#/sy per course and for 100#/sy per course and greater. (See general notes)
(IV.18) SWEEP, TACK SPREAD AND COMPACT PATCHING
The work specified in this section includes all equipment, labor and materials necessary to cut, square, sweep, tack, spread and compact for asphalt concrete per ton. Separated pay items for patching will be for cut, square, sweep, tack, spread and compact for asphalt-concrete per ton. (See general notes)
General Notes for A & B
Unit price determination will be based upon total quantities per each Blanket Release Order.
Example: Two 50#/sy leveling courses, each course 300 tons 2 x 300 tons = 600 tons; pay at over 500 tons unit price.
Successive leveling or surface courses comprised of or to be placed on top of SAHM, Type II, or Type III mixes shall not be placed until the previous mat has cooled sufficiently to eliminate distortion and/or displacement of that mat.
Quantities for multiple courses will be combined for unit price determination for material, labor, and equipment.
Intersecting streets shall be pulled to the radius points at a minimum, unless specified by the Pavement Manager or his representative.
Herbicide to be applied to vegetation growing within the asphalt pavement areas a minimum of 24 hours prior to resurfacing at no cost to the County.
Driveways along streets to be resurfaced shall be done on an as-required basis to provide a smooth transition to the travel surface.
Asphaltic-concrete material delivered to job site and sweep, tack, spread, and compact bid items will be combined to determine low aggregate job total for award on a Release Order basis. Where appropriate and where necessary, manhole and water valve adjustment bid items will be combined with the above items to determine low aggregate job total.
All home owners and businesses affected by the project shall be notified a minimum of two days in advance of the beginning of the project. The notification shall be a door hanger with the Successful Bidders name and contact information including phone numbers.
(IV.11, IV.12, IV.13 IV.14, IV15, IV16 IV.17 AND IV.18) BASIS OF PAYMENT
All bid items specified shall be paid under the respective pay items noted on the Bid Form.
(IV.19) REWORK EXISTING ASPHALTIC CONCRETE PAVEMENT
Furnish all labor and equipment and material to heat, scarify, rejuvenate, reshape, add material and compact existing asphalt.
(IV.19) BASIS OF PAYMENT
All bid items specified shall be paid under the respective pay items noted on the Bid Form.
(IV.20) BITUMINOUS DOUBLE SURFACE TREATMENT
The work specified in this section consists of furnishing and applying a single or double application of bituminous surface treatment on a paved roadway or on a prepared road base, compacted to the lines, grades, and thickness established by the County and in substantial conformance with the limits established by the County.
Description: Chip Seal is a pavement surface treatment option that combines a layer of polymer modified liquid asphalt emulsion placed on a prepared base with a layer of aggregate spread and compacted while the asphalt is still liquid.
Materials
Aggregates: Crushed granite conforming to FDOT section 901, table 1 for #89, #78 or #67 gradation for coarse aggregates except as modified herein. The aggregate shall be washed granite obtained from a source approved by the county. Sampling and testing of aggregate shall be the responsibility of the Successful Bidder.
Copies of test results from the aggregate supplier shall be furnished to the county prior to the start of the surface treatment.
Liquid bituminous material for surface treatment: CRS-2h liquid bituminous material conforming to FDOT specification section 916-4.1 except as modified herein. The bituminous material shall be polymer modified. The Successful Bidder shall certify the liquid bituminous material meets the aforementioned FDOT.
The Cationic mixing grade shall be homogenous and of high quality. The material shall be prepared from straight-run Venezuelan Asphalt of high ductility and shall contain a rubber hydrocarbon additive derived from latex in addition to carefully controlled amounts of selected diluents to promote work ability and minimize stripping. Additives that enhance pavement performance are subject to approval by Manatee County.
Cationic Asphalt Emulsion
Material Designation | ||
Test on Emulsion: | Minimum | Maximum |
Viscosity, Saybolt Furol, 77 degrees F (25 C), s | --- | --- |
Viscosity, Saybolt, 122 degrees F (50 C), | 150 | 400 |
s | ||
Storage Stability Test, 24-h, %* | 1 | |
Distillation (prior to addition of dilutent) | ||
% residue by volume of emulsion | 65 | --- |
% oil distillate by volume of emulsion | --- | 0.5 |
Tests on Residue from Distillation: | --- | --- |
Penetration, 77 °F, 100 g., 5 sec. | 70 | 110 |
Solubility in Trichloroethylene, % | 97.5 | --- |
Ductility, 77 °F, 5 cm./min., cm. | 100 | --- |
Material Samples
The County will require the Successful Bidder to sample and test each load of emulsion prior to delivery. The Successful Bidder will also provide a sample of the emulsion, on site, prior to commencing work. The County will require the Successful Bidder to provide sample containers and a local Independent testing laboratory for the analyzing of emulsion. The Successful Bidder will be responsible for the cost of the testing. The County reserves the right to test any shipment of emulsion that is believed to be of substandard. All samples shall be shipped and stored in clean air tight sealed wide mouth jars or bottles made of plastic.
Equipment
Distributor: The liquid bituminous material shall be applied with a truck mounted, pressure distributor that has been calibrated within the previous twelve (12) months, for transverse and longitudinal application rate. The distributor shall be equipped, maintained and operated so that the bituminous material can be applied at controlled temperatures and rates from .035 to 1.5 gallons per square yard.
The distributor shall be capable of applying bituminous material of variable widths up to sixteen (16) feet. The distributor shall uniformly apply the bituminous material to the specified rate with a maximum allowed variation of 0.015 gallons per square yard. Distributor equipment shall include tachometer, accurate volume measuring device, a calibrated tank and a thermometer for measuring the temperature of the tank’s contents. Distributors shall be equipped with a heating device, asphalt pump and full circulating spray bars adjustable laterally and vertically. Distributors and transport trailers shall be equipped with a sampling valve. Distributor trucks shall be of the pressure type with insulated tanks. The use of gravity distributors will not be permitted. The valves shall be operated by levers so that one or all valves may be quickly opened or closed in one operation. The valves which control the flow from nozzles shall act positively so as to provide a uniform unbroken spread of bituminous material on the surface. The distributor shall be equipped with devices and charts to provide for accurate and rapid determination and control of the amount of bituminous material being applied and with a bitumeter of
the auxiliary wheel type registering speed in feet per minute, and trip and total distance in feet.
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 six (6”) inches wider than the width of the lane to be treated.
The spreader shall be calibrated within the previous twelve (12) months for transverse and longitudinal application. The spreader shall be equipped with a computer- controlled aggregate/chip spreader in order to ensure the appropriate aggregate coverage at varying speeds, unless approved otherwise by County.
Pneumatic Tire Rollers: The Successful Bidder shall use eight (8) to twelve (12) ton self- propelled pneumatic tire rollers with oscillating wheels and low pressure, smooth tires. Maintain the inflation of the tires such that in no two tires the air pressure varies more than 5 psi. The rollers will be equipped with an operating water system and coco pads. A sufficient number of rollers and a sufficient number of passes shall be used to ensure cover aggregate is properly rolled.
Self-Propelled Rotary Power Broom: The self-propelled rotary broom shall be designed, equipped, maintained and operated so the pavement surface can be swept clean. The broom shall have an adjustment to control the downward pressure.
Additional Equipment: Additional equipment will be needed to complete the operations required by this technical provision. All equipment necessary for the successful completion of projects governed by this technical provision shall be included in the unit costs associated herein. Availability of quality assurance devices (such as a 15' straight edge) shall be the responsibility of the Successful Bidder.
Experience
Bidders must submit a minimum of five Chip Seal project references on the Attachment “A” Contractor’s Questionnaire that have been completed within the past three years. Successful Bidders may be required to submit detailed information regarding the staff that they propose for this project. Successful Bidder shall be capable of meeting all the requirements of this specification at the time of the bid.
Construction:
Layout: The Successful Bidder will be responsible for the string lining and lay out of the roadway prior to paving.
Weather and Seasonal limitations: The surface treatment shall not be applied to a wet surface or when rain is occurring or the threat of rain is present immediately before placement. The surface treatment shall not be applied when the temperature is less than 50 degrees Fahrenheit in the shade. When applying emulsions, the temperature of the surface shall be a minimum of 55°F, and no more than 140°F.
Preparation of Surface: The chip seal material shall be placed on a firm unyielding prepared roadway. The Successful Bidder shall be responsible for clipping back shoulders and removing overburden or any other vegetation or debris to ensure that the road is free of organic and deleterious material. The Successful Bidder will be responsible for blowing or sweeping the road immediately ahead of the chip seal operation to make
sure the road is free of loose aggregate and other debris.
Application of Bituminous Material: Liquid bituminous material shall be applied by means of a pressure type distributor in a uniform, continuous spread over the section to be treated. The distributor shall be moving forward at the proper speed when the liquid is discharged onto the pavement to provide an even and consistent application at the rate prescribed. If any areas are deficient the operation shall be stopped and corrected immediately. The liquid shall not be applied more than two hundred (200’) feet in advance of the aggregate spreader when the ambient air temperature is above 75 degrees or one hundred (100’) feet if the air temperature is below 75 degrees.
Single Chip Seal: Application of the liquid bituminous material shall be applied at a rate of .38 -.45 gallons per square yard depending on the composition of the existing road bed, surface texture and the size of the aggregate in use.
Double Chip Seal: The second application of liquid bituminous material shall be applied at a rate of .38 - .42 gallons per square yard depending upon the size of the first layer of aggregate that the liquid is sprayed upon and the size of the aggregate being placed over the first application of surface treatment.
Application of Cover Aggregate
Immediately following the spray application of the liquid bituminous material, cover aggregate shall be spread over the liquid material at a rate of 18 – 30 lbs square yard depending upon the type of road base and/or the size of the existing aggregate that is being resurfaced.
Rolling: Immediately following the first application of the cover material, roll the entire surface with a pneumatic roller, followed immediately with the steel drum roller. Cover the entire surface one time with the steel drum roller. Then, roll the cover material again with the pneumatic roller. Continue rolling as long as necessary to ensure thorough keying of the cover aggregate into the liquid bituminous material. Eliminate the steel drum when rolling the second application of cover aggregate.
Apply the second application of liquid and cover material the same day as the first application, as far as it is practicable and consistent with the setting of the liquid bituminous material.
Sweeping: After rolling of the first application of cover aggregate, lightly broom the loose aggregate in a manner not to dislodge the aggregate embedded in the liquid. Sweep loose material from road bed. Following second application again broom loose aggregate from the road bed prior to the application of the fog seal. If temperatures exceed 85 degrees, it may be necessary to wait 24 hours before sweeping the first application of chip seal.
Fog Seal: Upon direction from the County, fog seal is to be applied as a separate pay item. When surface treatment has set, a fog seal is to be applied at a rate of .1 to .15 gallons per square yard to the entire surface treatment. The liquid for fog seal shall be a cationic mixing type emulsion diluted forty (40%) percent with water.
Fog seal shall then be lightly sanded at a rate of plus or minus two (2) pounds per square yard by means of a mechanical spreader. (See Specs)
General Performance
Provide completed pavement which performs to the satisfaction of the County without bleeding, rutting, shoving, raveling, stripping, or showing other types of pavement distress or unsatisfactory performance.
Traffic Control
The Successful Bidder shall furnish all necessary traffic control, barricades, signs and flagmen, to ensure the safety of the traveling public and to all working personnel. Traffic shall not travel on fresh mix until rolling and blotting has been completed. The Successful Bidder shall submit an M.O.T plan indication all facets of traffic control for the project area. The MOT plan must be approved in writing by the County prior to commencing any work. All traffic control shall be in accordance with the FDOT Roadway Design Standards, most current edition and TP-102. M.O.T. and associated devices shall be checked daily and periodically throughout the project for compliance; and where adjustments or corrections are needed, prompt revisions shall be made.
(IV.20) BASIS OF PAYMENT
All bid items specified shall be paid under the square yard pay item noted on the Bid Form.
(IV.21) THIN LIFT ASPHALT MIX
The work specified in this section consists of the application procedures for rut filling and or overlaying of existing surfaces for the full pavement width with a hot mix plant product of granite screenings and PG 76-22.
Mix Design: The Successful Bidder shall provide the County with a design mix for approval prior to beginning production. Use Table 1.1 for Gradation Design Range.
Sieve Size | Gradation Design Range |
3/8" | 100 |
No. 4 | 85-100 |
No. 8 | 60-80 |
No. 16 | 35-55 |
No. 30 | 22-38 |
No. 50 | 10-25 |
No. 100 | 5-15 |
No. 200 | 4-10 |
Design Requirements | |
Asphalt Binder Content % | 6.0-8.0 |
Air Voids % | 4.0-8.0 |
Materials
Asphalt Binder Material: The bituminous material shall be PG 76-22.
Aggregate Material: The aggregate used shall be granite screenings from an approved source, obtained from the crushing of material meeting the requirements of FDOT Section 902.
Tack Coat: A tack coat, as specified in Section 300 of the FDOT Standard Specifications for Road and Bridge Construction, latest version, will be required on existing pavements that are to be overlaid with an asphalt mix.
Construction Methods
Application of SP 4.75: The SP 4.75 mix shall be placed with a conventional paver and compacted with a steel wheel roller in accordance with Section 330 of the FDOT Standard Specifications for Road and Bridge Construction, latest version, and as directed by the County. Should there be a need for herbicide application prior to placement of asphalt; the Successful Bidder shall apply the herbicide following manufacturer’s recommendations.
Layer Thickness
The allowable layer thickness for SP 4.75 shall be ½” – ¾” as specified by the County.
Weather Limitations: Application must be made when the ambient temperatures are above 65 degrees F, only when other weather conditions are determined favorable by the County. Night application will not be allowed.
Acceptance at the Plant
The asphalt mixture will be accepted at the plant, with respect to gradation, air voids and asphalt binder content, on a Lot to Lot basis. However, any load or loads of mixture which, in the opinion of the County, are unacceptable for reasons of excessive segregation, aggregates improperly coated, or of excessively high or low temperature will be rejected for use in the work.
Gradation, air voids and asphalt content of the mix will be determined by the County during production at the minimum frequency of once per 1,000 ton LOT produced. The producer shall also verify the gradation, air voids and asphalt content at a frequency of once per 200 Ton Sublot or a minimum of once per day.
The Successful Bidder shall maintain split samples of each day’s production for verification testing by the County. Each split sample shall be properly boxed and labeled with the Lot#, Sublot#, date and mix design number. These split samples shall be stored for a period of 30 days, and shall be provided to the County upon request in order to determine the disposition of a whole or partial lot. Should any verification test result fall outside of the tolerance listed in Table 1.1, the County will determine the removal and replacement of failing material at no cost to the County. Production shall be suspended until the County is satisfied that proper corrective action has been taken.
(IV.21) BASIS OF PAYMENT
All bid items specified shall be paid under the respective pay item noted on the Bid Form.
(IV.22, IV.23, IV.24 AND IV.25) MICRO SURFACING
The work specified in this section includes construct a micro surfacing pavement with the type of mixture specified in the release order. Micro surfacing is a mixture of polymer- modified emulsified asphalt, mineral aggregate, mineral filler, water, and other additives, properly proportioned, mixed and spread on a paved surface.
The mix shall be capable of being spread in variable thickness cross-sections (wedges, ruts, scratch courses and surfaces) which, after curing and initial traffic consolidation, resists compaction throughout the entire design tolerance range of asphalt binder content and variable thickness to be encountered. The end product shall maintain a skid-resistant surface in variable thick sections throughout the service life of the micro surfacing.
The mix shall be a quick-traffic system that will be able to accept straight rolling traffic one hour after application.
Materials
Emulsified Asphalt
General Requirements: Provide a quick-traffic, polymer-modified emulsified asphalt conforming to the requirements specified in AASHTO M 208 for CSS-1h as listed in Table 335-1. The cement mixing test shall be waived for this product.
The polymer material shall be co-milled into the asphalt or added to the emulsifier solution prior to the emulsification process. The amount of polymer modifier shall not be less than 3.0% polymer solids based on the asphalt content (by weight) and will be certified by the emulsified asphalt supplier.
The County may waive the five-day settlement test, provided job-stored emulsified asphalt is used within 36 hours from the time of the shipment or the stored material has had additional emulsified asphalt blended into it prior to use.
Quality Tests: The emulsified asphalt, and emulsified asphalt residue, shall meet the requirements of AASHTO M 208 for CSS-1h, with the additions noted in Table 335-1.
Table 335-1 Quality Tests for Emulsified Asphalt | ||
AASHTO Test No. | Emulsified Asphalt Property | Specification Requirements |
AASHTO T 59 | Residue after Distillation (1) | 62% Minimum |
AASHTO T 59 | Cement Mixing | NONE |
Quality Tests for Emulsified Asphalt Residue | ||
AASHTO T 53 | Softening Point | 135°F (57°C) Minimum |
(1) Maintain the test temperature at 350°F (177°C) for 20 minutes. |
Sampling, Certification, and Verification: For the first load of emulsified asphalt produced for the project, the supplier shall submit a sample to the owning agency’s designated laboratory for testing before use. When applicable, a pretest number will then be assigned by the designated laboratory, which shall be furnished with all emulsified asphalt delivered to the project.
At any time during application, the County may sample and test all subsequent loads of emulsified asphalt delivered to the project to verify and determine compliance with specification requirements. Where these tests identify material outside specification requirements, the County may require the supplier to cease shipment of that pre-tested product. Further shipment of that pre-tested product to the owning agency’s projects will remain suspended until the cause of the problem is evaluated and corrected by the supplier to the satisfaction of the County. Proper sampling and handling techniques are required, and the testing shall be completed within seven days of the sample being taken. Refer to AASHTO T 40 for emulsified asphalt sampling procedures.
Aggregate
General: Use an aggregate consisting of 100% crushed stone. The aggregate shall be a crushed stone such as granite, slag, limestone, chat, or other high-quality aggregate, or a combination thereof. To assure the material is 100% crushed, the parent aggregate will be larger than the largest stone in the gradation used. Use aggregate source(s) from the list of aggregates available on the Florida Department of Transportation’s website and also meeting the requirements of this specification. The URL for obtaining the list of aggregates is:
hftp://ftp.dot.state.fl.us/fdot/smo/website/sources/frictioncourse.pdf.
Aggregate Quality Tests: In addition to the requirements of FDOT Standard Specification Sections 901 and 902, meet the minimum aggregate requirements of Table 335-2.
Table 335-2 Quality Tests for Aggregate | ||
AASHTO Test No. | Aggregate Property | Specification Requirements |
AASHTO T 176 | Sand Equivalent | 65 Minimum |
AASHTO T 104 | Soundness | 15% Maximum using Na2SO4 or 25% Maximum using MgSO4 |
AASHTO T 96 | Abrasion Resistance (1) | 30% Maximum |
(1) The abrasion test will be performed on the parent aggregate. |
Gradation Requirements: When tested in accordance with AASHTO T 27 and AASHTO T 11, the target (mix design) aggregate gradation, including the mineral filler, shall be within the gradation range for a Type II or Type III mixture shown in Table 335- 3.
Table 335-3 Aggregate Gradation Requirements | |||
Sieve Size | Type II Mix Design Range Percent Passing | Type III Mix Design Range Percent Passing | Stockpile Tolerance from Mix Design Percent Passing |
3/8 inch | 100 | 100 | N/A |
No. 4 | 90 – 100 | 70 – 90 | ± 5% |
No. 8 | 65 – 90 | 45 – 70 | ± 5% |
No. 16 | 45 – 70 | 28 – 50 | ± 5% |
No. 30 | 30 – 50 | 19 – 34 | ± 5% |
No. 50 | 18 – 30 | 12 – 25 | ± 4% |
No. 100 | 10 – 21 | 7 – 18 | ± 3% |
No. 200 | 5 – 15 | 5 – 15 | ± 2% |
The aggregate will be accepted from the stockpile located at the project. The stockpile will be accepted based on five quality control gradation tests conducted in accordance with AASHTO T 2 and one sand equivalency test conducted in accordance with AASHTO T 176. If the average of the five gradation tests is within the stockpile tolerances shown in Table 335-3 for all of the sieve sizes, and the one sand equivalent test meets the requirement shown in Table 335-2, then the stockpile is accepted. If the average of the five gradation tests is not within the stockpile tolerances shown in Table 335-3 for any sieve size, remove the stockpiled material and replace it with new aggregate or blend other aggregate sources with the stockpiled material. Aggregates used in blending must meet the quality tests shown in Table 335-2 before blending and must be blended in a manner to produce a consistent gradation and sand equivalent value. If the sand equivalent quality control test does not meet the criteria shown in Table 335-2, remove the stockpiled material and replace it with new aggregate.
If new aggregate is obtained or blending of aggregates is performed resulting in an aggregate that is not represented by the mix design, submit a new mix design to the County for approval prior to production of the mix.
The County may obtain stockpile samples at any time. If the average of five gradation tests conducted in accordance with AASHTO T 2 is not within the gradation tolerances shown in Table 335-3 for any sieve size, or if the sand equivalent value does not meet the requirements of Table 335-2, cease production until the problem is corrected to the satisfaction of the County.
All stockpiled aggregates shall be screened at the stockpile area prior to delivery to the paving machine to remove oversize material and non-desirable particles. The screened aggregate will be placed directly into the nurse truck or into the micro surfacing mixing machine, depending on whether continuous or truck mounted machines are used. Screened aggregate may not be placed on the ground prior to mixture laydown.
Mineral Filler: Utilize non air-entrained Portland cement or hydrated lime that is free from lumps. The county will accept the mineral filler by visual inspection. The type and amount of mineral filler shall be determined by a laboratory mix design and will be considered as part of the aggregate gradation. An increase or decrease of less than one percent mineral filler may be permitted during production if it is found to result in better consistency or set times. Any changes to the percentage of mineral filler must meet the requirements of Table335-5.
Water: Utilize water that is potable and free of harmful soluble salts, reactive chemicals, or any other contaminants.
Additives: Additives may be added to the mixture or any of the component materials to provide control of quick-trafficking properties. The additives to be used should be indicated on the mix design and be compatible with the other components of the mix.
Mix Design
Before work begins, the Successful Bidder shall submit a mix design to the County. The mix design must have an aggregate source used on five (5) similar projects within the last year and have been developed using specific materials to be used on project. Mix designs shall be developed by an independent laboratory with no affiliation to the emulsion supplier or successful bidder and has experience in designing micro surfacing mixtures. When requested by the County, verification shall include confirmation of the mix design results for wet cohesion and 1hour wet track abrasion loss. Projects requiring rut filling, or multilayer application, shall also require lateral displacement confirmation.
Submit the proposed mix design with supporting test data indicating compliance with all mix design criteria. Allow the County a maximum of one week to either conditionally verify or reject the mix design.
Meet the requirements provided in Table 335-4. After the mix design has been approved, no substitutions to the mix design will be permitted, unless approved by the County. The County will consider inadequate field performance of a mix as sufficient evidence that the properties of the mix related to the mix design have changed.
The release order project will be stopped until it is demonstrated that those properties, or issues, have been sufficiently addressed.
Table 335-4 Mix Design Testing Requirements | ||
ISSA Test No. | Property | Specification Requirements |
ISSA TB-139(1) | Wet Cohesion: @ 30 Minutes Minimum (Set) @ 60 Minutes Minimum (Traffic) | 12 kg-cm Minimum 20 kg-cm or Near Spin Minimum |
ISSA TB-109 | Excess Asphalt by Loaded Wheel Tester (LWT) Sand Adhesion | 50 g/ft2 Maximum |
ISSA TB-114 | Wet Stripping | 90% Minimum |
ISSA TB-100 | Wet-track Abrasion Loss: One-hour Soak Six-day Soak | 50 g/ft2 Maximum 75 g/ft2 Maximum |
ISSA TB-147 | Lateral Displacement Specific Gravity after 1,000 Cycles of 125 lb. | 5% Maximum 2.10 Maximum |
ISSA TB-113(1) | Mix Time @ 77°F (25°C) | Controllable to 120 Seconds Minimum |
(1) The Cohesion test and Mixing Time test should be checked and reported for the highest temperatures expected during construction. |
The mix design must clearly show the proportions of aggregate, emulsified asphalt, mineral filler, water, and additive usage based on the dry weight of the aggregate. Meet the mix design component material requirements provided in Table 335-5.
Table 335-5 Mix Design Component Material Requirements | |
Component Materials | Specification Requirements |
Residual Asphalt | 5.5 to 10.5% (by dry weight of aggregate) |
Mineral Filler | 0.5 to 3.0% (by dry weight of aggregate) |
Polymer-based Modifier | Minimum of 3.0% (solids based on asphalt weight content) |
Additives | As needed |
Water | As required to produce proper mix consistency |
The materials (aggregates, emulsion, mineral filler, and additives) must be from the same source, grade and type used to develop the approved mix design. Any substitutions or alternate supplies must be preapproved by the County.
Changes in the aggregate source or emulsion source requires re-validating the mix design and the performance properties. Blending, co-mingling and otherwise combining materials from two or more sources, grades or types not noted in the approved Mix Design is strictly prohibited. Aggregate stockpiles and emulsion material should be located at or near the job site in sufficient quantity for the job or designated parts of the job.
Equipment
General: Maintain all equipment, tools, and machines used in the performance of this work in satisfactory working condition at all times to ensure a high-quality product.
Mixing Equipment: Use a machine specifically designed and manufactured to place micro surfacing. Truck mounted and self-loading continuous machines are acceptable. Mix the material with an automatic-sequenced, self-propelled micro surfacing mixing machine. It shall be a continuous-flow mixing unit able to accurately deliver and proportion the mix components through a revolving multi-blade, double-shafted mixer and to discharge the mixed product on a continuous-flow basis. The machine shall have sufficient storage capacity for all mix components to maintain an adequate supply to the proportioning controls.
Self-loading continuous machines shall be capable of loading materials while continuing to lay micro surfacing, thereby minimizing construction joints. Self-loading continuous machines shall be equipped to allow the operator to have full control of the forward and reverse speeds during applications of the micro surfacing material and shall be equipped with opposite-side driver stations to assist in alignment. The self-loading device, opposite- side driver stations, and forward and reverse speed controls shall be original equipment- manufacturer design.
Proportioning Device: Provide and properly mark individual volume or weight controls for proportioning each material to be added to the mix (i.e., aggregate, mineral filler, emulsified asphalt, additives, and water).
Spreading Equipment: Agitate and spread the mixture uniformly in the spreader box by means of twin-shafted paddles or spiral augers fixed in the spreader box. Provide a front seal to ensure no loss of the mixture at the road contact point. The rear seal shall act as a final strike-off and shall be adjustable. The spreader box and rear strike-off shall be so designed and operated that a uniform consistency is achieved and a free flow of material is provided to the rear strike-off. The spreader box shall have suitable means to hydraulically adjust the box width automatically while traveling behind the mixing unit, and be able to side shift the box to compensate for variations in the pavement geometry.
Secondary Strike-off: Provide a secondary strike-off to improve surface texture. The secondary strike-off shall have the same adjustments as the spreader box.
Rut-filling Equipment: When required by the plans, micro surfacing material may be used to fill ruts, utility cuts, depressions in the existing surface, etc.
When rutting or deformation is less than 1/2 inch, a full width scratch course may be applied with the spreader box using a metal or stiff rubber strike-off. Ruts of 1/2 inch or greater in depth shall be filled independently with a rut-filling box, either five or six feet in width. Ruts that are in excess of 1-1/2 inch in depth may require multiple applications with the rut-filling box to restore the cross-section.
When a rut box is used, emulsified asphalt content may be reduced by 0.5% of the mix design target. Any reduction of emulsified asphalt content must be within the tolerance of the job mix formulation listed in the mix design. Material placed with the rut-filling box shall have a 1/4 inch crown to allow for traffic consolidation. Before placing subsequent lifts, allow all rut-filling material to cure under traffic for at least 24 hours.
Auxiliary Equipment: Provide suitable surface preparation equipment, traffic control equipment, hand tools, and any other support and safety equipment necessary to perform the work.
Calibration
Calibrate each mixing unit to be used in the performance of the work in the presence of the County prior to the start of construction. Previous calibration documentation covering the exact materials to be used may be acceptable, provided that no more than 60 days have lapsed. Document the individual calibration of each material at various settings, which can be related to the machine metering devices. Do not utilize any mixing unit on the project until the calibration has been completed and approved by the County. Any component replacement affecting material proportioning requires that the machine be recalibrated. No machine will be allowed to work on the project until the calibration has been completed and accepted.
Weather Limitations
Do not apply micro surfacing if either the pavement or air temperature is below 50°F and falling. Micro surfacing may be applied when both pavement and air temperatures are 45°F and rising. Do not apply micro surfacing when there is the possibility that the finished product will freeze within 24 hours. Do not apply micro surfacing in the rain or when there is standing water on the pavement. The mixture shall not be applied when weather conditions prevent opening to traffic within a reasonable amount of time, as determined by the County.
Surface Preparation
General: Remove any thermoplastic striping materials and retro-reflective pavement markers in the areas to be micro surfaced. Provide temporary striping as necessary to comply with task requirements. Immediately prior to applying the micro surfacing, clear the surface of all loose material, silt spots, vegetation, and other material that will negatively affect the quality of the micro surfacing, utilizing any standard cleaning method. If water is used for cleaning, allow any unsealed cracks to dry thoroughly before applying micro surfacing. Protect manholes, valve boxes, drop inlets and other service entrances from the micro surfacing mixture by a suitable method. The County will approve the surface preparation prior to micro surfacing. No loose aggregate, either spilled from the lay-down machine or existing on the road, will be permitted.
Cracks: If the plans call for crack filling prior to construction of the micro surfacing treatment, pre-treat any cracks in the surface of the pavement with a crack filler meeting the material requirements of FDOT Developmental Specification Section 305 prior to the application of the micro surfacing. Fill any cracks with a width greater than 1/4 inch. Do not overfill the cracks. Crack filling material must cure for a minimum of 30 days prior to application of the micro surfacing.
Rumble Strips: Where shoulders are not to be micro surfaced, prevent material from being applied to or entering any rumble strip depressions. If necessary, remove any material that enters the depressions. When rumble strips are to be micro surfaced, place a scratch course to fill the depressions prior to placing the final surface course.
Tack Coat: Place a tack coat on all concrete or brick pavement prior to constructing a micro surfacing course. In general, the County will not require a tack coat on asphalt pavements except in areas that are extremely dry or raveled, as determined by the County. If required, the tack coat should be type SS, type CSS, or the micro surfacing emulsified asphalt. It may consist of one part emulsified asphalt to three parts water and should be applied with a standard distributor. The distributor shall be capable of applying the dilution evenly at a rate of 0.05-0.15 gallons per square yard.
Test Strip
Construct a test strip for the County to evaluate. The test strip should be performed in similar conditions as those expected during actual application. The test strip shall be 1,000 feet in length at a location not associated with the project within reasonable proximity to the project staging area. The intention of the test strip is to assure adequate workmanship, aesthetics and that the cure time of the mixture is achievable when applied with the personnel, equipment and materials intended for use during execution of the project. Acceptable cure time is defined by the ability of the test strip to accept rolling traffic within one hour after placement. Full production may begin once the test strip has been accepted by the County.
If the County deems the test strip to be unacceptable, the Successful Bidder shall make any necessary changes. Once the County is satisfied that the cause of the problem has been remedied, the Successful Bidder may resubmit a new test strip for evaluation.
Application
General: Pre-wet the surface by fogging ahead of the spreader box with water. Adjust the rate of application of the fog spray to suit temperatures, surface texture, humidity, and dryness of the pavement.
The micro surfacing shall be of the desired consistency upon leaving the mixer. Carry a sufficient amount of material in all parts of the spreader box at all times so that complete coverage is obtained. Avoid overloading of the spreader box. Do not allow lumping, balling, or unmixed aggregate in the micro surfacing mixture. Do not leave streaks, such as those caused by oversized aggregate, in the finished surface.
If excess streaking develops, stop production until the situation has been corrected. Excessive streaking is defined as more than four drag marks greater than 1/2 inch wide and 4 inches long, or 1 inch wide and 3 inches long, in any 30 square yard
area. Do not permit transverse ripples or longitudinal streaks of 1/4 inch in depth or greater, when measured by placing a 10 foot straight edge over the surface.
Rate of Application: The average single application rate, as measured by the Successful Bidder, shall be in accordance with Table 335-6, unless otherwise specified
in the plans. Full width application rates must be maintained within plus or minus 2 pounds per square yard of the specified rate. Application rates are based upon the weight of dry aggregate in the mixture. The maximum thickness of any single layer of micro surfacing at the edge of the pavement shall be 1/4 inch.
Table 335-6 Rate of Application | |||
AGGREGATE TYPE | LOCATION | SUGGESTED APPLICATION RATE(1) | |
Type II | Collectors, Local Roads, and Airport Runways | Single Application: 15-21 lbs./yd2 | Double Application (two lifts): Bottom: 14-18 lbs./yd2 Top: 16-20 lbs./yd2 Total: 30-34 lbs./yd2 |
Scratch or Leveling Course | As Required --- 14 lb./yd2 (minimum) | ||
Type III | Interstate, Arterial Routes, and Wheel Ruts | Single Application: 18-26 lbs./yd2 | Double Application (two lifts): Bottom: 16-22 lbs./yd2 Top: 18-22 lbs./yd2 Total: 34-44 lbs./yd2 |
Scratch or Leveling Course | As Required --- 16 lb./yd2 (minimum) | ||
(1) Suggested application rates are based upon the weight of dry aggregate in the mixture. |
Joints: Prevent excessive buildup, uncovered areas, or unsightly appearance on longitudinal and transverse joints. Provide suitable-width spreading equipment to produce a minimum number of longitudinal joints throughout the project. Place longitudinal joints on lane lines, where possible. Use half passes and odd-width passes only when absolutely necessary. Do not apply a half pass as the last pass of any area. Do not overlap longitudinal lane line joints by more than three inches. Do not construct joints having more than a 1/4 inch difference in elevation when measured by placing a 10 foot straight edge over the joint and measuring the elevation drop-off. Construct longitudinal joints so that water is not held at the joint. Construct transverse joints at the beginning and end project limits so that the elevation difference the micro surfacing and the adjacent pavement does not exceed ¼ inch.
Mix Stability: Produce a micro surfacing mixture that possesses sufficient stability so that premature breaking of the material in the spreader box does not occur. The mixture shall be homogeneous during and following mixing and spreading. The mixture shall be free of excess water or emulsified asphalt and free of segregation of the emulsified asphalt and aggregate fines from the coarser aggregate. Do not spray water directly into the spreader box while applying micro surfacing material under any circumstances.
Handwork: Utilize hand squeegees to provide complete and uniform coverage of micro surfaced areas that cannot be reached with the mixing machine. Lightly dampen the area to be hand worked prior to mix placement, if necessary.
Care shall be exercised to leave no unsightly appearance from handwork. When performing handwork, provide the same type of finish as that applied by the spreader box.
Lines: Construct straight lines along curbs and shoulders. Do not permit runoff on these areas. Keep lines at intersections straight to provide a good appearance. If necessary, utilize a suitable material to mask off the end of streets to provide straight lines. Edge lines shall not vary by more than 2 inches horizontally.
Cleanup: Remove micro surfacing mixture from all areas such as manholes, gutters, drainage structures, rumble strips, and as otherwise specified by the County. On a daily basis, remove any debris resulting from the performance of the work.
Post Sweeping: If required by the County, broom the surface of any loose material within 48 hours after the completion of the micro surfacing. If directed by the County, perform this operation again approximately seven to ten days after completion of the micro surfacing as needed. Additionally, clean the surface, as necessary, prior to application of the final pavement markings.
Quality Control and Assurance.
Experience: All contractors and subcontractors shall be FDOT prequalified in the work classes of flexible paving and hot plant mixed bitum. courses. Before work begins, the Successful Bidder shall submit a minimum of five (5) Micro-surfacing project references from a City or County in the State of Florida, that have been completed within the past three years. Successful Bidder shall submit detailed information: indicating the project date, number of square yards treated in each and phone number of the government official in charge of each project. Contractor shall be capable of meeting all the requirements of this specification at the time of the bid.
General: Produce a mixture that will meet the mix design and the quality control (QC) tolerances specified in Table 335-7. Notify the County immediately if QC test results exceed the tolerances specified in Table 335-7, and stop mix production. Identify the cause of the deviation, and determine the corrective action necessary to bring the mixture into compliance. Obtain the County’s approval before resuming work.
The County reserves the right to verify, at agency cost, QC test accuracy by an independent laboratory not heretofore associated with the project. If the County identifies a condition that causes an unsatisfactory micro surfacing treatment, immediately stop production work and correct the defect at no additional cost.
Table 335-7 Micro Surfacing Quality Control Tolerances | |||||||
Aggregate Gradation Tolerances (±) | |||||||
Sieve Size | No. 4 | No. 8 | No. 16 | No. 30 | No. 50 | No. 100 | No. 200 |
Tolerance | 5.0% | 5.0% | 5.0% | 5.0% | 4.0% | 3.0% | 2.0% |
General Quality Control Tolerances (±) | |||||||
Parameter | Tolerance | ||||||
Asphalt Cement Content Single Test | 0.5% from mix design | ||||||
Asphalt Cement Content Daily Average | 0.2% from mix design | ||||||
Application Rate (as determined by 1,000 ft yield checks) | 2 lb./yd2 | ||||||
Sand Equivalent Test (ASTM D2419) | 7% from mix design |
Successful Bidder’s Quality Control Plan: Provide and follow a QC plan that will maintain QC for production and construction processes. Provide the County with a copy of the QC plan for review and approval before the pre-construction meeting. Include, at a minimum, the following items:
The source materials used on the project.
Sampling and testing methods used to determine compliance with material specifications.
The equipment to be used on the project.
Calibration method used to determine compliance with the mix design. Pavement cleaning and preparation procedure.
Plan for protecting micro surfacing mixture from damage by traffic. Procedure for monitoring initial acceptance requirements.
An action plan demonstrating adjustments of the micro surfacing operation for adverse environmental conditions.
Minimum Sampling and Testing Frequency
Fine Aggregate Gradation: Sample fine aggregate from the project stockpile and test for gradation and sand equivalency. Perform one test per 500 tons of fine aggregate.
At the discretion of the County an alternative would allow certification of an entire stockpile. The stockpile will be accepted based on five quality control gradation tests conducted in accordance with AASHTO T 2 and five sand equivalency tests conducted in accordance with AASHTO T 176. If the average of the five gradation tests is within the stockpile tolerances shown in Table 335-3 for all of the sieve sizes and the five sand equivalent tests meets the requirement shown in Table 335-2, then the stockpile is accepted.
Asphalt Content: Calculate the percent asphalt content of the mixture at least three times per day. The County on-site representative shall randomly determine the timing for the readings used to calculate asphalt content.
Application Rate: Calculate the yield of the course placed at least three times per day. The County on-site representative shall randomly determine the timing for the readings used to calculate application rate.
Documentation: Complete a daily report that includes the following information: Job number
Route/Street Name(s)
County’s On-Site Representative Date
Air temperature – Min/Max (during application) Unit weight of emulsion (pounds per gallon) Beginning and ending application locations
Counter readings (beginning, ending, and total difference) Total area (square yards)
Aggregate weight Gallons of emulsion
Application rate (pounds per square yard) Successful Bidder’s authorized signature QC aggregate properties (if required) Asphalt emulsion bill of lading(s)
Acceptance
Allow the County access to in-progress work for quality assurance review and testing. Upon completion of work, schedule an inspection with the County. The County will note deficiencies. Any deficiencies identified during this process will be addressed by the Successful Bidder at no additional cost.
(IV.22, IV.23, IV.24 AND IV.25) BASIS OF PAYMENT
The micro surfacing (referencing FDOT No. 335-1) shall be paid for at the unit price per square yard, completed and accepted. Such price and payment shall be full compensation for performing all work included in this section, and shall include the cost of all materials, including the cost of the emulsified asphalt and aggregate. Crack sealing, if required, shall be paid for under the appropriate pay item.
(IV.26) CONSTRUCTION SEALING OF ASPHALTIC CONCRETE SURFACES COURSES WITH AN ASPHALT REJUVENATING AGENT
(IV.27) RESTORATIVE SEALING OF ASPHALT PAVEMENT WITH ASPHALT REJUVENATIVE AGENT RESTRICTIVE SEAL
(IV.28) ASPHALT REJUVENATING AGENT (IV.29) ASPHALT REJUVENATING EMULSION
The work specified in the section shall consist of furnishing all labor, equipment, and material, in performing all operations necessary for the rejuvenation and in-depth sealing of asphaltic-concrete surface course by spray application of a cationic rejuvenating agent composed of petroleum oils and resins emulsified with water, complete, in accordance with the specifications, the applicable drawings and subject to the terms and conditions of the blanket purchase order.
MATERIAL
The asphalt rejuvenating agent shall be composed of a petroleum resin oil base uniformly emulsified with water. Each bidder must submit with his bid a certified statement from asphalt rejuvenator manufacturer showing that the asphalt rejuvenating emulsion conforms to the following physical and chemical requirements.
SPECIFICATIONS
Test Method Requirements
Tests | ASTM | AASHTO | Min. | Max. | |
Test on Emulsion: Viscosity @ 25°C, SFS | I | D244 | T-59 | 15 | 40 |
Residue, % W (1) | D244 (Mod.) | T-59(Mod.) | 60 | 65 | |
Miscibility Test (2) | D244 (Mod.) | T-59(Mod.) | No | ||
Coagulation | |||||
Sieve Test, % W (3) | D244 (Mod.) | T-59(Mod.) | 0.1 | ||
Particle Charge Test | D244 | T-59 | |||
Positive |
Percent Light Transmittance (4) GB GB 30
Test on Residue from Distillation:
ASTM AASHTO Min. Max.
Flash Point, COC, °C | D-92 | T-48 | 196 | - |
Viscosity @ 60°C, cSt | D-445 | - | 100 | 200 |
Asphaltenes, %w | D-2006-70 | - | - | 1.00 |
Maltene Dist. Ratio | D-2006-70 | - | 0.3 | 0.6 |
PC + A1 (5) S + A2 (5)
PC/S Ratio | D-2006-70 | - 0.5 | - |
Saturated Hydrocarbons, S (5) | D-2006-70 | 21 | 28 |
ASTM D-244 Modified Evaporation Test for percent of residue is made by heating 50 gram sample to 149°C (300°F) until foaming ceases, then cool immediately and calculate results.
Test procedure identical with ASTM D-244 except that 0.2 Normal Calcium Chloride solution shall be used in place of distilled water.
Test procedure identical with ASTM D-244 except that distilled water shall be used in place of two percent sodium oleate solution.
Test procedure is attached.
Chemical composition by ASTM Method D-592006-70:
PC = Polar Compounds A1 = First Acidaffins
A2 = Second Acidiaffins S = Saturated Hydrocarbons
The rejuvenating agent shall have a record of at least five years of satisfactory service as an asphalt rejuvenating agent and in-depth sealer; such satisfactory service being based on the capability of the material to significantly decrease the viscosity and increase penetration value of the asphalt binder in the pavement surface to depth of at least three eighths inch (3/8") and to seal the pavement in-depth to the intrusion of air and water.
The bidder should submit with his bid the manufacturer's certification that the material proposed for use is in compliance with the specification requirements; and previous use documentation and test data conclusively demonstrating that the rejuvenating agent has been used successfully for a period of five years by government agencies as to the required change in asphalt binder viscosity and penetration number. Testing data shall be submitted indicating such product performance. The product RECLAMITE, or approved equal, is acceptable for these requirements.
PRODUCT STANDARDS AND ALTERNATES
The name or (brand) named in this specification, whether or not the words "or approved equal" are used, shall be known as standard. The price bid shall be based on the standard specified herein. Should a bidder wish to submit a bid for an Alternate to the standard specified; bidder shall indicate "Alternate Bid" on the Bid Form and submit the following:
List the proposed Alternate on the Bid Form with the product name and price.
Furnish complete specifications and descriptive literature for the Alternate as well as a one-gallon sample of the material proposed for use. Such descriptive detailed information shall be complete and at least equal in detail to the specification requirements for the standard item for which the alternate is offered.
The Alternate will be given consideration by the County. The Successful Bidder may furnish only those Alternate items included in his bid and approved by the County prior to award of blanket purchase order.
PROCEDURE FOR DETERMINING PERCENT LIGHT TRANSMITTANCE OF EMULSIONS
APPARATUS
Container may be glass, plastic or metal having a capacity of 6,000 ml.
Graduated cylinder, 1,000 ml, or greater.
3 Light transmittance measuring apparatus, such as Bausch and Lomb or Lumitron spectrophotometer.
Graduated pipette having 1 ml capacity to 0.01 ml accuracy.
Suction bulb for use with pipette.
Test tubes compatible with spectrophotometer, ¾ " x 6", Bausch and Lomb, Catalog #33-17-81, (B&L).
CALIBRATION OF SPECTROPHOTOMETER
Calibrate spectrophotometer as follows:
Set wavelength at 580 mu,
Allow spectrophotometer to warm-up thirty minutes,
`` (c) Zero percent light transmittance (%LT) scale,
Rinse test tube three times with tap water and fill to top of circle marking on B&L test tube or approximately 2/3 full,
Place tube in spectrophotometer and set %LT scale at 100, and (f) Repeat steps (c) and (e) two times or until no further adjustments are necessary.
Calibrate the emulsion samples test tube as follows:
Rinse out test tube with tap water three times and fill to top of circle mark,
Calibrate spectrophotometer,
Test tube may be used for the emulsion samples. If the %LT is not 100, repeat steps (a) through (c) with other test tubes until one is found with a reading of 100% LT.
PROCEDURE
Shake, stir or otherwise thoroughly mix emulsion to be tested. Place sample of emulsion in beaker and allow to stand one minute.
Place 2,000 ml tap water in container.
Suck 1.00 ml emulsion into pipette using suction bulb. Wipe off outside pipette.
Using suction bulb, blow emulsion into container.
Rinse pipette by sucking in diluted emulsion solution and blowing out. Continue until pipette is clean.
Clean pipette with soap or solvent and water. Rinse with acetone.
Stir diluted emulsion thoroughly.
Rinse out tube to be used with the diluted emulsion three times and fill to top of circle.
Calibrate spectrophotometer.
Place diluted emulsion sample tube in spectrophotometer, cover and read
%LT to nearest integer.
Repeat steps 9 and 10 until three identical consecutive readings are achieved.
The elapsed time between addition of emulsion to dilution of water and final %LT reading should not exceed 5 minutes.
If no Alternate is indicated on the Bid Form, the Successful Bidder shall furnish the standard (brand) specified. Should the Alternate offered be found unacceptable by the County based on the data submitted with the bid and/or no bid is entered on the Bid Form for the standard, then said bid will be considered non-responsive.
APPLICATION TEMPERATURE
The temperature of the emulsion at the time of application shall be as recommended by the manufacturer.
HANDLING OF ASPHALT REJUVENATING AGENT
Contents in tank cars or storage tanks shall be circulated at least ten minutes before withdrawing any material for application. When loading the distributor, the asphalt rejuvenating agent concentrate shall be loaded first and then the required amount of water shall be added. The water shall be introduced into the distributor with enough force to cause agitation and thorough mixing of the two materials.
To prevent foaming, the discharge end of the water hose or pipe which shall be used as a spreader shall be kept below the surface of the material in the distributor. It will be cleaned of all of its asphalt materials and washed out to the extent that no discoloration of the emulsion may be perceptible. Cleanliness of the spreading equipment shall be subject to the approval and satisfaction of the County.
The distributor for spreading the emulsion shall be self-propelled, and shall have pneumatic tires. The distributor shall be designed and equipped to distribute the emulsion uniformly on variable widths of surface at readily determined and controlled rates from
0.05 to 0.5 gallons per square yard of surface, and with an allowable variation from any specified rate not to exceed 5 percent.
Distributor equipment shall include full circulation spray bars, pump, tachometer, volume measuring device and a hand hose attachment suitable for application of the emulsion manually to cover areas or patches inaccessible to the distributor. The distributor shall be equipped to circulate and agitate the emulsion within the tank.
A check of distributor rate and uniformity of distribution shall be made when directed by the County.
WEATHER LIMITATIONS
The emulsion shall be applied only when the existing surface to be treated is thoroughly dry and when the weather is clear and is not threatening to rain. The emulsion shall not be applied when the atmospheric temperature is below 40 degrees F.
APPLICATING EQUIPMENT:
The distributor for spreading the emulsion shall be self-propelled, and shall have pneumatic tires.
The distributor shall be designed and equipped to distribute the asphalt rejuvenating agent uniformly on variable widths of surface at readily determined and controlled rates from 0.05 to 0.5 gallons per square yard of surface, and with an allowable variation from any specified rate not to exceed 5 percent of the specified rate. The rate of application shall be computer controlled such that the selected rate of application remains constant at any variation in speed of the vehicle.
Distributor equipment shall include full circulation spray bars, volume measuring device and a hand hose attachment suitable for application of the emulsion manually to cover areas inaccessible to the distributor. The distributor shall be equipped to circulate and agitate the emulsion within the tank.
A check of distributor equipment as well as application rate accuracy and uniformity of distribution shall be made when directed by the County.
The truck used for applying sand shall be equipped with a spreader that allows the sand to be uniformly distributed onto the pavement. The spreader shall be able to apply 1/2 pound to 3 pounds of sand per square yard in a single pass. The spreader shall be adjustable so as not to broadcast the sand onto driveways or tree lawns.
The sand to be used shall be free flowing, without any leaves, dirt, stones, etc. Any wet sand shall be rejected from the job site.
Any equipment that is not maintained in full working order, or is proven inadequate to obtain the results prescribed, shall be repaired or replaced at the direction of the County.
APPLICATION
The asphalt-rejuvenating agent shall be applied by a distributor truck at the temperature recommended by the manufacturer and at the pressure required for the proper distribution. The emulsion shall be so applied that uniform distribution is obtained at all points of the areas to be treated. Areas inadvertently missed shall receive additional treatment as may be required by hand sprayer application.
Application of asphalt rejuvenating agent shall be on one-half width of the pavement at a time. When the second half of the surface is treated, the distributor nozzle nearest the center of the road shall overlap the previous application by at least one-half the width of the nozzle spray. In any event the centerline construction joint of the pavement shall be treated in both application passes of the distributor truck.
Before spreading, the asphalt rejuvenating agent shall be blended with water at the rate of two (2) parts rejuvenating agent to one (1) part water, by volume or as specified by the manufacturer for conditions. The combined mixture of asphalt rejuvenating agent and
by the County following field testing.
Where more than one application is to be made, succeeding applications shall be made as soon as penetration of the preceding application has been completed and the County grants approval for additional applications.
Grades or super elevations of surfaces that may cause excessive runoff, in the opinion of the County, shall have the required amounts applied in two or more applications as directed.
After the rejuvenating emulsion has penetrated, a light coating of sand shall be applied to the surface in sufficient amount to protect the traveling public as required by the County. The sand shall be swept and removed from the streets and properly disposed of at the Successful Bidder’s expense within 24 hours of application.
The Successful Bidder shall furnish a quality inspection report showing the source, manufacturer, and the date shipped, for each load of asphalt rejuvenating agent. When directed by the County, the Successful Bidder shall take representative samples of material for testing.
The rejuvenating agent shall be applied by an experienced applicator of such material. The applicator shall have a minimum of three years’ experience in applying the product proposed for use. He should submit with his bid a list of the last five projects on which he applied said rejuvenator. He is to indicate the project date, number of square yards treated in each and the name and telephone number of the contact for each project.
STREET SWEEPING
The Successful Bidder shall be responsible for sweeping and cleaning of the streets prior to, and after treatment.
Prior to treatment, the street will be cleaned of all standing water, dirt, leaves, foreign materials, etc. This work shall be accomplished by hand-brooming, power blowing or other approved methods. If, in the opinion of the County, the hand cleaning of the pavement surface is not sufficient than a self-propelled street sweeper shall be used to insure complete surface cleaning.
All sand used during the treatment must be removed no later than 24 hours after treatment of the street. This shall be accomplished by a combination of hand and mechanical sweeping. All turnouts, cul-de-sacs, etc. must be cleaned of any material to the satisfaction of the County. Street sweeping will be included in the price bid per square yard for asphalt rejuvenating agent.
If, after sand is swept and in the opinion of the County a condition exists on the roadway, the Successful Bidder must apply additional sand and sweep same no later than 24 hours following reapplication. No additional compensation will be allowed for reapplication and removal of sand.
TRAFFIC
The Successful Bidder shall schedule his operations and carry out the work in a manner to cause the least disturbance and/or interference with the normal flow of traffic over the
areas to be treated.
SECTION E –TECHNICAL SPECIFICATIONS
Treated portions of the pavement surfaces shall be kept closed and free from traffic until penetration, in the opinion of the County, has become complete and the area is suitable for traffic.
When, in the opinion of the County, traffic must be maintained at all times on a particular street, then the Successful Bidder shall apply asphalt rejuvenating agent to one lane at a time. Traffic shall be maintained in the untreated lane until the traffic may be switched to the completed lane.
The Successful Bidder shall be responsible for all traffic control and signing required to permit safe travel. The Successful Bidder shall notify the police and fire departments as to the streets that are to be treated each day.
If, in the opinion of the County, proper signing is not being used, the Successful Bidder shall stop all operations until safe signing and barricading is achieved.
METHOD OF MEASUREMENT
Construction sealing with rejuvenating agent will be measured by the square yard.
(IV26, IV.27, IV.28 and IV.29) BASIS OF PAYMENT
The accepted quantities for construction sealing with asphalt rejuvenating agent, measured as provided for above, shall be paid for under the respective pay item noted on the Bid Form which shall be full compensation for furnishing all materials, equipment, labor, and incidentals to complete the work as specified.
REGULATORY COMPLIANCE
The County shall furnish applicable compliance with Florida Department of Environmental Regulation, Florida Department of Natural Resources, and U.S. Environmental Protection Agency rules and regulations. Links provided at front of technical specifications.
(IV.30) PAVEMENT MILLING
Furnish all necessary labor, equipment, and materials to cold-mill existing asphaltic- concrete surfaces to depths specified.
This item may be used to remove underlying base material after asphaltic-concrete is removed.
If two or more passes are required to remove the designated material, the unit price based on total area (number of passes times surface area) will be applied to each pass.
Example / 3,000 sy surface area: First Pass - Remove 1 ¼" asphaltic-concrete; second pass- Remove 3" shell base. 2 passes times 3,000 sy = 6,000 sy. Pay Items: First Pass- 3,000 sy x unit price 1" - 2" average cut (5,001 - 10,000 sy); Second Pass - 3,000 sy x unit price over 2" average cut (5,001 - 10,000 sy)
The County at its option can retain all materials produced from the milling process. Successful Bidder shall haul such materials to County property per cost for equipment rental (Bid Form Section III) the Successful Bidder will be responsible for the removal/disposal of all unwanted materials and shall keep all drainage structures free of debris from the milling process.
Desired finish crown to be 5/16".
The Successful Bidder shall furnish all necessary signs, flag persons, etc. that are in keeping with good practice and/or as required by the County for traffic control.
The Successful Bidder shall be responsible to surface any milled surface within 48 hours of the milling process. The Successful Bidder is responsible for any exposed base once the road is milled.
A. Asphalt millings and or clean concrete debris from county projects. Calculated by weight per volume. 1” per/sy milling = 80# and 1 CY of concrete = 1800#.
(IV.31) RECLAIMED ASPHALT – CREDIT
(IV.32) RECLAIMED NON-ASPHALTIC BASE MATERIAL
When removed materials are of value and the Successful Bidder takes possession of them, the Successful Bidder will credit back to the County this amount per ton of materials according to the following conversion.
(IV.39) MANHOLE ADJUSTMENT (ADJUSTMENT RINGS) (IV.43) WATER VALVE ADJUSTMENT (V.39) INSTALL CONCRETE COLLAR
The work specified in the section shall consist of the adjustment to manholes (MH) and water valves (WV) to be done after resurfacing has been completed. All such utility boxes to be located by Successful Bidder prior to paving. The asphalt crew shall remove all asphalt/concrete material to expose the lids per adjustment. After paving, the boxes are to be raised to meet the proper finished grade of the road. Metal rings approved by the county or concrete collar will be acceptable at the discretion of Manatee County. The traffic control is related to where the manhole actually is in the roadway and not the size of the roadway. Some structures that are right on the land lines or centerline will affect 2 lanes of traffic directly and appropriate traffic control method must be chosen but is clearly more effort than for an item affecting just one lane.
A concrete collar of 12" minimum width and 12" minimum thick Portland cement will be poured around water valves to the finished surface grades. Manholes:
Use 3/8” rock in concrete collars
Concrete collars should be 30" x 30" minimum overall
Use brick, concrete or iron rings to raise to grade
Grout inside of manhole and/or chimneys
Remove concrete, brick, grout or any other debris that has fallen into manhole during adjustment.
A combination of quantities (manholes and water valves) can be used to determine unit price for the total number of units. Example: 3 manholes + 4 water valves = 7 units to be paid under 6 - 10 units.
Where appropriate and when necessary, manhole and water valve adjustments will be combined with asphaltic-concrete and sweep, tack, spread, and compact bid items to determine low aggregate job total.
(IV.39 & V.39) MANHOLE and WATER VALVE ADJUSTMENT as a PART of BASE RECONSTRUCTION
The work specified in this section shall consist of the adjustment of each manhole frame, including ring & cover adjusted to proposed finished grade, precast concrete riser rings as required, all protective coatings, sealing of lift holes, rainwater protector, all materials and surface restoration, and all protective coatings and seals as applicable.
Measurement shall be for each manhole frame & cover adjusted, complete, watertight, and accepted. All components shown or called for by the Manatee County Utility Standard Detail US-2 shall be included in the unit price bid for Manhole, Adjust, and Utilities. Saw cutting, excavation, backfill, surface restoration except asphalt milling & overlay, including up to 12 inches thickness of SP12.5 asphalt, preparation of subgrade to
LBR 40 and compaction to 98% maximum density, all concrete, and any and all other items necessary for a completed assembly in accordance with the Blanket Purchase Order shall be included. Payment shall represent full compensation for all labor, materials, equipment and incidental items necessary to complete each manhole frame & cover adjustment, ready for approval and acceptance by the County.
(IV.39) BASIS OF PAYMENT
All bid items specified shall be paid under per each and per day and pay item noted on the Bid Form.
(IV.41) MANHOLE FRAME AND COVER, FURNISH AND INSTALL
The work specified in this section shall be made for each manhole frame & cover removed and replaced with new manhole frame and cover, adjusted to proposed finished grade, including new frame and cover, precast concrete adjustment rings, mortar, all materials and surface restoration except asphalt mill & overlay, all protective coatings and seals as applicable, sealing of lift holes, and rainwater protector. Successful Bidder shall include road restoration cost to F&I up to 12 inches thickness of SP 12.5 asphalt in 2 inch lifts around each manhole and preparation of subgrade as required by FDOT, minimum LBR 40, compacted to 98% maximum density.
Measurement and Payment shall be for each manhole frame & cover installed complete and accepted. The unit price shall be full payment for all saw cutting, excavation, bedding, backfill, dewatering, compaction, concrete, subgrade preparation, road base, asphalt pavement repair and replacement, disposal of all waste, and any and all other items necessary for a completed system in accordance with the Blanket Purchase Order Documents. All components shown or called for by the Manatee County Utility Standard Detail US-2 shall be included in the unit price bid for Manhole Frame & Cover F&I. Payment shall represent full compensation for all labor, materials, equipment and incidental items necessary to complete each manhole frame & cover, ready for approval
and acceptance by the County.
(IV.41) BASIS OF PAYMENT
All bid items specified shall be paid under the unit and per day pay items noted on the bid form.
(IV.40) FDOT MANHOLE ADJUSTMENT
The work specified in this section consists of the replacement of sanitary manhole rings and covers and/or adjustment of them to finished grade. The work also includes adjustment of valve boxes to finished grade, pavement and sidewalk removal and replacement, surface restoration, and associated Maintenance of Traffic. All work in FDOT right-of-way shall comply with FDOT standards and requirements, Utility Work Schedules, including coordination with FDOT Successful Bidders, and may include night work. Refer to the applicable FDOT contract documents for additional information. The dates and timing of the work in FDOT right of way shall be determined by FDOT and their Successful Bidders.
The Successful Bidder shall perform the work complete, in place and ready for continuous service and shall include any repairs, replacements, and/or restoration required as a result of damages caused prior to acceptance by the County.
The Successful Bidder shall furnish and install all materials, equipment and labor which is reasonably and properly inferable and necessary for the proper completion of the work, whether specifically indicated in the Blanket Purchase Order or not.
(IV.39) MANHOLE ADJUSTMENT (ADJUSTMENT RINGS) (IV.43) WATER VALVE ADJUSTMENT
(V.53) INSTALL CONCRETE COLLAR ESTIMATED RELEASE ORDER QUANTITIES
The quantities shown on the awarded release order are approximate and are given only as a basis of calculation upon which the award of the release order are to be made. The County does not assume any responsibility for the final quantities, nor shall the Successful Bidder claim misunderstanding because of such estimate of quantities. Final payment will be made only for satisfactorily completed quantity of each item.
WORK OUTSIDE AUTHORIZED LIMITS
No payment will be made for work constructed outside the authorized limits of work.
MEASUREMENT STANDARDS
Unless otherwise specified for the particular items involved, all measurements of distance shall be taken horizontally or vertically.
AREA MEASUREMENTS
In the measurement of items to be paid for on the basis of area of finished work, the lengths and/or widths to be used in the calculations shall be the final dimensions measured along the surface of the completed work within the neat lines shown or designated.
(IV.40) BASIS OF PAYMENT
All bid items specified shall be paid under the per unit pay item noted on the Bid Form.
(IV.42) FDOT VALVE BOX ADJUSTMENT
The work specified in this section shall be for the adjustment of each valve box to proposed finished grade, as shown on the provided drawings or as directed by the County. Payment shall be made for each valve box adjusted, and shall represent full compensation for all labor, material and equipment, excavation, including rock, bedding, backfill, compaction, concrete, road base, asphalt pavement repair and replacement, disposal of
all waste, and any and all other items necessary to complete this Bid Item.
MOBILIZATION FOR UTILITY WORK ON FDOT ROW
Preparatory work and operations in mobilizing startup and breakdown of a project, including, but not limited to, operations necessary for the movement of personnel, equipment, supplies and incidentals to the project site.
MAINTENANCE OF TRAFFIC TO FDOT STDS. AND COORDINATION
Payment for all work included in this Bid Item will be made at the applicable per day price bid for MOT to FDOT Standards & Coordination. This pay item includes furnishing and installing all traffic control for the Work as required by FDOT and Manatee County. Payment shall represent full compensation for all labor, materials, necessary equipment, and incidentals necessary to complete the work.
(IV.42) BASIS OF PAYMENT
All bid items specified shall be paid under the per unit pay item noted on the Bid Form.
(IV.44) MOBILIZATION
The work specified in this section covers the global Successful Bidders costs (materials, labor, equipment and all incidentals) of moving into and setting up a job site. It is intended to cover costs such as but not limited to, moving of equipment and materials and other incidentals to the job site and establishment of a storage/staging area per release order for each County delivery zone.
(IV.44) BASIS OF PAYMENT
Mobilization will be paid for each release order issued for each County delivery zone. Work areas within a 1/4 mile radius (which may not be directly connected) shall be billed at one mobilization cost.
(IV.46) MAINTENANCE OF TRAFFIC
The work specified in this section covers the below pay items for Maintenance of Traffic and shall conform to the current edition of the FDOT Roadway and Traffic Design Standards and the current edition of the Federal Highway Administration’s (F.H.W.A.’s) Manual on Uniform Traffic Control Devices (M.U.T.C.D.) for Streets and Highways, (MUTCD). Items will be paid based on the scope of each item used by day or hour.
The items are:
Crew Complete – This includes personnel and equipment to have at least self- transportation, supervision and two flaggers.
Flag Personnel – This includes personnel and equipment to have two flaggers on the job site.
Additional Flag Personnel – This includes personnel and equipment when a single additional flagger is required.
Temporary Signal Detection – This includes the labor and equipment to provide manual input to a traffic signal for vehicle detection when the project has removed the loops and the intersection must continue to operate with detection functional.
Coordination with the maintaining traffic signal authority is also included.
Law Enforcement Personnel – This includes all cost and effort needed to provide a hired, uniformed law enforcement officer with cruiser to be on site for security or traffic control.
(IV.46) BASIS OF PAYMENT
All bid items specified shall be paid under the day / per hour pay item noted on the Bid Form.
(IV.47) FULL DEPTH PAVEMENT RECLAMATION
The work specified in this section shall consist of the preparation of a stabilized base course composed of a mixture of the existing bituminous concrete pavement and existing base course material. The manufacture of the stabilized base course shall be done by in- place pulverizing and blending of the existing pavement and base materials, and the introduction of additives if called for by the County. The process which results in a stabilized base course, shall be accomplished in accordance with these specifications and conform to the lines and grades or as established by the County.
The remaining base material and/or sub grade may be modified to properly accommodate the stabilized base material. Any modification of this nature, if required, such as but not limited to the excavation and replacement of unsuitable materials and shaping and fine grading the sub grade, will be accomplished under separate payment items. Any movement of the stabilized base material for these modifications is also to be accomplished under a separate payment item.
Existing asphalt pavement shall be pulverized by a method that does not damage the material below the depth as directed by the County shown on the appropriate roadway section.
MATERIALS
RAP: RAP materials must meet all requirements specified in the Florida Department of Transportation Standard Specifications for Road and Bridge Construction (SSR&BC) 283-2, except that 98% of all material is required to pass through a 50 mm (2 inch) sieve.
PORTLAND CEMENT: Portland cement shall be type I or II and conform to the latest standard requirements of ASTM C 150 and AASHTO M85, for the type specified.
WATER: The water for the base course shall be clean and free from sewage, oil, acid, strong alkalies, or vegetable matter and it shall be in sufficient supply for mixing and curing. Water of questionable quality shall be tested in accordance with the requirements of AASHTO T 26.
SOIL: The soil base to be reclaimed shall be evaluated by a professional geotechnical engineering laboratory to determine suitability in the stabilization process. The soil shall be free of roots, sod, weeds, and shall not contain gravel or stone retained on a 1-inch (25 mm) sieve, or more than 45% retained on a No. 4 (4.75 mm) sieve, as determined by ASTM C 136.
LABORATORY SOIL TESTS and MIX DESIGN
Prior to base course construction, a minimum of one (1) core sample must be taken for every 5,000 square yards of the roadway. Representative samples of the RAP material, underlying base material and virgin materials, where applicable, shall be supplied to a nationally accredited laboratory for preliminary testing to determine the optimum moisture content, type of bituminous material and proportions needed to successfully complete this project. Laboratory tests of material to be reclaimed and virgin materials for use as base shall be performed to determine compliance with 3-day and 7-day minimum compressive strength requirements of the mixture and the quantity of cement required in the mix. Test specimens containing various amounts of cement are to be compacted in accordance with ASTM D558, and the optimum moisture for each amount of cement is to be determined. Actual application quantities for the Portland cement will be derived from the mix design. The minimum compressive strength requirements of the mixture shall be determined by the County. The mix design and laboratory testing shall be performed by a geotechnical engineering laboratory and all reports sealed by a professional engineer as approved by the County.
CONSTRUCTION METHODS
EQUIPMENT
Equipment shall be used which will provide the full depth reclamation follows:
All reclaiming equipment to be used shall have the capability of introducing and metering additives uniformly and accurately. The Successful Bidder shall ensure that positive displacement pumps accurately meter the planned amount of water and cement material and the reclaiming machine mixes it thoroughly with the RAP
and soil materials. The pump shall be mechanically or electronically interlocked with the ground speed of the machine. The cement metering system and water metering system shall be capable of continuously monitoring (GPM) flow, and totaling the quantity of water and cement applied into the mixing chamber. Additives shall be uniformly distributed and mixed with the pulverized material, any existing underlying material as specified.
Apply the cement by use of a mobile cement mixer trailer capable of mixing predetermined ratios of cement and water, or by means of cyclone, screw-type or pressure-manifold type distributors. The mixing operation may be accomplished by using either the same machine used for the pulverizing operation or a separate machine designed for in-place continuous mixing approved by the engineer.
The use of a spreader bar attached to the cement tanker is unacceptable.
Maintain all equipment in a satisfactory operational condition.
All haul vehicles (emulsion, concrete, dump) must have a day of job weigh ticket before being used on project.
EXPERIENCE
All contractors and their subcontractors shall be FDOT prequalified in the work classes of drainage, flexible paving, grading, and hot plant–mixed bitum. courses. Before work begins, Successful Bidder shall submit a minimum of five (5) Full Depth Reclamation (with emulsion and cement blend stabilization) project references from a City or County in the State of Florida, that have been completed within the past two years. Successful Bidder shall submit detailed information: indicating the project date, number of square yards treated in each and phone number of the government official in charge of each project.
Contractor shall be capable of meeting all the requirements of this specification at the time of the bid. Before work begins, Successful Bidder shall have in their possession two (2) or more reclamation machines as described in the equipment section of the specification.
Staff shall have the option to inspect the Contractor’s equipment and if found deficient, it shall be the basis denial of work to Contractor.
WEATHER LIMITATIONS
The soil-cement base shall not be mixed or placed while the atmospheric temperature is below 35 F (2 C) or when conditions indicate that the temperature may fall below 35 F (2 C) within 24 hours, or when the weather is foggy or rainy, or when the soil or sub grade is frozen.
CONSTRUCTION METHOD
The existing pavement and base material shall be pulverized and blended so the entire mass of material shall be uniformly graded and the cement and water shall be uniformly dispersed throughout the processed material.
The pulverized material shall conform to the following gradation:
SIEVE SIZE PERCENT PASSING 2” 98 - 100
1-1/2” 95
Material gradation may vary due to local aggregates and conditions.
The reclaimed material, cement and water shall be combined in place to meet the requirements specified in such proportions that the reclaimed mixture is of acceptable composition and stability. Field adjustments shall be made as necessary to the recommended mix design under the guidance of a knowledgeable and competent technician to obtain a satisfactory reclaimed mixture of consistent composition and stability throughout the Project.
After the material has been processed, it shall be compacted to the lines, grades, and depth as shown on the plans and cross section. Water may be applied to ensure optimum moisture content at the time of mixing and compaction.
COMPACTING RECLAIMED BASE
The requirements for compaction shall include:
Commence rolling at the low side of the course, except leave 75 mm (3 in.), to 150 mm (6 in.) from any unsupported edge or edges unrolled initially to prevent distortion. Density readings shall be taken by Successful Bidder’s licensed nuclear gauge operator and witnessed by the County. A control strip of not less than 500 feet shall be constructed to develop proper rolling/compaction patterns and methods to obtain desired density.
Roll with a self-propelled pneumatic-tired roller (20-25 ton) and/or a double-drum vibratory roller (10 ton or larger).
The number, weight and type of rollers furnished shall be sufficient to obtain the required compaction of the reclaimed material. The field density of the compacted mixture shall be at least 95 percent of the maximum density of laboratory specimens prepared from samples of the cement-treated base material taken from the material in place. The specimens shall be compacted in accordance with ASTM D 558. The in- place field density shall be determined in accordance with ASTM D 2922.
Rollers shall move at a uniform speed that shall not exceed 8 km/hour (5 miles/hour). For static rollers, the drive drum normally shall be in the forward position or nearest to the paver. Vibratory rollers shall be operated at the speed, frequency and amplitude required to obtain the required density and prevent defects in the mat.
Whenever there is a change in the reclaimed material or compaction method, equipment or unacceptable results occur, a new control strip shall be constructed, tested and analyzed.
Any pavement shoving or other unacceptable displacement shall be corrected. The cause of the displacement shall be determined and corrective action taken
immediately and before continuing rolling. Care shall be exercised in rolling the edges of the reclaimed mixture so the line and grade of the edge are maintained.
CONSTRUCTION JOINTS
At the end of each day's run, a transverse construction joint shall be formed by a header or by cutting back into the compacted material to form a true vertical face free of loose material. The protection provided for construction joints shall permit the placing, spreading, and compacting of base material without injury to the work previously laid. Where it is necessary to operate or turn any equipment on the completed base course, sufficient protection and cover shall be provided to prevent damage to the finished surface. A supply of mats or wooden planks shall be maintained and used as approved and directed by the County.
FINISHING
Finishing operations shall be completed and the base course shall conform to the required lines, grades, and cross section. If necessary, the surface shall be lightly scarified to eliminate any imprints made by the compacting or shaping equipment. The surface shall then be recompacted to the required density.
PROTECTION AND CURING
After the base course has been finished as specified herein, it shall be protected against drying for a period of 5 to 7 days by the application of bituminous material or other acceptable methods. The curing method shall begin as soon as possible, but no later than 24 hours after the completion of finishing operations.
The finished base course shall be kept moist continuously until the curing material is placed.
The bituminous material specified shall be uniformly applied to the surface of the completed base course at the rate of approximately 0.1 to 0.2 gallon per square yard (0.92 liter/square meter) with approved heating and distributing equipment. The exact rate and temperature of application to provide complete coverage without excessive runoff shall be as specified.
At the time the bituminous material is applied, the surface shall be dense, free of all loose and extraneous material, and shall contain sufficient moisture to prevent penetration of the bituminous material. Water shall be applied in sufficient quantity to fill the surface voids immediately before the bituminous curing material is applied.
The curing material shall be maintained and applied as needed by the Successful Bidder during the 7-day protection period so that all of the soil-cement will be covered effectively during this period.
Finished portions of soil-cement that are used by equipment in constructing an adjoining section shall be protected to prevent equipment from marring or damaging the completed work.
When the air temperature may be expected to reach the freezing point, sufficient protection from freezing shall be given the soil-cement for 7 days after its construction and until it has hardened.
THICKNESS
The average thickness of the base constructed during one day shall be within 1/2 inch (12 mm) of the thickness shown on the plans, except that the thickness of any one point may be within 3/4 inch (19 mm) of that shown on the plans. Where the average thickness shown by the measurements made in one day's construction is not within the tolerance given, the County shall evaluate the area and determine if, in his/her opinion, it shall be reconstructed at the Successful Bidder's expense or the deficiency deducted from the total material in place.
PREPARATION
The area to be paved with hot mix asphalt shall be graded and shaped to conform to the grades and typical cross section shown on the plans. Any soft or yielding areas in the sub grade shall be removed and replaced with acceptable soil and compacted as specified.
SAMPLING AND TESTING METHODS
FIELD SAMPLING AND TESTING
Presented in Table A are the materials sampling and testing procedures for Full Depth Reclamation. The sampling and testing methods referred to are either those of the American Society for Testing and Materials (ASTM) or the American Association of State Highway and Transportation Officials (AASHTO).
TESTING SURFACE
The finished surface of the reclaimed base course shall be checked with a template cut to the required cross slope and with a 15 ft. (4.572 m) straightedge laid parallel to the centerline of the roadway. All irregularities greater than 0.5 in. (13 mm) shall be corrected.
TEST FOR DEPTH OF FINISHED BASE COURSE
The depth of Reclaimed Bituminous Base Course shall be determined by measuring uncompacted reclaimed material immediately behind the screed in conjunction with measuring the milling depth prior to placement of reclaimed material. One depth measurement for each 1000 square yards of completed base course shall be made. Any section deficient by 0.5 in (12 mm) or more from the specified depth shall be removed and satisfactorily replaced by the Successful Bidder at no additional cost.
WEATHER LIMITATIONS
The recycled base course may be placed on the sub grade when the air temperature is at least 4C (40F) and rising, provided the sub grade upon which it is to be placed is not frozen or noticeably affected by frost.
TABLE A
Control Testing for Full Depth Reclamation Field Sampling & Testing
Type of Testing | Purpose of Testing | Frequency | Sample Location & Size |
RAP and Soil-Cement Base Gradation, 50 mm & 37.5mm | Specification Compliance with Maximum RAP Size | Each 3,000 Square Yards or Minimum of Once Per Day1 | From hopper, minimum weight of 9.1 kg(20 lb)2 |
Moisture- Density Relations of Soil Cement Mixtures | Establish Target for Density Specification Compliance | Each 1,000 Square Yards or Minimum of Once per Day | Sample at point of each Nuclear Density Measurement, min. weight of 15 kg (33 lbs) 3 |
Compressive Strength of Soil-Cement Cylinders4 | Check on 3-Day Design Compressive Strength | Each 3,000 Square yards or Once Per Day1 | From hopper, minimum weight of 15 kg (33 lbs) |
Portland Cement, Type I or II | Check on Specification Compliance with ASTM C150 | Mill Certification Provided with each load | |
In-Place Field Density3 | To Determine Specification Compliance for Density | Each 1,000 Square yards1 | Random locations after spreading and Compaction operations6 |
Moisture Added to RAP and soil-cement5 | Adjustment of Water Content for Proper Mixing and Compacting/Correction of Nuclear Gauge Wet Density | Each 1,000 Square yards1 | Reclaimed Lift Depth Sample at Point of each Nuclear Density Measurement minimum weight of 1.4kg (3lbs) |
Quality of water to be used in concrete | Check on Specification Compliance with AASHTO T26 | Verify source of water and potable |
Table A Notes
Additional sampling and testing may be required if major changes in RAP characteristics are observed, such as a much coarser or finer gradation or a noticeable difference in asphalt content, or when considerable variability is occurring in the field test results.
It is recommended that RAP sampling generally should be in accordance with ASTM D 979 or AASHTO T 168 procedures for Sampling Bituminous Paving Mixtures.
Target densities for reclaimed mix compaction are established by the laboratory compaction of specimens in accordance with ASTM D558. Due to the variability in
thickness of some hot mix asphalt pavements to be reclaimed, an equal proportion of RAP throughout the reclaimed base course cannot be attained. Therefore, it is necessary to obtain sample for laboratory compaction at the point of each field density test location. The compacted field density is normally measured with a nuclear density/moisture gauge since it is generally not possible to obtain cores during construction. The procedure generally followed is in accordance with ASTM D 2922- Density of Soil and Soil Aggregates by Nuclear Methods-Direct Transmission Method.
The density obtained will be a “wet density” as conversion to a true “dry density” by the gauge is not possible with these types of mixes. A more accurate dry density may be obtained by sampling the reclaimed mix at the nuclear gauge test location, determining the moisture content by drying and correcting the gauge wet density using the sample moisture content.
Compressive Strength shall be determined in accordance with ASTM D1633.
The moisture content can be determined with ASTM D 1461 or AASHTO T 110 for Moisture or Volatile Distillates in Bituminous Paving Mixtures. Also, the moisture content appears can be determined adequately by weighing and drying to a constant weight using a forced draft oven as for ASTM D 2216 or AASHTO T 265 or by microwave oven drying as for ASTM D 4643.
For each length or lot size quantity specified, materials sampling can be completed on a random basis using the procedures of ASTM D 3365 for Random Sampling of Construction Materials.
DOCUMENTATION
DELIVERY TICKETS
All delivery tickets and notes regarding any materials brought to the project site to complete this Release Order must be given to the County upon delivery to the project site.
METER READING
Before the start and at the end of each day’s work, the County must be permitted access to the mixing equipment in order to read the meter to verify the quantity of cement applied during the day’s work.
PREVIOUS PROJECT EXPERIENCE
The Successful Bidder must provide references on the Attachment “A” Contractor’s Questionnaire of five previous successfully completed projects in the State of Florida with the bid.
PAYMENT
ITEM NO. | PAY ITEM | PAY UNIT |
SECTION E – TECHNICAL
SPECIFICATIONS
1 | Preparation, pulverizing, shaping, compaction and finishing | SY | |
2 | Additives, (cement) | TN | |
3 | Imported Material | CY | |
4 | Removal of Unsuitable Material | CY |
(IV.47) BASIS OF PAYMENT
All bid items specified shall be paid under the respective pay item noted on the Bid Form.
(IV.48) SAND SEAL COATING
The work specified in this section shall provide a sand seal coat composed of bituminous material applied in one application and covered with sand cover material applied in a single application. Construct this work on cement-treated subgrade.
Proportioning
Use the approximate proportions for the sand seal coat as follows: Bituminous Material .........0.15 - 0.25 gal/yd2 [0.7 to 1.1 L/m2]
Cover Material 0.10 - 0.20 ft3/yd2 [0.003 to 0.007 m3/m2]
The County will designate the actual spread for each material.
Materials
Bituminous Material: Meet the following requirements:
Asphalt Cement, Viscosity Grade AC-5 916-1
Emulsified Asphalt, Grade RS-2 916-4
During the months of November through April, use emulsified asphalt. During the remaining months of the year, use asphalt cement or emulsified asphalt, unless asphalt cement is specified
Cover Material: Use clean and nonplastic sand composed of hard durable grains and free from loam, roots, clay balls, and other deleterious substances. The Successful Bidder may use local sand if it meets the above requirements. Obtain the County’s approval of the sand.
Weather Limitations
Do not apply bituminous material when the air temperature in the shade and away from artificial heat is less than 60ºF [15ºC] at the location where the application is to be made, or when weather conditions or the surface conditions are otherwise unfavorable.
Construction Methods
Application of Bituminous Material: Meet the requirements as specified for bituminous surface treatments in 310-9.
Application of Cover Material: Apply sand uniformly at the rate designated by the County. If the County considers it necessary for the proper distribution of the spread, lightly drag the sand with a drag broom. Roll the entire area of the sand with at least ten
passes of a traffic roller. Prior to the placing of concrete pavement over the sand seal coat, remove any excess sand from the surface of the cement-treated subgrade.
(IV.48) BASIS OF PAYMENT
All bid items specified shall be paid under the square yard pay item noted on the Bid Form.
MATERIALS
The asphalt rejuvenating agent shall be composed of a petroleum resin oil base uniformly emulsified with water. The material shall have a record of satisfactory service as an asphalt rejuvenating agent. Satisfactory service being based on the capability of the material to increase the ductility, penetration and durability of the asphalt binder in the recycled asphalt. Each shipment delivered to the project shall be accompanied by a letter of compliance from the manufacturer that certifies the material conforms to the following physical properties:
ASTM Test
Properties | Limits | Method |
Viscosity @25°C, SFS | 20-145 | D-244 |
Sieve Test, % by weight | 0.1 max. | D-244 (1) |
Particle Charge Test | Positive | D-244 |
Cement Mixing Test, % by weight | 1.80 max. | D-244 |
Pumping Stability | (2) | |
5 day Settlement Test, % by weight | 4.77 max. | D-244 |
Residue, % by weight | 53 min. | D-244 (3) |
Viscosity @ 60°C CST (4) | 990-4100 | D-2170 |
Maltene Distribution Ration (4) (5) | 0.7-1.1 | D-2006-70 |
PC/S Ratio (4) (6) | 0.5 min. | D-2006-70 |
Asphaltenes, % by weight (4) | 10.8 max. | D-2006-70 |
Distilled water shall be used in place of the sodium oleate solution.
Pumping stability is determined by charging 450 ml of emulsion into a one liter beaker and circulating the emulsion through a gear pump (Roper 29.B22621) having a 0.25 inch inlet and outlet. The emulsion passes if there is no significant oil separation after circulating for 10 minutes.
Heat the sample to 300 +/- 5F, until foaming ceases. Then cool the sample immediately and calculate the results.
Test is performed on the residue from the emulsion.
The ratio is (PC + A1) (S + A2) where: PC = polar compounds
A1 = first acidaffins
A2 = second acidaffins
S = saturated hydrocarbons
PC = polar compounds and S = saturated hydrocarbons
EQUIPMENT
The equipment used for cleaning the pavement shall be capable of cleaning the pavement in accordance with this specification. The equipment used for heating, scarifying, and remixing shall be a self-contained, self-propelled unit designed for this purpose. The heating unit shall be of the radiant heat type, with sufficient capacity to heat the pavement material as necessary for efficient scarifying, remixing, and recompaction. Direct flame heating will not be permitted. The heating unit shall have shut-off controls clearly identified and easily operable both from the operator's station and from the ground. The shut-off control system shall be capable of reducing the heating element temperature from operating to near ambient in approximately 30 seconds. The machine shall have an adjustable, heated screed capable of placing the mixture to the required cross-section, profile and alignment in an acceptable, finished condition ready for compacting. Adequate provisions shall be made for the safety of persons in the vicinity of the equipment, and for preventing damage to adjacent property and facilities, public or private. The scarifying unit shall be capable of loosening and remixing the heated pavement material to the specified depth in a uniform pattern and in condition for immediate recompaction.
The equipment used for applying the asphalt rejuvenating agent shall be attached to the heater scarifier machine so it is capable of applying the rejuvenating agent in front of the scarifier tooling. The asphalt shall then be scarified and mixed with the rejuvenating agent by means of rotating augers prior to the compaction process. The equipment shall apply the asphalt rejuvenating agent at the specified rate with uniform pressure over the required width of application. The rate of application shall be hydrostatically controlled and metered to maintain the specified application rate for changes in the operating speed of the heater scarifier. A meter shall be incorporated into the distribution system for recording the quantity of asphalt rejuvenating agent applied to the scarified pavement.
COMPACTING MIXTURE
PROVISIONS APPLICABLE TO ALL TYPES:
Equipment and Sequence:
For each paving or leveling train in operation, the Successful Bidder shall furnish a separate set of rollers with their operators. The following equipment, sequence and coverage are suggested for use based on past successful performance; however, when density is required, the Successful Bidder may select his own equipment, sequence and coverage of rolling to meet the minimum density requirement specified. Regardless of the rolling procedure used, the final rolling must be complete before the internal pavement temperature has dropped below 175° F.
Seal rolling, using tandem steel rollers (vibratory or static) weighing 5 to 12 tons, following as close behind the spreader as is possible without pick-up, undue displacement or blistering of the material
Vibratory rollers shall be used in the static mode for layers of one inch or less in thickness.
Rolling with self-propelled pneumatic-tired rollers, following as close behind the seal rolling as the mix will permit. The roller shall cover every portion of the surface with at least five passes.
Final rolling with the 8 to 12 ton tandem steel roller, to be done after the seal rolling and pneumatic-tired rolling have been completed, but before the internal pavement temperature has dropped below 175 degrees F.
Once the Successful Bidder has selected the equipment and established the rolling procedures and these have been used for the control strip density determination, then the Successful Bidder must continue to use the same equipment and rolling procedures for all asphalt mix represented by the control strip. Changes in equipment or procedures will require a new control strip density determination. The County must be notified prior to changing the rolling process.
When density is not required, as for all patching courses, leveling and intermediate courses less than one inch thick, overbuild courses of variable thicknesses (when the minimum thickness is less that one inch) and open-graded friction courses, the compaction will be applied in accordance with the standard specifications. The specified rolling procedures must be followed when density determinations will not be made.
When density is not required on those courses indicated in the foregoing paragraph; but the Successful Bidder wants to use other rollers, patterns or sequences than those specified, Successful Bidder may request approval from the County. Approval may be granted for leveling and intermediate courses 1/2 inch and thicker and overbuild courses when these courses are placed with a paving machine.
Density requirements will be in accordance with the provisions of the first paragraph of
1.04.C (Density Control-Nuclear method), Table A and Table B. Approval for a change on patching course, variable thickness leveling courses place with motor graders and open-graded friction courses will not be granted.
Compaction at Crossovers, Intersections, Etc.:
When a separate paving machine is being used to pave the crossovers, the compaction of the crossovers may be done by one 8- to 10-ton tandem steel roller. If crossovers, intersections and acceleration and deceleration lanes are placed with the main run of paving, a traffic roller shall also be used in the compaction of these areas.
Rolling Procedures:
The initial rolling shall be longitudinal. Where the lane being placed is adjacent to a previously placed lane, the center joint shall be pinched or rolled, prior to the rolling of the rest of the lane.
Rolling shall proceed across the mat, overlapping the adjacent pass by at least six inches. The motion of the roller shall be slow enough to avoid displacement of the mixture, and any displacement shall be corrected at once by the use of rakes, and the addition of fresh mixture if required. Final rolling shall be continued until all roller marks are eliminated.
Speed of Rolling:
Rolling with the self-propelled, pneumatic-tired rollers shall proceed at a speed of 6 to 10 miles per hour. The area covered by each roller shall not be more than 4,000 square yards per hour; except that for Type S Asphaltic Concrete, this maximum rate of coverage shall be 3,000 square yards per hour.
Number of Pneumatic-Tired Rollers Required:
A sufficient number of self-propelled pneumatic-tired rollers shall be used to assure that the rolling of the surface for the required number of passes will not delay any other phase of the laying operation nor result in excessive cooling of the mixture before the rolling is complete. In the event that the rolling falls behind, the laying operation shall be discontinued until the rolling operations are sufficiently caught up.
Compaction of Areas Inaccessible to Rollers:
Areas which are inaccessible to a roller (such as areas adjacent to curbs, headers, gutters, bridges, manholes, etc.) shall be compacted by the use of hand tamps or other satisfactory means.
Rolling Patching and Leveling Courses:
Self-propelled pneumatic-tired rollers shall be used for the rolling of all patching and leveling courses. Where the initial leveling course is placed over broken concrete pavement, the pneumatic-tired roller shall weigh at least 15 tons.
For Type S-III Asphaltic Concrete leveling courses, the use of a steel- wheeled roller, to supplement the traffic rollers, will be required. On other leveling courses, the use of a steel-wheeled roller will be required on all passes after the first.
Correcting Defects:
The rollers shall not be allowed to deposit gasoline, oil or grease onto the pavement, and any areas damaged by such deposits shall be removed and replaced as directed by the County. While rolling is in progress, the surface shall be tested continuously and all discrepancies corrected to comply with the surface requirements. All drippings, fat or lean areas and defective construction of any description shall be removed and replaced. Depressions which develop before the completion of the rolling shall be remedied by loosening the mixture and adding new mixture to bring the depressions to true surface.
Should any depression remain after the final compaction has been obtained, the full depth of the mixture shall be removed and replaced with sufficient new mixture to form a true and even surface. All high spots, high joints and honeycomb shall be corrected as directed by the County. Any mixture remaining unbonded after rolling shall be removed and replaced. Any mixture which becomes loose or broken, mixed or coated with dirt or in any way defective, prior to laying the wearing course shall be removed and replaced with fresh mixture which shall be immediately compacted to conform with the surrounding area.
Use of Traffic Roller on First Overbuild Course:
A self-propelled pneumatic-tired roller shall be used on the first overbuild course. Coverage shall be a minimum of five passes.
Use of Traffic Roller on first Structural Layer:
A self-propelled pneumatic-tired roller shall be used on the first structural layer placed on a milled surface. Coverage shall be a minimum of three passes.
PROVISIONS APPLICABLE TO SHOULDER PAVEMENT:
Shoulder pavements wider than three feet shall be compacted by the use of equipment of the type required for other asphaltic concrete pavements. Density determinations will be required on shoulder pavements wider than three feet when the thickness is one-inch or greater. These density determinations (including the control strip) will be separate from the pavement lane even when the pavement lane and shoulder are placed in the same pass. Density determinations will not be required on asphaltic concrete or sand-asphalt hot mix shoulders three feet or less in width. The compactive effort shall be done by the use of tandem steel rollers not exceeding 12 tons in weight. In restricted areas other equipment that will effectively exert a compactive effort may be approved by the County. The Successful Bidder shall state what equipment and compactive effort (coverage) is proposed to be used.
This must be approved by the County before the Successful Bidder starts the operation. Where sand-asphalt hot mix shoulders are constructed within the limits of curb and gutter, compaction shall be done by light weight rolling equipment, approved by the County which will not displace the previously constructed curb and gutter.
DENSITY CONTROL:
Density Control Nuclear Method:
The in-place density of each course of asphalt mix construction, with the exceptions of patching courses, leveling and intermediate courses less than one-inch thick or a specified spread rate less than 100 pounds per square yard, over build courses where the minimum thickness is less than one- inch, and open-graded friction courses, shall be determined by the use of the Nuclear Density Backscatter Method as specified by FM 1-T238
(Method B). The required density of a completed course shall be at least 98 percent of the average density of the control strip.
Control Strips:
One or more control strips shall be constructed for the purpose of determining the control strip density. A control strip shall be constructed at the beginning of asphalt construction and one thereafter for each successive course. Any change in the composition of the mix will require the construction of a new control strip. The County may require an additional control strip when necessary to establish a new control strip density or conform the validity of the control strip density being used at that time. The Successful Bidder may request a confirmation of the control strip density also. The control strip must be constructed as a part of a normal day's run. The Successful Bidder will not be permitted to construct the control strip separately.
The length of the control strip shall be 300 feet, regardless of the width of the course being laid. When the control strip is to be constructed for the first day of asphalt construction or at the beginning of a new course, it shall be started between 500 and 1,000 feet from the beginning of the paving operation. The thickness of the control strip shall be the same as that specified for the course of which it is a part. The control strip will be constructed using the same mix, the same procedures as those used in laying the asphalt course of which the control strip is to become a part. Every control strip will remain in place and become a portion of the completed roadway.
When the compaction of the control strip has been completed, ten density determinations will be made at random locations within the control strip. No determinations will be made within one foot of any unsupported edge. The average of these ten determinations will be the Control Strip Density. For purposes of determining the percent of laboratory density, as required in Table A, a correction factor will be developed from cores or by direct transmission nuclear determination where applicable.
TABLE A
Roadway Requirements for Bituminous Concrete Mixes
Mix Type | Density* | Minimum Control Strip Density (%) | Surface* Tolerance |
S-I | X | 96 Lab. Dens. | X |
S-II | X | 96 Lab. Dens. | X |
S-III | X | 96 Lab. Dens. | X |
Type II | X | 96 Lab. Dens. | X |
Type III | X | 96 Lab. Dens. | X |
SAHM | X | 96 Lab. Dens. | X |
ABC-1 | X | 96 Lab. Dens. | ** |
Mix Type | Density* | Minimum Control Strip Density (%) | Surface* Tolerance |
ABC-2 | X | 96 Lab. Dens. | ** |
ABC-3 | X | 96 Lab. Dens. | ** |
FC-1 | X | 96 Lab. Dens. | X |
FC-2 | No Density Required96 Lab. Dens. | X | |
FC-4 | X 96 Lab. Dens. | X |
*X - Denotes test is required
** - Shall meet the straightedge requirements of 200-7
LOTs
For the purpose of acceptance and partial payment, each day's production will be divided into LOTs. The standard size of a LOT shall consist of 5,000 lineal feet of any pass made by the paving train regardless of the width of the pass or the thickness of the course. Pavers traveling in echelon will be considered as two separate passes. When at the end of a day's production or the completion of a given course or at the completion of the project, a partial LOT will be redefined to include this partial LOT and the evaluation of the LOT will be based on either six or seven sublot determinations. If the partial LOT contains three or four sublots with their appropriate test results, this partial LOT will be redefined to be a whole LOT and the evaluation of it will be based on the three or four sublot determinations.
For the standard size LOT (5,000 lineal feet), five density determinations - one for each sublot - will be made at random locations within the LOT, but not to be taken within one foot of any unsupported edge. The statically derived random number tables are furnished by the County. These will also be used for partial LOTs, for the Successful Bidder to receive full payment for density, the average density of a LOT will be a minimum of 98.0 percent of the control strip density. Once the average density of a LOT has been determined, the Successful Bidder will not be permitted to provide additional compaction to raise the average.
Acceptance:
The completed pavement will be accepted with respect to density on a LOT basis. Partial payment will be made for those LOTs that have an average density less than
98.0 percent of the Control Strip Density based on the following schedule:
TABLE B - Payment Schedule for Density
Percent of Control Strip Density* | Percent of Payment |
98.0 and above | 100% |
97.0 to less than 98.0 | 95% |
96.0 to less than 97.0 | 90% |
**Less than 96.0 75%
*In calculating the percent of control strip density, do not round off the final percentage.
**If approved by the County based on an engineering determination that the material is acceptable to remain in place, the Successful Bidder may accept the indicated partial pay, otherwise the County will require removal and replacement at no cost. The Successful Bidder has the option to remove and replace at no cost to the County at any time.
JOINTS TRANSVERSE JOINTS
Placing of the mixture shall be as continuous as possible and the roller shall not pass over the unprotected end of the freshly laid mixture except when the laying operation is to be discontinued long enough to permit the mixture to become chilled. When the laying operation is interrupted, a transverse joint shall be constructed by cutting back on the previous run to expose the full depth of the mat.
LONGITUDINAL JOINTS:
For all layers of pavement except the leveling course, placing of each layer shall be accomplished to cause longitudinal construction joints to be offset 6 to 12 inches laterally between successive layers. The County may waive this requirement where offsetting is not feasible due to the sequence of construction.
(IV.55) FOG SEAL
The work specified in this section consists of furnishing and applying fog seal on existing roads at application rates described here-in. Fog seals are a method of adding asphalt to an existing pavement surface to improve sealing or waterproofing, prevent further stone loss by holding aggregate in place, or simply improve the surface appearance. Generally, fog seal is a light spray application of diluted asphalt emulsion used primarily to seal an existing asphalt surface to reduce raveling and enrich dry and weathered surfaces. However, inappropriate use can result in slick pavements and tracking of excess material.
Materials
The emulsion types recommended for fog seals may be cationic (i.e., a positive surface charge on the asphalt particles), or anionic (i.e., a negative surface charge on the asphalt particles). The primary types used are CSS-1h and SS-1h. In some circumstances, CQS- 1h (and LMCQS-1h) will give a faster set.
Liquid emulsified bituminous material for dilution: CSS-1h liquid bituminous material conforming to the requirements of AASHTO M 208 or SS-1h conforming to the requirements of AASHTO M 140 (except as modified herein) shall be utilized. The Successful Bidder shall certify the liquid bituminous material meets the aforementioned specifications
The asphalt emulsion may contain up to 43% water prior to dilution. Original emulsion water and dilution water shall be limited to and not exceed for any reason 50% by volume. Therefore, residual asphalt shall equal 50% (+1%, -0%).
Dilution Water and Emulsion Water: Water introduced into the asphalt must be potable and free from detectable solids or incompatible soluble salts (hard water).
Material Samples: The County will require the Successful Bidder to sample and test each load of emulsion prior to delivery. The Successful Bidder will also provide a sample of the emulsion, on site, prior to commencing work.
The County will require the Successful Bidder to provide sample containers and a local Independent testing laboratory for the analyzing of emulsion. The Successful Bidder will be responsible for the cost of the testing. The County reserves the right to test any shipment of emulsion that is believed to be of substandard. All samples shall be shipped and stored in clean air tight sealed wide mouth jars or bottles made of plastic.
Equipment
Distributor: The liquid bituminous material shall be applied with a truck mounted, pressure distributor that has been calibrated within the previous twelve (12) months, for transverse and longitudinal application rate. The distributor shall be equipped, maintained and operated so that the bituminous material can be applied at controlled temperatures and rates from .03 to .22 gallons per square yard with nozzles adjusted to allow minimum overlap of 3x. The distributor shall be capable of applying bituminous material of variable widths up to sixteen (16) feet. The distributor shall uniformly apply the bituminous material to the specified rate with a maximum allowed variation of 0.015 gallons per square yard. Distributor equipment shall include tachometer, accurate volume measuring device, a calibrated tank and a thermometer for measuring the temperature of the tank’s contents. Distributors shall be equipped with an asphalt pump and full circulating spray bars adjustable laterally and vertically. Distributors and transport trailers shall be equipped with a sampling valve. Distributor trucks shall be of the pressure type with insulated tanks. The use of gravity distributors will not be permitted. The valves shall be operated by levers so that one or all valves may be quickly opened or closed in one operation. The valves which control the flow from nozzles shall act positively so as to provide a uniform unbroken spread of bituminous material on the surface.
The distributor shall be equipped with devices and charts to provide for accurate and rapid determination and control of the amount of bituminous material being applied and with a bitumeter of the auxiliary wheel type registering speed in feet per minute, and trip and total distance in feet.
Additional equipment
Additional equipment will be needed to complete the operations required by this technical provision. All equipment necessary for the successful completion of projects governed by this technical provision shall be included in the unit costs associated herein. Availability of quality assurance devices shall be the responsibility of the Successful Bidder.
Experience
Bidders must submit a minimum of five Fog Seal project references that have been
completed within the past three years on Attachment “A”, Contractor’s Questionnaire. Bidders may be required to submit detailed information regarding the staff that they propose for this project. Successful Bidder shall be capable of meeting all the requirements of this specification at the time of the bid. Staff shall have the option to inspect the Successful Bidder’s equipment and if found deficient, it shall be the basis for dismissal of Successful Bidder’s bid.
Construction
Layout:
The Successful Bidder will be responsible for the lay out of the roadway and project planning and sequencing to meet traffic control requirements prior to paving.
Weather and Seasonal limitations: The fog seal shall not be applied to a wet surface or when rain is occurring or the threat of rain is present immediately before placement. The surface treatment shall not be applied when the temperature is less than 50 degrees Fahrenheit in the shade. When applying emulsions, the temperature of the surface shall be a minimum of 59°F, and no more than 140°F.
If unexpected rain occurs prior to the emulsion breaking, the area shall be re-fogged at no cost to the county. Further, the Successful Bidder’s traffic control and project monitoring shall continue until the surface is either free of emulsion or the emulsion applied has broken or the resultant surface is not slippery or dangerous to vehicular travel.
Preparation of Surface
The Successful Bidder will be responsible for blowing or sweeping the road immediately ahead of the fog seal operation to make sure the road is free of loose aggregate and other debris. The surface shall be clean and dry prior to the application.
Application of bituminous material:
The emulsion shall be diluted no more than 24 hours before its intended use to avoid settlement of the diluted emulsion. Water shall be introduced into the emulsion. Introducing emulsion into water is not permitted.
The emulsion shall be circulated using a centrifugal or other suitable pump to ensure uniformity as needed.
Properly calibrated distributor trucks with 4 to 5 mm (1/8” to 3/16”) opening spray nozzles shall be used to apply the emulsion. The emulsion may be heated to 122°F maximum, or may be applied at ambient temperatures conforming to the requirements of this technical provision. The emulsion shall be sprayed at a rate as directed in the field by the County. Application will be determined dependent upon the surface conditions.
Tight Surface (low absorbance and relatively smooth) - .09-.14 gal/sy
Open Surface (relatively porous and absorbent with open voids) - .18-.22 gal/sy
Exceptions: When fog seal is required as a subsequent treatment to chip seal, OGCM, or other method described in this blanket purchase order, materials, equipment and application shall be as described in this technical provision and as amended in the technical provision appropriate to the work the fog seal is subsequent to. If discrepancies occur, the County shall determine the appropriate specification.
Traffic Control
The Successful Bidder shall furnish all necessary traffic control, barricades, signs and flagmen, to ensure the safety of the traveling public and to all working personnel. Traffic shall not travel on fresh fog seal until material is sufficiently broke such that tire pickup does not occur. The Successful Bidder shall submit an M.O.T plan indicating all facets of traffic control for the project area. The MOT plan must be approved in writing by the County prior to commencing any work. All traffic control shall be in accordance with the FDOT Roadway Design Standards, most current edition and TP-102. M.O.T. and associated devices shall be checked daily and periodically throughout the project for compliance; and where adjustments or corrections are needed, prompt revisions shall be made.
Method of Measurement
If a pay item is listed on the Bid Form for work required in this Technical Specification, the quantity to be paid shall be as specified in the Bid Form including all items of work described herein. Any item necessary for Fog Seal, and not specifically listed in another item in the Bid Form, shall be included in this item.
(IV.50) BASIS OF PAYMENT
The quantities to be paid for under the Technical Specification shall be included in the per square yard price for Fog Seal. There will be a bid item for “Tight Surfaces” (.09-.14 gal/sy) and a separate bid item for “Open Surfaces” (.18-.22 gal/sy) as listed in the Bid Form. The unit price includes all items listed in the blanket purchase order, including all Technical Specifications pertaining to Fog Seal, including all items of work described herein. No additional payment will be provided for any item necessary for the completion of this blanket purchase order as detailed in the specifications.
SECTION V – STORMWATER, WASTEWATER and UTILITIES
The work specified in this section shall reference FDOT specifications Section 425-430; and Manatee County Specifications chapters 202.0 to 202.5, requirements as listed on Bid Form with the exception of V.39, V.54, V.55 and V.56.
(V.39) ALTERNATIVE MANHOLE ADJUSTMENT
The work specified in this section covers the adjustment of a structure by the backfill of the adjustment hole with S-III Asphalt Concrete. It also requires heating, scarification and reworking of the existing asphalt surrounding the adjustment, blend with new material as needed and compact.
(V.39) BASIS OF PAYMENT
All bid items specified shall be paid under the per unit pay item noted on the Bid Form.
(V.53) REMOVE CONCRETE COLLAR (V.54) REMOVE BOX INLET
(V.55) REMOVE CONCRETE DRAINAGE STRUCTURE
The work specified in the section shall include all equipment, labor and incidentals to expose remove and dispose of a concrete collar, box inlet and concrete drainage structure.
(V.53, V.54, V.55) BASIS OF PAYMENT
All bid items specified shall be paid under the each and day pay Item noted on the Bid Form.
SECTION VI – CURB AND GUTTER, SIDEWALKS AND DRIVEWAYS
DESCRIPTION OF WORK
The work specified in this section shall reference FDOT Specifications 520 & 522; and Manatee County Specifications chapters 200 & 300 requirements as listed on Bid Form with the exception of VI.3, VI.11, VI.12, VI.13,VI.14, VI.15,VI.16, VI.17, VI.18 and VI.19.
(VI.3) MODIFIED TYPE “F” CURB
The items under this section are the same as “F” curb, see Manatee County specifications for “F” curb 201.2, except that the width of the curb may vary, by being less, to meet the necessary field conditions.
(VI.3) BASIS OF PAYMENT
All bid items specified shall be paid under the linear feet pay item noted on the Bid Form.
(VI.11) MISCELLANEOUS CONCRETE FORMED AND POURED
The work specified under this section shall include all equipment, material (including rebar) and labor necessary to frame and pour concrete of any shape or dimension at the direction of the County and type of concrete.
(VI.11) BASIS OF PAYMENT
All bid items specified under this section shall be paid under the cubic yards and pounds of rebar (reinforced steel) used under the pay item noted on the Bid Form.
(VI.13) REMOVE CONCRETE SIDEWALK/DRIVEWAY (2500PSI)
The work specified in the section shall include all equipment, labor and incidentals to expose remove and dispose of a concrete sidewalk/driveway.
(VI.13) BASIS OF PAYMENT
All bid items specified shall be paid under the square yards pay item noted on the Bid Form.
(VI.14) REMOVE CONCRETE CURB & GUTTER
The work specified in this section shall include all equipment, labor and incidentals to expose remove and dispose of a concrete curb and gutter.
(VI.14) BASIS OF PAYMENT
All bid items specified shall be paid under the each and day pay Item noted on the Bid Form.
(VI.15) CONSTRUCT ASPHALT SIDEWALK / DRIVEWAY
The work specified in this section includes all equipment, materials and labor necessary to constructed asphalt paths of the dimension and material noted. The task includes the excavation of the path area such that the path matches the existing grade of the surrounding area and the compaction of the excavation bottom.
(VI.15) BASIS OF PAYMENT
All bid items specified under this section shall be paid under the lineal foot and cubic yards under the pay item noted on the Bid Form.
(VI.16) PREPARATION FOR CURB AND GUTTER (NEW INSTALL)
The work specified under this section includes all equipment, materials and labor necessary to prepare a job site location for the installation of curb. The area will be cleared of all organic materials and excavated to the required elevation and compacted. When additional fill is required it will be installed to bring the base area to correct elevation and compacted in place.
(VI.16) BASIS OF PAYMENT
All bid items specified shall be paid under the following pay item noted on the Bid Form.
Preparation - lineal feet Additional fill – cubic yard
Additional excavation – cubic yard
(VI.17) CONCRETE PUMPING
The work specified under this section includes all equipment, materials and labor associated with the use of a concrete pump on the job site to pump concrete to the actual pour location. This item will be paid by either the hour or day.
(VI.17) BASIS OF PAYMENT
All bid items specified shall be paid by either the hour or day noted on the Bid Form.
(VI.18) ADA TRUNCATED DOME FURNISH AND INSTALL
The work specified in this section includes all equipment, materials and labor to install truncated domes at sidewalk locations directed by the County. The domes must meet the requirements of Manatee County specification 302.3 and FDOT Design Standards, Index
304. This item will be paid for in square feet.
(VI.18) BASIS OF PAYMENT
All bid items specified shall be paid under the square foot pay item noted on the Bid Form.
(VI.19) STANDARD MAIL BOX RELOCATE
The work specified in this section includes all equipment, material and labor to keep an address with a proper functioning mail box during the duration of the project. This may require the installation of a standard US Postal Service mail box and wooden post, the relocation of existing mailbox and/or the reinstallation of the original mailbox once the project is complete.
(VI.19) BASIS OF PAYMENT
All bid items specified shall be paid under the each (unique address / mailbox for the duration of the release order (project) pay item noted on the Bid Form.
(VI.20) IRRIGATION CAP
The work specified in this section includes all equipment, labor and materials necessary to cap various irrigation lines that may be encountered within a job site. The caps must match the existing irrigation material and be a permanent glue type. This item is paid for by each cap installed.
(VI.20) BASIS OF PAYMENT
All bid items specified shall be paid under the each (cap installed) pay item noted on the Bid Form.
SECTION VII – TRAFFIC CONTROL
The work specified and basis of payment in this section shall reference the respective FDOT specifications edition 2015.
SECTION VIII – PAVEMENT BASE CONSTRUCTION
The work specified and basis of payment in this section shall reference the respective FDOT specifications edition 2015.
EXIBIT F- Zone Map
.,.----
�\ -·- ·-
This map was developed by the Manatee County Government. It is provided for general reference and is not warranted
In any way. Errors from non-coincidence of features
from different sources may ex.Isl The Manatee County BOCC shall be held harmless for inappropriate orunintended
uses of the infonnation.
I
i
iL_
(Page 8 of 8)
To: Address: | Manatee County Port Authority 300 Tampa Bay Way Palmetto, FL 34221 | Contact: Phone: Fax: | Clyde Joseph 941-722-6621 941-729-1463 |
Project Name: | Manatee County Port Authority Drop Trailer Lot | Bid Number: | LT22-079 |
Project Location: | Reeder Road & South Dock Street, Palmetto, FL | Bid Date: | 9/2/2022 |
Item # | Item Description | Estimated Quantity | Unit | Unit Price | Total Price |
Base Bid- Drop Trailer Lot | |||||
III.3 | Prime And Mat (Over 2,500 SY) | 19,200.00 | SY | $1.15 | $22,080.00 |
III.9 | Sodding- Bahia (Zone 5)(Over 500 SY) | 511.00 | SY | $6.00 | $3,066.00 |
III.15 | Base Reconstruction (Over 5,000 SY) | 19,200.00 | SY | $4.80 | $92,160.00 |
III.19 | Reworking Shoulders (Sodding) | 511.00 | SY | $24.15 | $12,340.65 |
IV.10 | Superpave Mix 12.5 FDOT 334 (Zone 5)(Over 500 Tons) | 3,168.00 | TON | $83.50 | $264,528.00 |
IV.17 | Sweep, Tack, Spread & Compact Parking Lots (Over 500 | 3,168.00 | TON | $40.00 | $126,720.00 |
IV.42 | Tons) FDOT Valve Box Adjustment (1-5 Units) | 2.00 | EACH | $1,000.00 | $2,000.00 |
IV.42 | FDOT Valve Box Adjustment (Mobilization) | 1.00 | EACH | $1,650.00 | $1,650.00 |
IV.44 | Mobilization (Zone 5) | 1.00 | LS | $1,650.00 | $1,650.00 |
IV.46 | Maintenance Of Traffic (Crew Complete (Includes Truck, Foreman, Two Flaggers) | 6.00 | DY | $2,701.50 | $16,209.00 |
Total Price for above Base Bid- Drop Trailer Lot Items: $542,403.65
Alternate Bid- Repairs By Warehouse
IV.10 | Superpave Mix 12.5 FDOT 334 (Zone 5)(Over 500 Tons) | 577.00 | TON | $83.50 | $48,179.50 |
IV.18 | Cut, Square, Sweep, Tack, Spread & Compact Patching | 577.00 | TON | $98.94 | $57,088.38 |
(Over 30 Tons) | |||||
IV.30 | Pavement Milling (Avg. Cut Over 2'')(4'')(3 Repairs)(S. | 2,623.00 | SY | $6.50 | $17,049.50 |
Warehouse 9 (40x180)800sy, SW Warehouse 9 | |||||
(10x140)156sy, SW Container Yard Warehouse 9 | |||||
(60x250)1667 Sy | |||||
IV.46 | Maintenance Of Traffic (Crew Complete (Includes Truck, | 2.00 | DY | $2,701.50 | $5,403.00 |
Foreman, Two Flaggers) |
Total Price for above Alternate Bid- Repairs By Warehouse Items: $127,720.38
Total Bid Price: $670,124.03
Notes:
This Proposal includes ONLY those items and services specifically described above.
This Proposal is based on 2 Mobilizations. Additional Mobilizations will require negotiation of price.
Asphalt overruns due to pre-existing conditions, including soft base, subgrade or base tolerance will be an additional charge of $100.00 per ton.
Prices on this quotation are based on construction prior to December 31, 2022. Any construction after this date will be subject to increased prices of labor, materials and supplies.
Acceptance of this proposal confirms agreement with and incorporation of the standard terms of contract of Ajax Paving Industries of Florida, LLC. This proposal is binding on customer when signed and transmitted to Ajax by mail, PDF, or facsimile.
The prices on this quotation are firm for 30 days from the date of this quote.
This Proposal is a piggyback off of Manatee County's Agreement #20-TA003287CD for Road Building Materials and Services.
To: Address: | Manatee County Port Authority 300 Tampa Bay Way Palmetto, FL 34221 | Contact: Phone: Fax: | Clyde Joseph 941-722-6621 941-729-1463 |
Project Name: | Manatee County Port Authority Drop Trailer Lot | Bid Number: | LT22-079 |
Project Location: | Reeder Road & South Dock Street, Palmetto, FL | Bid Date: | 9/2/2022 |
Authorized Signature:
Estimator: Lauren Taylor
941-486-3600 ltaylor@ajaxpaving.com
CONFIRMED:
Ajax Paving Industries Of Florida, LLC
ACCEPTED:
The above prices, specifications and conditions are satisfactory and are hereby accepted.
Buyer: Signature:
Date of Acceptance:
CONSENT
AGENDA ITEM 1.L.: PORT MANATEE AND KINDER MORGAN LEASE
AMENDMENT TWO
BACKGROUND:
On September 19, 2019, the Authority approved the Port Manatee and Kinder Morgan Lease for 5.01 acres and on January 1, 2020, approved the lease of an additional 1.81 acres. This request is for approval of 10.6 acres (Zone C Parcel) and 11.39 acres (Triangle Parcel). The intent is that the cargo located in the Zone C Parcel will be moved from Zone C to the Triangle Parcel between September 1, 2022, and August 5, 2023. Kinder Morgan will make improvements to the Triangle Parcel and will be credited $50,000 toward the improvements estimated to cost $90,000.
ATTACHMENT:
Port Manatee and Kinder Morgan Lease Amendment Two
COST AND FUNDING SOURCE:
N/A
CONSEQUENCES IF DEFERRED:
Delay in approving the lease of acreage in Zone C and the Triangle
LEGAL COUNSEL REVIEW: Yes RECOMMENDATION:
Move to approve and authorize the Chairman to execute the Port Manatee and Kinder Morgan Lease Amendment Two between the Manatee County Port Authority and Kinder Morgan Port Manatee Terminal LLC.
PORT MANATEE AND KINDER MORGAN LEASE AMENDMENT TWO
The terms and conditions of this Port Manatee and Kinder Morgan Lease Amendment One (hereinafter “Amendment Two”), made and entered into by and between the MANATEE COUNTY PORT AUTHORITY, a political entity of the State of Florida, with its principal place of business located at Port Manatee, 300 Tampa Bay Way, Suite 1, Palmetto, Florida 34221, (hereinafter referred to as the “Authority”), and KINDER MORGAN PORT MANATEE TERMINAL LLC, a Delaware limited liability company authorized to do business in the State of Florida, with a place of business located at 500 National Street, Palmetto, FL 34221 (hereinafter referred to as “Kinder Morgan” or “Lessee”), (collectively hereinafter referred to as the “Parties”) for and in consideration of the mutual covenants herein contained and other good and valuable consideration, amend the Port Manatee and Kinder Morgan Lease entered into by the Parties dated September 19, 2019 (hereinafter “Lease”), Port Manatee and Kinder Morgan Lease Amendment One entered into by the Parties dated January 14, 2020 (hereinafter “Amendment One”), and state as follows:
CONSIDERATION. Each of the Parties represented that as a result of mutual covenants and the long-term benefit to both Parties, and other good and valuable consideration, this Amendment Two shall govern the Parties’ responsibilities regarding paragraphs of the Lease entitled Demised Premises (paragraph 2), Term (paragraph 4), Rent (paragraph 5), Improvement Removal and Land Restoration (paragraph 7), Minimum Annual Guaranteed Tonnage (paragraph 12), Lessee Representations (paragraph 30) Public Records (paragraph 40) and Notice (paragraph 41).
SCOPE. This Amendment Two is being entered into for the purpose of amending, modifying and superseding paragraphs 2, 4, 5, 7, 12, 30, 40 and 41 of the Lease and Amendment One. Except to the extent herein amended, all other provisions set forth in the Lease and Amendment One shall remain in full force and effect and binding upon the Authority and Kinder Morgan. In entering into Amendment Two, the Parties acknowledge that in no way has the Authority waived any of its rights or claims it may have against Kinder Morgan.
AMENDMENT. The Parties agree to amend, modify, and supersede paragraphs 2, 4, 5, 7,
12, 30, 40 and 41 of the Lease, as follows:
DEMISED PREMISES. Effective January 1, 2020, the Authority does hereby demise, let, and rent unto the Lessee, and the Lessee shall hire and take as tenant approximately 1.81 acres of real property located in Manatee County, Florida identified as a portion of Port Manatee, the legal description of which is attached and made a part of this Lease as Exhibit D (the “Demised Premises”), to have and to hold the same for the terms set forth in this Lease.
Effective August 6, 2020, the Authority does hereby demise, let, and rent unto the Lessee, and the Lessee shall hire and take as tenant approximately 5.01 acres of real property located in Manatee County, Florida identified as a portion of Port Manatee, the legal description of which is attached and made a part of this Lease as Exhibit A (the “Land”), to have and to hold the same for the terms set forth below. The Land, all rights of access and other appurtenant rights related thereto, and all improvements now or hereafter located on the Land (including, without limitation, Warehouse 1 at Berths 6 and 7, Warehouse 2, Truck & Rail Car Dump Shed, Warehouse 3 at Berth 7, Truck Scales and the conveyors (hereinafter defined) described in the attached Exhibit B which is incorporated into and made a part of this Lease), are collectively referred to herein as the “Additional Lands.” Effective August 6, 2020, the Additional Lands are included in the definition of the
Demised Premises. As used herein, “conveyors” means those conveyor systems described on Exhibit B and depicted (and labelled) in the attached Exhibit C, which is incorporated into and made a part of this Lease. The Lessee shall have the continuing right to locate the conveyors on the Land and in the areas adjacent to the Land where the conveyors are already located as shown on Exhibit C, but such right does not to preclude the Authority from requiring Lessee to temporarily move conveyor BC7S in the area adjacent to the Land, if such movement is needed. The Lessee shall have the right to maintain, restore, replace and operate the conveyors during the term of this Lease, and Lessee shall maintain the conveyors in accordance with the paragraph entitled “Maintenance” of this Lease. The Authority recognizes that the Lessee uses improvements such as conveyors and warehouses on the Land in offloading its cargo and the Authority will make reasonable efforts to provide the Berths 5, 6, and 7 for such offloading and make reasonable efforts, as described below, to maintain a 40 foot draft at Berths 5, 6, and 7.
Effective September 1, 2022,the Authority does demise, let and rent unto Lessee and Lessee shall hire and take as tenant approximately 10.6 acres of real property known in Zone C (hereinafter the “Zone C Parcel”) and 11.39 acres of real property known as the Triangle (hereinafter the Triangle Parcel”) located in Manatee County, Florida identified as a portion of Port Manatee, the legal description and sketch of which is attached and made a part of this Lease as Exhibit “E”, to have and to hold the same for the terms set forth below. Lessee acknowledges its receipt of the Phase II Environmental Site Assessment prepared for SeaPort Manatee Triangle Site Environmental Baseline Study, Palmetto, Manatee County, Florida, dated September 2022 for the Triangle Parcel. Effective September 1, 2022, the Zone C Parcel and Triangle Parcel are included in the definition of the Demised Premises. Provided, however, that Authority has approved the phosphate rock specification currently stored on Zone C Parcel, and to be stored on the Triangle Parcel. Lessee will not be responsible for Hazardous Materials which migrate onto or under the Triangle Parcel, except for those Hazardous Materials that result from Lessee’s use of the Triangle Parcel or are caused by the Lessee.
In accordance with the Master Plan, the Authority agrees, covenants and warrants that Lessee has the right to peacefully occupy, have, use, hold and quietly enjoy the Demised Premises subject to the provisions of this Lease. The Lessee agrees it will not use the Demised Premises in any way that physically interferes with, interrupts, or impacts, in a materially adverse way, the rightful use or operation of other Port Manatee facilities by any other tenant, user, or customer at Port Manatee. The Demised Premises are leased and accepted by Lessee in its current “As Is-Where Is” condition with Authority making no warranties as to fitness, and Lessee acknowledges that it has had adequate opportunity to inspect and test the Demised Premises prior to entering into the Lease. Lessee may not act or fail to act in a manner that would adversely affect the title of the Authority. Further, while the Authority endeavors to maintain berth and channel depths at the Congressionally authorized 40+1 feet, the vagaries of natural events such as storms and sediment redistribution preclude any guarantees for either the main channel or berths. Maintenance dredging is performed as frequently as needed but subject to Army Corps of Engineers funding, permitting, contractor procurement and scheduling of both federally maintained channels and port berths. The berth maintenance is performed at Authority’s expense in conjunction with Corps events by a common contractor and under a single federal permit except in the case of emergency out of cycle needs where the port performs the maintenance.
TERM. The duration or term of this Lease for the 1.81 acres of real property (excluding the Additional Lands, Zone C Parcel and Triangle Parcel), commences on January 1, 2020 and continues to August 5, 2020. The duration or term of this Lease for the 1.81 acres of real property and the Additional Lands (excluding the Zone C Parcel and Triangle Parcel), commences on August 6, 2020 and terminates three (3) years thereafter on August 5, 2023, unless otherwise extended as provided in this Lease. The term of this Lease for the 1.81 acres of real property and the Additional Lands, may be extended first for one (1) three-year extension period and subsequently for up to three (3) five-year extension periods thereafter so long as the Lessee provides the Authority with Written Extension Notice (as defined below). The duration or term of this Lease for the Zone C
Parcel and Triangle Parcel commences on September 1, 2022 and terminates August 5, 2023, unless otherwise extended as provided in this Lease. The term of this Lease for the Zone C Parcel and Triangle Parcel may be extended first for a one (1) year extension at the discretion of the Lessee, so long as the Lessee provides the Authority with Written Extension Notice (as defined below) and subsequently for up to two (2) one-year extension periods thereafter upon written agreement of the Parties. To extend the term, the Lessee must notify the Authority in writing no later than sixty (60) days prior to the expiration of the then existing term of this Lease that it desires to extend the term (“Written Extension Notice”). As used herein, a “year of this Lease” or “Lease year” means each consecutive twelve (12) month period commencing on commencement date of the term of the Lease for the specified parcel and on each anniversary thereof.
RENT. The Lessee shall pay to the Authority rent for the Demised Premises, payable monthly on the first (1st) day of each calendar month during the term.
Effective January 1, 2020 (the “Effective Date”), the Lessee shall pay to the Authority rent for the Demised Premises (the 1.81 acers and excluding the Additional Lands), payable monthly on the first (1st) day of each calendar month, at a rate of $1,500 per month from January 1, 2020 through August 5, 2023. Should the Lessee exercise its option to extend the term of this Lease as set forth in the paragraph of this Lease entitled “Term”, the annual rent for each year during the extended term(s) will be:
August 6, 2023 through August 5, 2026: $1,500 per acre per month
August 6, 2026 through August 5, 2031: $2,500 per acre per month
August 6, 2031 through August 5, 2041: The annual rent for each year during the extended term(s) will be determined by multiplying the annual rent by the percentage of change in the most recently published U.S. Department of Labor All Urban Consumer Price Index (“CPI-U”), all items, not to exceed three percent (3%) in any applicable extended five year lease period. The percentage change will be computed by comparing index figures published for the month closest to the Lease year anniversary date with the same month of the preceding Lease year. The index
to be used will be the most recently published U. S. Department of Labor, All Urban Consumer Price Index. Annual rent on an extended term must never be less than
$2,500 per month and will only increase in accordance with the above formula for the extended term, and not annually during any such extended term.
Effective August 6, 2020, the Lessee shall pay to the Authority rent for the Additional Lands, payable monthly on the first (1st) day of each calendar month, at a rate of $12,525 per month for the first three (3) years of the term. Should the Lessee exercise its option to extend the term of this Lease as set forth in the paragraph of this Lease entitled “Term”, the annual rent for each year during the extended term(s) will be determined by multiplying the annual rent by the percentage of change in the most recently published U.S. Department of Labor All Urban Consumer Price Index (“CPI-U”), all items, not to exceed three percent (3%) in any applicable extended lease period (either 3 or 5 years in accordance with the extended term). The percentage change will be computed by comparing index figures published for the month closest to the Lease year anniversary date with the same month of the preceding Lease year. For example, if the Lease commencement date is August 6, 2020, the adjustment for the annual rental due on August 6, 2023, will be calculated by using the index published for the most recent month available prior to August 6, 2020 and comparing it to the index published for the same month of the year 2023, subject to the 3% percent cap. The index to be used will be the most recently published U. S. Department of Labor, All Urban Consumer Price Index. Annual rent on an extended term must never be less than $12,525 per month and will only increase in accordance with the above formula for the extended term, and not annually during any such extended term.
Effective September 1, 2022 and continuing to August 5, 2023, Lessee shall pay the Authority rent for Zone C Parcel, payable monthly on the first (1st) day of each calendar month, at a rate $2,000 per acre per month for each acre that contains cargo in the Zone C Parcel and such that at no time shall the monthly rent for the Zone C Parcel be less than
$2,000 per acre per month for 3 acres, regardless if cargo is contained on fewer than 3 acres and rent for the Triangle Parcel payable monthly on the first (1st) day of each calendar month, at a rate $2,500 per acre per month for each acre that contains cargo in the Triangle
Parcel. The intent of the Parties is that the cargo that is located on the Zone C Parcel will be moved from the Zone C Parcel to the Triangle Parcel between September 1, 2022 and August 5, 2023. Effective August 6, 2023 and continuing to August 5, 2024, Lessee shall pay the Authority rent for Zone C Parcel, payable monthly on the first (1st) day of each calendar month, at a rate $3,000 per acre per month per acre for the entire the Zone C Parcel, regardless if cargo is placed on all of the acres and rent for the Triangle Parcel payable monthly on the first (1st) day of each calendar month, at a rate $2,500 per acre per month for each acre that contains cargo in the Triangle Parcel.
Between September 1, 2022 and August 5, 2023, and once Lessee has completed the Triangle Parcel Improvements (as defined below in the paragraph of this Lease entitled “Improvements”), the Authority shall credit Lessee’s rent account fifty thousand dollars ($50,000). The credit will be used for the future rent of Lessee for the Triangle Parcel. Upon exhaustion of the credit, Lessee will begin making rent payments again for the Zone C Parcel and Triangle Parcel. Throughout September 1, 2022 and August 5, 2023, Lessee will be responsible for paying applicable sales tax on its rent payments, regardless of whether a credit is applied to the rent payment. At any time during the term of this Lease, the Parties recognize the Triangle Parcel may be reduced in acreage due to a railroad project. Should the Triangle Parcel be reduced, the Parties will enter into a corresponding amendment to this Lease.
IMPROVEMENT REMOVAL AND LAND RESTORATION. The Parties
recognize that certain improvements are and may be constructed, erected, or installed upon the Demised Premises that may be of benefit to the Authority upon the expiration of the Term of this Lease. Upon expiration or termination of this Lease, Lessee may, at its sole discretion, remove any improvements located on the Demised Premises. Any improvement not removed by the Lessee shall become the property of and owned by the Authority. The Demised Premises with any improvements (including, but not limited to, Warehouse 1, Warehouse 2, Warehouse 3, and all improvements constructed after the January 1, 2020), except for the conveyors and the Truck & Rail Car Dump shed, that are not removed, must
be left by the Lessee in a clean, good, safe, and tenantable condition. Lessee shall not be required to make any improvements or alterations to the current condition (as of the August 6, 2020) of the Truck & Rail Car Dump shed. Any whole or parts of the conveyors that are not removed as of the expiration or termination of this Lease, must be left by the Lessee in a clean, good and salvageable condition. The Lessee must remove all Lessee’s equipment, furnishings, furniture, machinery and other items of personal property (which does not include the conveyors), at no cost or expense to the Authority prior to the expiration or termination of this Lease.
As of September 1, 2022, the Parties anticipate that Lessee will improve the Triangle Parcel to prepare for the storage of phosphate rock and these improvements are expected to cost approximately $90,000, which includes basic grading, raising low spots, and removing trees (the “Triangle Improvement”). Any movement of any fill or dirt and any improvement to the Triangle Parcel is solely at Lessee’s cost and expense. The Authority will allow Lessee to use the pile of dirt (approximately 10,000 cubic yards) located on the east end of the Triangle Parcel (as depicted in the Exhibit E) for grading on the Triangle Parcel. The Authority makes no representations as to the condition or suitability of the dirt for Lessee’s improvements. Lessee is solely responsible for determining suitability of the dirt and compaction needs of Lessee for its improvements. The Authority may make other fill available from the Authority’s dredge spoil site in accordance with the Authority’s Rejuvenation Plan.
MINIMUM ANNUAL GUARANTEED TONNAGE. Regardless of the amount of short tons (2,000 pounds) of cargo actually shipped through Port Manatee by Lessee during the Term (as it may be extended), beginning September 1, 2020, Lessee guarantees that it will pay the Authority wharfage at the rate set forth in the paragraph entitled Wharfage above for at least the following amount of short tons (the “minimum annual guarantee” or “MAG”):
August 2022- July 2023– 350,000 short tons
August 2023- July 2024– 350,000 short tons
August 2024- July 2025– 350,000 short tons*
*If August 6, 2024, the Lease is not extended for the Zone C Parcel and Triangle Parcel, then the MAG for the Demised Premise of the 1.81 acres of real property and the Additional Lands for August 24- July 2025 and thereafter will be 300,000 short tons.
At the end of each Lease Year, an accounting will be made as to the actual tonnage for which the Lessee paid wharfage to the Authority versus the MAG for that particular year. Within thirty (30) days after completing such accounting, the Lessee shall pay the Authority wharfage for any shortfall between the actual tonnage paid and the applicable MAG, at a blended wharfage rate of $0.59 per short ton. With each renewal option, the blended wharfage rate for MAG shortfalls will be increased at the same rate as the annual tariff general rate increase.
If during any term of this Lease, Lessee is prevented from, or materially hindered in, using the Demised Premises as a result of any act or omission by the Authority (including authorized draft restrictions), wharfage charges with respect to guaranteed minimum tonnage will be abated on a pro rata basis and will not be required to be recommenced until such use is restored, as reasonably determined by the Authority. Abatement on a pro rata basis means that the minimum number of net tons of materials guaranteed by Lessee annually will be reduced to the extent to which (measured in tons of materials) Lessee is respectively prevented from, or materially hindered in, using the Demised Premises.
LESSEE REPRESENTATIONS. The Lessee represents unto the Authority with the intent that the Authority rely thereon as a major inducement to the Authority to enter into this Lease that:
Lessee represents and warrants to the Authority that to its actual and constructive knowledge: 1) neither Lessee nor any person(s) who, in the aggregate or individually, directly or indirectly own 50% or more of the Lessee, is identified on the Special Designated Nationals and Blocked Persons List of the U.S. Treasury Office of Foreign
Asset Control; 2) neither Lessee, nor any person(s) who, in the aggregate or individually, directly or indirectly own 50% or more of the Lessee, nor any guarantor of all or any part of Lessee’s obligations under this Lease are directly or indirectly owned or controlled by a government or country that is subject to an embargo imposed by the U.S. Government; 3) neither Lessee nor any person(s) who, in the aggregate or individually, directly or indirectly own 50% or more of the Lessee, or guarantor of all or any part of the Lessee’s obligations under this Lease are acting on behalf of a government or have been in the past five years involved in business arrangements or other transactions with any country that is subject to such embargo. Lessee agrees to notify the Authority in writing immediately upon the occurrence of any of that, which would cause the foregoing representation, and warranties of this Section to be incorrect in any respect and the Authority will have the right then or thereafter to terminate this Lease at its sole and absolute discretion.
In connection with any aspect of this Lease or other transaction involving Lessee related to this Lease, Lessee has not violated and will not violate the Foreign Corrupt Practices Acts, directly or indirectly in the performance of this Lease. In the event of or during the term of this Lease, if Lessee is not in compliance with this Section, Lessee shall make prompt disclosure of such non-compliance to the Authority.
The Lessee (which includes its officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of the Lessee) has not been placed on the convicted vendor list following a conviction for a public entity crime within the last 36 months. In the event of or during the term of this Lease, if Lessee is placed on the convicted vendor list, in accordance with section
287.133 of the Florida Statutes as may be amended, Lessee shall make prompt disclosure of such non-compliance to the Authority.
Pursuant to section 287.135, Florida Statutes, Lessee certifies, represents, and warrants that: (a) it is not on the Scrutinized Companies with Activities in Sudan List,
(b) it is not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, (c) that it does not have business operations in Cuba or Syria, and (d) that it is not participating in a boycott of Israel, and that all such certifications were true at
the time it submitted its bid or proposal for this Lease and as of the effective date of any renewal. Notwithstanding anything contained in this Lease to the contrary, the Authority may terminate this Lease immediately if: (1) Lessee is found to have submitted a false certification regarding (a) – (d) above in accordance with section 287.135(5), Florida Statutes, or (2) Lessee is found to have been placed on the Scrutinized Companies that Boycott Israel List as that term is defined and such list is maintained pursuant to Section 287.135, Florida Statutes, or is otherwise engaged in a boycott of Israel. Such termination shall be in addition to any and all remedies available to the Authority at law.
Pursuant to section 286.101, Florida Statutes, Lessee shall disclose any current or prior interest of, any contract with, or any grant or gift received from a Foreign Country of Concern, as defined below, if such interest, contract, or grant or gift has a value of
$50,000 or more and such interest existed at any time or such contract or grant or gift was received or in force at any time during the previous five (5) years. For purposes of this section, “Foreign Country of Concern” means the People’s Republic of China, the Russian Federation, the Islamic Republic of Iran, the Democratic People’s Republic of Korea, the Republic of Cuba, the Venezuelan regime of Nicolas Maduro, or the Syrian Arab Republic, including any agency of or any other entity under significant control of such foreign country of concern. Lessee’s disclosure shall include the name and mailing address of the disclosing entity, the amount of the contract or grant or gift or the value of the interest disclosed, the applicable foreign country of concern and, if applicable, the date of termination of the contract or interest, the date of receipt of the grant or gift, and the name of the agent or controlled entity that is the source or interest holder. Lessee represents that within one (1) year before proposing any contract to the Authority, Lessee provided a copy of such disclosure to the Florida Department of Financial Services.
PUBLIC RECORDS. All papers, letters, maps, books, photographs, films, sound recordings, data processing software, or other material, regardless of the physical form, characteristic, or means of transmission, made or received pursuant to law or in connection
with the transaction of official business by the Authority are public records of the Authority in accordance with the Florida Constitution and Florida Statutes. Every person has the right to examine, inspect, and copy any such public records not specifically made exempt by provisions of the Florida Statutes. Any financial or proprietary information relating to the Lessee transmitted by the Lessee to the Authority may be a public record subject to disclosure to a requesting third person (not a party to this Lease). If the Authority receives a request by a third party for the disclosure of any such public records relating to the Lessee, the Authority shall immediately notify the Lessee of said request; however, in no event will the Authority delay production of the public records in order to provide notice to the Lessee. The Authority will comply with said request to the extent required by law, unless the Lessee institutes an appropriate legal proceeding or suit against the Authority and/or the third person to restrain or otherwise prevent the particular public records’ disclosure. If the Lessee institutes any such legal proceeding or suit and the Authority incurs any attorneys’ fees, costs, damages, or penalties in connection with or because of the legal proceeding or suit, the Lessee shall pay to the Authority an amount equal to the total amount of said reasonable attorneys’ fees, costs, damages, or penalties.
The Lessee further agrees to comply with the Florida Public Records Act, as applicable, including, but not limited to section 119.0701 of the Florida Statutes. Documents which may be considered public records under Florida law include, but are not limited to: records related to the entry, management and implementation of the Lease itself; emails/correspondence between the Authority and the Lessee related to the Lease; emails or correspondence from all other entities related to the Lease (i.e., subcontractors, suppliers, vendors, etc.); billing and related documents; plans or other documents that may be necessary, reports, etc.; subcontracts; and all vendor invoices. The Lessee agrees, to the extent required by law, to:
keep and maintain public records that ordinarily and necessarily would be required by the public agency in performing the services of the Lease;
provide the public with access to the public records under the same terms and conditions that the Authority would provide the records and at a cost that does not exceed the cost provided for by law;
ensure that the public records that are exempt or confidential, and exempt from public record disclosure requirements, are not disclosed, except as authorized by law; and
meet all requirements where retained public records and transfer, at no cost, to the Authority, all public records in possession of the Lessee, upon termination or completion of the Lease and destroy any duplicate public records that are exempt or confidential, or exempt from public record disclosure requirements.
Furthermore, the Lessee agrees that all records stored electronically will be provided to the Authority in a format that is compatible with the information technology systems of the Authority. The Lessee shall promptly provide the Authority with a copy of any request to inspect or copy public records that Lessee receives and a copy of the Lessee’s response to each request. The Lessee understands and agrees that failure to provide access to the public records after receiving a request for records in accordance with Chapter 119 of the Florida Statutes and a corresponding civil action being brought will be a material breach of the Lease and grounds for termination.
NOTICE. All notices required or allowed by this Lease must be delivered by email (with a requirement that the recipient acknowledge receipt), third party overnight courier (including overnight couriers’ services such Federal Express) or Certified Mail, Return Receipt Requested, postage paid addressed to the party to whom notice is given at the following addresses:
If to Lessee: Kinder Morgan Port Manatee Terminal LLC Attention: President - Terminals
Address: 1001 Louisiana St, Suite 1000
Houston, TX 77002
Telephone: (713) 369-8753
Facsimile: (713) 369-9410
Email: john_schlosser@kindermorgan.com
Copy to: Kinder Morgan Port Manatee Terminal LLC Attention: Terminals - Legal
Address: 1001 Louisiana St, Suite 1000
Houston, TX 77002
Telephone: (713) 420-2081
Facsimile: (713) 369-9410
If to Authority Manatee County Port Authority. Address: Attention: Executive Director
300 Tampa Bay Way, Suite One Palmetto, Florida 34221
Telephone: (941) 722-6621
Facsimile: (941) 729-1463
Email: cbuqueras@seaportmanatee.com
Copy to: Port Counsel
Bryant, Miller, and Olive, P.A.
201 North Franklin Street, Suite 2700
Tampa, Florida 33602
Telephone: (813) 273-6677
Facsimile: (813) 223-2705 Email: jcowan@bmolaw.com
Notice is deemed to have been given upon receipt by recipient as evidenced by an email acknowledging receipt, by overnight courier Air bill, or by return receipt. In the event the recipient fails or refuses to sign the Return Receipt, the receipt will be sufficient.
CONFLICT. In the event of a conflict regarding the provisions set forth in paragraphs 2, 4, 5, 7, 12, 30, 40 and 41 of the Lease or Amendment One and the provisions contained in this Amendment Two, the provisions set forth in Amendment Two shall prevail. In the
event of a conflict between any other paragraphs within Amendment Two and Amendment One or the Lease, the Amendment One or the Lease shall prevail, respectively.
AUTHORITY TO EXECUTE. Each of the Parties covenants to the other party that it has lawful authority to enter into this Amendment Two, that the governing or managing body of each of the Parties has approved this Amendment Two and that the governing or managing body of each of the Parties has authorized the execution of this Amendment Two in the manner hereinafter set forth.
EFFECTIVE DATE. The effective date of Amendment Two is September 1, 2022.
IN WITNESS WHEREOF, the parties have caused this Amendment Two to be duly executed in duplicate this the day of September, 2022.
ATTEST: ANGELINA M. COLONNESO MANATEE COUNTY PORT
Clerk of Circuit Court AUTHORITY
By: By: Printed: Reggie Bellamy
Chairman AUTHORITY
WITNESSES: KINDER MORGAN PORT MANATEE TERMINAL LLC
By:
Signature
Debbie Ducote
Printed Name
Title:
VP of Operations
Signature
Todd Jones
Printed Name
EXHIBIT E
Zone C Parcel and Triangle Parcel Descriptions and Sketch
ZONE C PARCEL LEGAL DESCRIPTION
TRIANGLE PARCEL LEGAL DESCRIPTION
TRIANGLE PARCEL – DEPICTION OF EXISTING DIRT PILE LOCATION