A meeting of the Manatee County Port Authority will be held during a Land Use meeting Thursday, October 17, 2024, at 9:00 am, or as soon thereafter 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.

Any person requiring special accommodations at this meeting because of a disability or physical impairment should contact Pam Wingo 48 hours in advance of the meeting by telephone (941) 721-2395 or by email at pwingo@seaportmanatee.com.


MANATEE COUNTY PORT AUTHORITY AGENDA

October 17, 2024

9:00 a.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.


  1. CALL TO ORDER


  2. Public Comments


  3. Consent Agenda

    Requests by Port Authority (items to be pulled from Consent Agenda)


  4. 2025 Legislative Priorities


  5. Agreement for Purchase and Sale of Real Property


  6. Executive Director Evaluation Discussion


  7. Executive Director Comments


  8. Commissioner Comments


  9. Adjourn


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.

Kevin Van Ostenbridge, Chairman;

Jason Bearden 1st Vice-Chairman; Ray Turner 2nd Vice-Chairman; Amanda Ballard 3rd Vice-Chairman; George Kruse, Member; Mike Rahn, Member;

District One - vacant

October 17, 2024


  1. CONSENT AGENDA


    1. Warrant List


    2. Minutes – August 27, 2024


    3. Budget Resolution – FY 2025


    4. Public Transportation Grant Agreement - Intermodal Container Yard Phase 3


    5. Public Transportation Grant Agreement – Berth Rehab


    6. Insurance Renewals 2024-2025


    7. Ratify & Affirm Emergency Services for Analysis of Berth 6


    8. Berth 6 Concrete Repair Change Order No. 2


    9. Purchase of Evaporators


    10. Superior Asphalt Paving Award Approval


    11. Budget Resolution – FY 2024


    12. Notice of Port Authority Meetings Schedule


    13. SeaPort Manatee and World Direct Shipping, LLC Lease


    14. Other Cranes Operating Agreement


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.


AP

XXXXXXX

V019302

ABBOTT, PAUL SCOTT

487.50

AP

XXXXXXX

V016081

AECOM TECHNICAL SERVICES INC

2,190.00

AP

XXXXXXX

V016081

AECOM TECHNICAL SERVICES INC

4,380.00

AP

XXXXXXX

V029295

AMAZON CAPITAL SERVICES INC

4,595.81

AP

XXXXXXX

V029295

AMAZON CAPITAL SERVICES INC

17.74

AP

XXXXXXX

V029295

AMAZON CAPITAL SERVICES INC

4,338.88

AP

XXXXXXX

V029295

AMAZON CAPITAL SERVICES INC

1,386.87

AP

XXXXXXX

V023321

AMERICAN EXPRESS TRAVEL RELATE

105.77

AP

XXXXXXX

V023321

AMERICAN EXPRESS TRAVEL RELATE

81.08

AP

XXXXXXX

V109681

AMERICAN ROLL UP DOOR CO

157,153.00

AP

XXXXXXX

V109681

AMERICAN ROLL UP DOOR CO

24,035.00

AP

XXXXXXX

V002036

ANCHOR HOUSE

480.00

AP

XXXXXXX

V113719

APEX OFFICE PRODUCTS INC

1,256.17

AP

XXXXXXX

V113719

APEX OFFICE PRODUCTS INC

471.15

AP

XXXXXXX

V023254

ARCPOINT LABS OF SARASOTA

165.00

AP

XXXXXXX

V118009

AT AND T

78.87

AP

XXXXXXX

V118009

AT AND T

78.87

AP

XXXXXXX

V013140

AT AND T MOBILITY

110.98

AP

XXXXXXX

V013140

AT AND T MOBILITY

110.98

AP

XXXXXXX

V126825

BAKERS PAINT AND BODY SHOP

2,655.07

WT

XXXXXXX

V019189

BANK OF AMERICA

15,175.87

AP

XXXXXXX

V002730

BANK OF AMERICA

1,578.99

AP

XXXXXXX

V002730

BANK OF AMERICA

1,881.61

AP

XXXXXXX

V033076

BBC CHARTERING CARRIERS GMBH A

1,375.61

AP

XXXXXXX

V032709

BDI MARINE CONTRACTORS LLC

30,181.50

AP

XXXXXXX

V385114

BILL HALFACRE INC.

526,541.12

AP

XXXXXXX

V385114

BILL HALFACRE INC.

302,620.61

AP

XXXXXXX

V012124

BLUE BOOK

511.41

AP

XXXXXXX

V027297

BOULEVARD TIRE CENTER

270.00

AP

XXXXXXX

V027297

BOULEVARD TIRE CENTER

437.50

AP

XXXXXXX

V170611

BOYD INSURANCE AGENCY INC

242.00

AP

XXXXXXX

V170611

BOYD INSURANCE AGENCY INC

118,942.00

AP

XXXXXXX

V009839

BRYANT MILLER AND OLIVE PA

8,522.50

AP

XXXXXXX

V009839

BRYANT MILLER AND OLIVE PA

5,122.00

AP

XXXXXXX

P000278

BUQUERAS, CARLOS

1,550.00

AP

XXXXXXX

P000278

BUQUERAS, CARLOS

564.00

AP

XXXXXXX

V030965

CARDIO PARTNERS INC

365.00

AP

XXXXXXX

V029174

CHARTER COMMUNICATIONS

330.71

AP

XXXXXXX

V029174

CHARTER COMMUNICATIONS

764.96

AP

XXXXXXX

V029174

CHARTER COMMUNICATIONS

129.99

AP

XXXXXXX

V029174

CHARTER COMMUNICATIONS

530.18

AP

XXXXXXX

V029174

CHARTER COMMUNICATIONS

243.21

AP

XXXXXXX

V029174

CHARTER COMMUNICATIONS

604.98

AP

XXXXXXX

V029174

CHARTER COMMUNICATIONS

129.99

AP

XXXXXXX

V029174

CHARTER COMMUNICATIONS

159.98

AP

XXXXXXX

V021377

CINTAS CORPORATION

233.25


AP

XXXXXXX

V021377

CINTAS CORPORATION

507.57

AP

XXXXXXX

V010815

CRIME STOPPERS OF MANATEE CTY

500.00

AP

XXXXXXX

V016283

CROPLAND SERVICES

60,000.00

AP

XXXXXXX

V006291

DEX IMAGING INC

27,764.07

AP

XXXXXXX

V006291

DEX IMAGING INC

212.50

AP

XXXXXXX

V282890

DISCOUNT LOCK AND KEY INC

15.00

WT

XXXXXXX

V334600

DIVISION OF RETIREMENT, FLORID

141.75

AP

XXXXXXX

V025612

DYNAFIRE INC

1,118.74

AP

XXXXXXX

V000096

ELECTRIC SUPPLY OF TAMPA INC

20,140.79

AP

XXXXXXX

V000096

ELECTRIC SUPPLY OF TAMPA INC

2,730.90

AP

XXXXXXX

V024683

EVERGLADES EQUIPMENT GROUP

358.02

AP

XXXXXXX

V323190

FASTENAL COMPANY

782.91

AP

XXXXXXX

P000409

FITZ PATRICK, DANIEL P

148.12

ZP

XXXXXXX

L333009

FLEET PRODUCTS

9,107.59

ZP

XXXXXXX

L333009

FLEET PRODUCTS

1,392.64

AP

XXXXXXX

V334298

FLORIDA MUNICIPAL INSURANCE TR

270,392.75

AP

XXXXXXX

V334116

FLORIDA PORTS COUNCIL

4,157.98

AP

XXXXXXX

V334116

FLORIDA PORTS COUNCIL

33,000.00

AP

XXXXXXX

V019619

FLORIDA POWER AND LIGHT COMPAN

34.34

AP

XXXXXXX

V019619

FLORIDA POWER AND LIGHT COMPAN

29.43

AP

XXXXXXX

V019619

FLORIDA POWER AND LIGHT COMPAN

57,937.28

AP

XXXXXXX

V019619

FLORIDA POWER AND LIGHT COMPAN

41,805.97

AP

XXXXXXX

V021937

FRONTIER COMMUNICATIONS OF FLO

66.24

AP

XXXXXXX

V021937

FRONTIER COMMUNICATIONS OF FLO

3,121.01

AP

XXXXXXX

V021937

FRONTIER COMMUNICATIONS OF FLO

3,192.25

AP

XXXXXXX

V027688

FUEL MEISTERS

190.00

AP

XXXXXXX

V023397

GAHAGEN AND BRYANT ASSOCIATES

3,340.50

AP

XXXXXXX

V029379

GANNETT HOLDINGS FLORIDA

215.72

AP

XXXXXXX

V026528

GEIGER

737.18

AP

XXXXXXX

V026528

GEIGER

3,426.56

AP

XXXXXXX

V020807

GENUINE AUTOMOTIVE

606.33

AP

XXXXXXX

V020807

GENUINE AUTOMOTIVE

1,733.72

AP

XXXXXXX

V020807

GENUINE AUTOMOTIVE

1,482.58

AP

XXXXXXX

V020807

GENUINE AUTOMOTIVE

546.57

AP

XXXXXXX

V020807

GENUINE AUTOMOTIVE

38.25

AP

XXXXXXX

V385628

GRAINGER INC, W W

3,921.89

AP

XXXXXXX

V387610

GRAVELY OF BRADENTON

646.78

AP

XXXXXXX

V005673

GREAT LAKES DREDGE AND DOCK CO

1,457.25

AP

XXXXXXX

V007986

GREATER TAMPA BAY MARINE ADVIS

833.33

AP

XXXXXXX

V007986

GREATER TAMPA BAY MARINE ADVIS

833.33

AP

XXXXXXX

V011880

HAJOCA CORPORATION

292.03

AP

XXXXXXX

V013868

HARDEN SUPPLY LLC

485.28

AP

XXXXXXX

V013868

HARDEN SUPPLY LLC

7,929.56

AP

XXXXXXX

V013868

HARDEN SUPPLY LLC

323.06

AP

XXXXXXX

V013868

HARDEN SUPPLY LLC

357.33

AP

XXXXXXX

V013868

HARDEN SUPPLY LLC

3,808.03


AP

XXXXXXX

V023500

HOME DEPOT CREDIT SERVICES

538.72

AP

XXXXXXX

V023500

HOME DEPOT CREDIT SERVICES

460.52

AP

XXXXXXX

V023500

HOME DEPOT CREDIT SERVICES

637.51

AP

XXXXXXX

V023500

HOME DEPOT CREDIT SERVICES

259.00

AP

XXXXXXX

V030525

HORIZON DISTRIBUTORS INC

54.24

AP

XXXXXXX

V025984

HOWZ IT FLOWIN AGIN

335.00

AP

XXXXXXX

V896015

INTERISK CORPORATION

450.00

AP

XXXXXXX

V896015

INTERISK CORPORATION

300.00

AP

XXXXXXX

V004875

J2 ARTS INC

2,045.00

AP

XXXXXXX

V015114

JOHNSTONE SUPPLY

14,520.00

AP

XXXXXXX

V032941

JOHNSTONE SUPPLY

5,761.29

AP

XXXXXXX

V520115

KIMBALL MIDWEST

225.66

AP

XXXXXXX

V520115

KIMBALL MIDWEST

600.68

WT

XXXXXXX

V032482

KONECRANES GMBH

86,800.00

AP

XXXXXXX

V013723

LOGISTEC USA INC

7,000.00

AP

XXXXXXX

V022184

LOUIS PRYOR SUPPLY INC

1,017.34

AP

XXXXXXX

V004489

LOWES HOME CENTER INC

665.16

AP

XXXXXXX

V004489

LOWES HOME CENTER INC

2,284.29

AP

XXXXXXX

V004489

LOWES HOME CENTER INC

661.33

AP

XXXXXXX

V004489

LOWES HOME CENTER INC

147.24

AP

XXXXXXX

V625403

MAINTENANCE TOO PAPER CO INC

845.21

AP

XXXXXXX

V028850

MANATEE BROADCASTERS INC

10,000.00

AP

XXXXXXX

V004140

MANATEE COUNTY PUBLIC WORKS DE

284.76

AP

XXXXXXX

V004140

MANATEE COUNTY PUBLIC WORKS DE

284.02

AP

XXXXXXX

V004140

MANATEE COUNTY PUBLIC WORKS DE

17,092.62

AP

XXXXXXX

V004140

MANATEE COUNTY PUBLIC WORKS DE

6,023.73

AP

XXXXXXX

V004140

MANATEE COUNTY PUBLIC WORKS DE

8,072.42

AP

XXXXXXX

V004140

MANATEE COUNTY PUBLIC WORKS DE

179.49

AP

XXXXXXX

V004140

MANATEE COUNTY PUBLIC WORKS DE

6,940.33

AP

XXXXXXX

V004140

MANATEE COUNTY PUBLIC WORKS DE

13,213.53

AP

XXXXXXX

V028130

MANATEE RIVER ROTARY CLUB INC

125.00

AP

XXXXXXX

V028973

MCGRIFF INSURANCE SERVICES INC

65,544.25

AP

XXXXXXX

V022877

MCGUIRE ELECTRIC INC

1,450.00

AP

XXXXXXX

V028335

NATIONAL STORMWATER TRUST INC

72,000.00

AP

XXXXXXX

V025892

OCEANSIDE PROMOTIONS

1,022.00

AP

XXXXXXX

V028053

ORKIN LLC

1,431.73

AP

XXXXXXX

V028053

ORKIN LLC

85.00

AP

XXXXXXX

V708015

OTIS ELEVATOR

3,352.95

AP

XXXXXXX

V014691

PALMDALE OIL COMPANY INC

6,113.72

AP

XXXXXXX

V014691

PALMDALE OIL COMPANY INC

1,380.15

AP

XXXXXXX

V014691

PALMDALE OIL COMPANY INC

4,265.85

AP

XXXXXXX

V030390

PALMETTO ROTARY

325.00

AP

XXXXXXX

V026028

PARATEC DOOR SOLUTIONS INC

2,854.86

AP

XXXXXXX

V026028

PARATEC DOOR SOLUTIONS INC

3,965.00

AP

XXXXXXX

V000091

PRIDE INTERPRISES

1,820.87

AP

XXXXXXX

V746898

PRINTWORKS

341.62


AP

XXXXXXX

V748180

PUBLIX SUPER MARKET

181.96

AP

XXXXXXX

V748180

PUBLIX SUPER MARKET

200.29

AP

XXXXXXX

V020765

R S AND H INC

19,555.00

AP

XXXXXXX

V027409

RAMBA LAW GROUP LLC

3,500.00

AP

XXXXXXX

V027409

RAMBA LAW GROUP LLC

3,500.00

AP

XXXXXXX

V033062

RIGHT ON TARGET LLC

225.00

AP

XXXXXXX

V032860

SAFETYMED LLC

396.00

AP

XXXXXXX

V021702

SIGNS 4R TIMES

691.00

AP

XXXXXXX

V029241

SPEEDPRO IMAGING AFFINITY SOLU

91.03

AP

XXXXXXX

V029223

STANTEC ARCHITECTURE INC

2,643.50

AP

XXXXXXX

V018137

STANTEC CONSULTING SERVICES IN

19,015.02

AP

XXXXXXX

V018137

STANTEC CONSULTING SERVICES IN

35,064.35

AP

XXXXXXX

V018137

STANTEC CONSULTING SERVICES IN

6,929.63

WT

XXXXXXX

V874841

STATE OF FLA DEPT OF REVENUE

2,732.72

WT

XXXXXXX

V874841

STATE OF FLA DEPT OF REVENUE

3,384.25

AP

XXXXXXX

V875019

STATE OF FLORIDA

755.75

AP

XXXXXXX

V028838

STEELSMITH, LLC

3,524.75

AP

XXXXXXX

V028838

STEELSMITH, LLC

3,422.00

AP

XXXXXXX

V028838

STEELSMITH, LLC

1,601.25

AP

XXXXXXX

V029886

THREE SEASONS OUTDOOR LIVING A

250.00

AP

XXXXXXX

V025076

TOWN SQUARE PUBLICATIONS LLC

1,495.00

AP

XXXXXXX

V015989

TRANE U S INC

1,665.60

AP

XXXXXXX

V028789

TSW AUTOMATION INC

850.00

AP

XXXXXXX

V004721

TWENTY FIRST CENTURY GROUP INC

7,500.00

AP

XXXXXXX

V004721

TWENTY FIRST CENTURY GROUP INC

7,500.00

AP

XXXXXXX

V027963

UNIFIRST FIRST AID AND SAFETY

145.63

AP

XXXXXXX

V003712

UNITED RENTALS NORTH AMERICA I

1,516.00

AP

XXXXXXX

V009667

VERIZON WIRELESS

50.51

AP

XXXXXXX

V009667

VERIZON WIRELESS

3,982.16

AP

XXXXXXX

V009667

VERIZON WIRELESS

577.80

AP

XXXXXXX

V009667

VERIZON WIRELESS

848.92

AP

XXXXXXX

V009667

VERIZON WIRELESS

227.64

AP

XXXXXXX

V009667

VERIZON WIRELESS

267.50

AP

XXXXXXX

V014316

WASTE PRO OF FLORIDA INC

54.84

AP

XXXXXXX

V021915

WEBTIVITY MARKETING AND DESIGN

225.00

AP

XXXXXXX

V019987

WIMAUMA AUTO PARTS INC

1,004.70

AP

XXXXXXX

P000292

ZIMMERMANN,VIRGINIA

205.00


Total warrants (checks) for period reported 2,284,607.73

MANATEE COUNTY PORT AUTHORITY REGULAR MEETING

COUNTY ADMINISTRATION CENTER, HONORABLE PATRICIA M. GLASS CHAMBERS

1112 Manatee Avenue West Bradenton, Florida August 27, 2024

https://www.youtube.com/channel/UC4KFtzaC9Z87D5mn_SKKtBA

Present were:

Kevin Van Ostenbridge, Chairman, (Entered during meeting) Jason Bearden, First Vice-Chairman

Ray Turner, Second Vice-Chairman Amanda Ballard, Third Vice-Chairman George W. Kruse

Mike Rahn District 1 seat is vacant.

Also present were:

Carlos Buqueras, Executive Director Jennifer R. Cowan, Port Authority Attorney

Vicki Ayles, Deputy Director, Clerk of the Circuit Court Hannah Bishop, Deputy Clerk, Clerk of the Circuit Court

  1. First Vice-Chairman Bearden called the meeting to order at 9:02 a.m.


    AGENDA PA20240827DOC001

  2. PUBLIC COMMENTS

    There being no public comments, First Vice-Chairman Bearden closed public comments.

    CONSENT AGENDA PA20240827DOC002

  3. A motion was made by Member Turner, seconded by Member Rahn, and carried 5 to 0, with Chairman Van Ostenbridge absent, to approve the Consent Agenda, incorporating the language as stated in the recommended motions on the cover sheets for the Consent Agenda.


    1. WARRANT LIST

      Accepted Warrant Listing from July 17, 2024, to August 19, 2024 PA20240827DOC003

    2. MINUTES

      Approved the Minutes of July 30, 2024

    3. BUDGET AMENDMENT

      Adopted Budget Resolution PA-24-21 PA20240827DOC004

    4. DELETION OF PORT ASSETS

      Removed assets as listed on the attached Asset Deletion – August 27, 2024, from the Fixed Assets Listing PA20240827DOC005

    5. U.S. CUSTOMS PROJECT ACKNOWLEDGMENT

      Approved the execution by Carlos Buqueras, Executive Director, of a Project Requirements Understanding/Acknowledgment – SeaPort Manatee Container Yard and Radiological and Nuclear Detection Equipment Project provided by U.S. Customs and Border Protection PA20240827DOC006

    6. FRONTIER LEASE EXTENSION

      Approved and authorized the Chairman to execute the Notice of Rent Modification to Lease Agreement letter from Frontier Florida LLC PA20240827DOC007

    7. CARGO PAD CONTRACT AWARD CORRECTION

      Ratified the contract between the Manatee County Port Authority and Spectrum Underground, Inc. in the amount of $2,594,856.45, for a cargo handling pad

      August 27, 2024 (Continued)


      Carlos Buqueras, Executive Director, introduced Spectrum Underground Inc, and provided a brief description of the contract. PA20240827DOC008

      (End Consent Agenda)


      (Enter Chairman Van Ostenbridge, presiding)

  4. PORT AUTHORITY BUDGET

Denise Stufflebeam, Chief Financial Officer, utilized a slide presentation to review the Fiscal Year (FY) 2024-2023 budget summary and the 2025 Operating Revenues.


Abby Lindecamp, Deputy Director of Business Administration and Finance, and Dan Fitz- Patrick, Director of Planning and Projects, continued the slides to share a brief description of the budget, the 2024-2025 Master Plan, and the Capital Improvement Plan (CIP).


Carlos Buqueras, Executive Director, reviewed the net earnings for the Port.


Discussion ensued regarding the $3 million revenues being a reimbursement to the Port.


A motion was made by Member Turner, seconded by Member Ballard, and carried 6 to 0, to adopt Budget Resolution PA-24-20.

PA20240827DOC009

EXECUTIVE DIRECTOR COMMENTS

There were no Executive Director comments.


AUTHORITY MEMBER COMMENTS

There were no Member comments.

ADJOURN

There being no further business, Chairman Van Ostenbridge adjourned the meeting at 9:18 a.m.


Minutes Approved:                   

October 17, 2024


CONSENT

AGENDA ITEM 3.C: BUDGET RESOLUTION – FY 2025


BACKGROUND:


This resolution budgets the following:


  1. $4,295,300 for the Florida Department of Transportation (FDOT) Public Transportation Grant Agreement (PTGA) for the Intermodal Container Yard Phase III project funded 50% FDOT in the amount of $2,147,650 and 50% Port cash of $2,147,650

  2. $21,666,667 for the Florida Department of Transportation (FDOT) Public Transportation Grant Agreement (PTGA) for an increase to the Berth 4 Improvements project funded 75% FDOT in the amount of $16,250,000 and 25% Port cash of $5,416,667.

  3. $36,799 for the Florida Department of Transportation (FDOT) Public Transportation Grant Agreement (PTGA) for the Security Docking Platform project funded 75% FDOT in the amount of $27,599 and 25% Port cash of $9,200, and additional project costs of $24,741 Port cash.

  4. $548,000 for the purchase and installation of 30 replacement evaporator units in cold storage warehouse 8.

  5. $515,000 for the rehab and upgrade of various roadways throughout the port to include mobilization, milling, base repair, and resurfacing with new asphalt funded by Port cash.

  6. $250,000 of Port cash for a deposit for the purchase of real property in the vicinity of SeaPort Manatee for the future expansion of seaport facilities.


ATTACHMENT:


Budget Resolution PA-25-01


COST AND FUNDING SOURCE:


Budgets $18,425,249 FDOT funding, $8,911,258 Port.


CONSEQUENCES IF DEFERRED:


Delay in budget allocations.


LEGAL COUNSEL REVIEW: N/A


RECOMMENDATION:

Move to adopt Budget Resolution PA-25-01.

RESOLUTION PA-25-01 AMENDING THE ANNUAL BUDGET

FOR MANATEE COUNTY PORT AUTHORITY FOR FISCAL YEAR 2024-2025


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:


  1. 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.


  2. 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.


  3. 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 2024-2025 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

BAAL082724A

BU24000766

2

BAAL082724A

BU24000767

3

BAAL082724A

BU24000768

4

BAAL082724A

BU24000769

5

BAAL082724A

BU24000783

6

BAAL082724A

BU25000033


ADOPTED with a quorum present and voting this the 17th day of October 2024.


ATTEST: ANGELINA M. COLONNESO MANATEE COUNTY PORT AUTHORITY

CLERK OF CIRCUIT COURT


By:                                   


  1. Fund: FDOT – 50%

    Port Cash – 50%


    Section: Intermodal Container Yard Expansion Phase III


    Description: Budgets $4,295,300 for additional grant funding for the Intermodal Container Yard Phase III project.


    Batch ID: BAAL100824A Reference: BU24000766


  2. Fund: FDOT – 75%

    Port Cash – 25%


    Section: Berth 4 Improvements


    Description: Budgets $21,666,667 for additional grant funding for the Berth 4 Improvements project.


    Batch ID: BAA100824A Reference: BU24000767


  3. Fund: FDOT – 75%

    Port Cash – 25%

    Additional Port Cash of $24,741 Section: Security Docking Platform

    Description: Budgets $27,599 for grant funding and Port cash of $33,941 for a Security Docking Platform for quick response vessels.


    Batch ID: BAAL100824A Reference: BU24000768


  4. Fund: Port Cash Section: Warehouse 8

    Description: Budgets $548,000 for the purchase of 30 custom made evaporator units to be replaced in warehouse 8.

    Batch ID: BAAL100824A Reference: BU24000769


  5. Fund: Port Cash


    Section: Rehab and Upgrade of Roads


    Description: Budgets $515,000 for mobilization, milling, base repair and resurfacing of various roadways.


    Batch ID: BAAL100824A Reference: BU24000783


  6. Fund: Port Cash


    Section: Port Administration


    Description: Budgets $250,000 for a deposit for the acquisition of real property that will be beneficial for the future expansion of SeaPort Manatee.


    Batch ID: BAAL100824A Reference: BU25000033

    October 17, 2024


    CONSENT

    AGENDA ITEM 3.D: PUBLIC TRANSPORTATION GRANT

    AGREEMENT – INTERMODAL CONTAINER YARD PHASE 3


    BACKGROUND:


    The Florida Department of Transportation (FDOT) has agreed to participation in the funding of $2,147,650 for the Intermodal Container Yard Phase 3 which will expand the container yard an additional 16.56 acres and has provided the attached Public Transportation Grant Agreement (PTGA). As a condition of the grant, the Port is obligated to contribute 50% (or $2,147,650), bringing the total project costs to $4,295,300. To enter into the agreement, FDOT requires that the Port Authority adopt a resolution specifically approving the PTGA and authorizing the execution of the PTGA on behalf of the Port Authority by specifically designated officials.


    ATTACHMENT:


    Resolution PA-24-22 and the State of Florida Department of Transportation Public Transportation Grant Agreement


    COST AND FUNDING SOURCE:


    FDOT funding of $2,147,650 and $2,147,650 Port


    CONSEQUENCES IF DEFERRED:

    Delay in execution of the PTGA

    LEGAL COUNSEL REVIEW: Yes RECOMMENDATION:


    Move to adopt Resolution PA-24-22 authorizing the execution of the Public Transportation Grant Agreement with the Florida Department of Transportation for the Intermodal Container Yard Phase 3 project.

    Financial Project Number

    444251-1-94-03

    Contract Number G3199


    PA-24-22


    A RESOLUTION BY THE MANATEE COUNTY PORT AUTHORITY APPROVING AND AUTHORIZING THE EXECUTION OF THE PUBLIC TRANSPORTATION GRANT AGREEMENT WITH THE FLORIDA DEPARTMENT OF TRANSPORTATION


    WHEREAS, the State of Florida Department of Transportation (Department) has offered to enter into a Public Transportation Grant Agreement with the Manatee County Port Authority (Port Authority) to provide Department participation in the intermodal container yard phase 3 project, and


    WHEREAS, the Port Authority has the authority to enter into said Public Transportation Grant Agreement with the Department, and it is expedient and in the best interests of this Port Authority to approve and authorize the execution of the Public Transportation Grant Agreement.


    NOW THEREFORE BE IT RESOLVED by the Manatee County Port Authority

    that:


    1. The State of Florida Department of Transportation Public Transportation Grant Agreement, identified as State Grant Number G3199 wherein the Department agrees to a maximum participation in the amount of $2,147,650 is approved. The Chairman of the Port Authority, or, in the absence of the Chairman, any Vice Chairman of the Port Authority, is authorized to execute the Public Transportation Agreement on behalf of the Port Authority.


    2. The Executive Director, or his authorized representative, is specifically authorized to enter into and execute any amendment or supplement to the Public Transportation Grant Agreement(s) (PTGA) for the limited purposes of scope changes, funding adjustments which do not require additional matching funds from the Authority, contract duration revisions, as well as Assurances, Certifications and other documents as may be required to support this project.


    3. The Clerk of the Circuit Court of Manatee County, Florida, is authorized to cause two copies of this resolution to be certified for delivery to the Florida Department of Transportation.

ADOPTED with a quorum present and voting this the 17th day of October, 2024. ATTEST: ANGELINA M. COLONNESO MANATEE COUNTY PORT

CLERK OF CIRCUIT COURT AUTHORITY


By:                           

Chairman


STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

PUBLIC TRANSPORTATION GRANT AGREEMENT

Form 725-000-01 STRATEGIC DEVELOPMENT

OGC 07/22


Financial Project Number(s):

(item-segment-phase-sequence)

Fund(s):


DOR

FLAIR Category:

088809

444251-1-94-03


Work Activity Code/Function:

215


Object Code:

751000



Federal Number/Federal Award



Org. Code:

55012020129



Identification Number (FAIN) - Transit only:



Vendor Number:

VF596000727160

Contract Number:

G3199

Federal Award Date:





CFDA Number:

N/A

Agency SAM/UEI Number:





CFDA Title:

CSFA Number: CSFA Title:

N/A

55.014

lntermodal Access Development Program


THIS PUBLIC TRANSPORTATION GRANT AGREEMENT ("Agreement") is entered into

                                             _, by and between the State of Florida, Department of Transportation, ("Department"), and Manatee  County  Port Authority, ("Agency"). The Department and the Agency are sometimes referred to in this Agreement as a "Party" and collectively as the "Parties."


NOW, THEREFORE, in consideration of the mutual benefits to be derived from joint participation on the Project, the Parties agree to the following:


  1. Authority. The Agency, by Resolution or other form of official authorization, a copy of which is attached as Exhibit "D", Agency Resolution and made a part of this Agreement, has authorized its officers to execute this Agreement on its behalf. The Department has the authority pursuant to Section(s) 311, Florida Statutes, to enter into this Agreement.


  2. Purpose of Agreement. The purpose of this Agreement is to provide for the Department's participation in SeaPort Manatee's Container Yard Initiative Phase 3, as further described in Exhibit "A", Project Description and Responsibilities, attached and incorporated into this Agreement ("Project"), to provide Department financial assistance to the Agency, state the terms and conditions upon which Department funds will be provided, and to set forth the manner in which the Project will be undertaken and completed.


  3. Program Area. For identification purposes only, this Agreement is implemented as part of the Department program area selected below (select all programs that apply):


    Aviation Seaports Transit

    X lntermodal

    Rail Crossing Closure

    Match to Direct Federal Funding (Aviation or Transit)

    (Note: Section 15 and Exhibit G do not apply to federally matched funding)

    Other


  4. Exhibits. The following Exhibits are attached and incorporated into this Agreement:

    X Exhibit A: Project Description and Responsibilities

    X Exhibit B: Schedule of Financial Assistance

    *Exhibit B1: Deferred Reimbursement Financial Provisions

    *Exhibit B2: Advance Payment Financial Provisions

    *Exhibit B3: Alternative Advanced Pay (Transit Bus Program)

    X *Exhibit C: Terms and Conditions of Construction

    X Exhibit D: Agency Resolution

    X Exhibit E: Program Specific Terms and Conditions

    X Exhibit F: Contract Payment Requirements

    X *Exhibit G: Audit Requirements for Awards of State Financial Assistance


    STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

    PUBLIC TRANSPORTATION GRANT AGREEMENT

    Form 725-000-01 STRATEGIC DEVELOPMENT

    OGC 07/22

    *Exhibit H: Audit Requirements for Awards of Federal Financial Assistance

    *Exhibit I: Certification of Disbursement of Payment to Vehicle and/or Equipment Vendor

    *Additional Exhibit(s):


    *Indicates that the Exhibit is only attached and incorporated if applicable box is selected.


  5. Time. Unless specified otherwise, all references to "days" within this Agreement refer to calendar days.


  6. Term of Agreement. This Agreement shall commence upon full execution by both Parties ("Effective Date") and continue through April 30, 2029. If the Agency does not complete the Project within this time period, this Agreement will expire unless an extension of the time period is requested by the Agency and granted in writing by the Department prior to the expiration of this Agreement. Expiration of this Agreement will be considered termination of the Project. The cost of any work performed prior to the Effective Date or after the expiration date of this Agreement will not be reimbursed by the Department.

    1. _ If this box is checked the following provision applies:

      Unless terminated earlier, work on the Project shall commence no later than the _ day of_, or within _ days of the issuance of the Notice to Proceed for the construction phase of the Project (if the Project involves construction), whichever date is earlier. The Department shall have the option to immediately terminate this Agreement should the Agency fail to meet the above-required dates.


  7. Amendments, Extensions, and Assignment. This Agreement may be amended or extended upon mutual written agreement of the Parties. This Agreement shall not be renewed. This Agreement shall not be assigned, transferred, or otherwise encumbered by the Agency under any circumstances without the prior written consent of the Department.


  8. Termination or Suspension of Project. The Department may, by written notice to the Agency, suspend any or all of the Department's obligations under this Agreement for the Agency's failure to comply with applicable law or the terms of this Agreement until such time as the event or condition resulting in such suspension has ceased or been corrected.

    1. Notwithstanding any other provision of this Agreement, if the Department intends to terminate the Agreement, the Department shall notify the Agency of such termination in writing at least thirty (30) days prior to the termination of the Agreement, with instructions to the effective date of termination or specify the stage of work at which the Agreement is to be terminated.

    2. The Parties to this Agreement may terminate this Agreement when its continuation would not produce beneficial results commensurate with the further expenditure of funds. In this event, the Parties shall agree upon the termination conditions.


    3. If the Agreement is terminated before performance is completed, the Agency shall be paid only for that work satisfactorily performed for which costs can be substantiated. Such payment, however, may not exceed the equivalent percentage of the Department's maximum financial assistance. If any portion of the Project is located on the Department's right-of-way, then all work in progress on the Department right-of-way will become the property of the Department and will be turned over promptly by the Agency.


    4. In the event the Agency fails to perform or honor the requirements and provisions of this Agreement, the Agency shall promptly refund in full to the Department within thirty (30) days of the termination of the Agreement any funds that were determined by the Department to have been expended in violation of the Agreement.


    5. The Department reserves the right to unilaterally cancel this Agreement for failure by the Agency to comply with the Public Records provisions of Chapter 119, Florida Statutes.


      STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

      PUBLIC TRANSPORTATION GRANT AGREEMENT

      Form 725-000-01 STRATEGIC DEVELOPMENT

      OGC 07/22


  9. Project Cost:


    1. The estimated total cost of the Project is $4,295,300. This amount is based upon Exhibit "B", Schedule of Financial Assistance. The timeline for deliverables and distribution of estimated amounts between deliverables within a grant phase, as outlined in Exhibit "B", Schedule of Financial Assistance, may be modified by mutual written agreement of the Parties and does not require execution of an Amendment to the Public Transportation Grant Agreement. The timeline for deliverables and distribution of estimated amounts between grant phases requires an amendment executed by both Parties in the same form as this Agreement.


    2. The Department agrees to participate in the Project cost up to the maximum amount of

      $2,147,650 and, the Department's participation in the Project shall not exceed 50.00% of the total eligible cost of the Project and as more fully described in Exhibit "B", Schedule of Financial Assistance. The Agency agrees to bear all expenses in excess of the amount of the Department's participation and any cost overruns or deficits involved.


  10. Compensation and Payment:


    1. Eligible Cost. The Department shall reimburse the Agency for allowable costs incurred as described in Exhibit "A", Project Description and Responsibilities, and as set forth in Exhibit "B", Schedule of Financial Assistance.


    2. Deliverables. The Agency shall provide quantifiable, measurable, and verifiable units of deliverables. Each deliverable must specify the required minimum level of service to be performed and the criteria for evaluating successful completion. The Project and the quantifiable, measurable, and verifiable units of deliverables are described more fully in Exhibit "A", Project Description and Responsibilities. Modifications to the deliverables in Exhibit "A", Project Description and Responsibilities requires a formal written amendment.

    3. Invoicing. Invoices shall be submitted no more often than monthly by the Agency in detail sufficient for a proper pre-audit and post-audit, based on the quantifiable, measurable, and verifiable deliverables as established in Exhibit "A", Project Description and Responsibilities. Deliverables and costs incurred must be received and approved by the Department prior to reimbursement. Requests for reimbursement by the Agency shall include an invoice, progress report, and supporting documentation for the deliverables being billed that are acceptable to the Department. The Agency shall use the format for the invoice and progress report that is approved by the Department.


    4. Supporting Documentation. Supporting documentation must establish that the deliverables were received and accepted in writing by the Agency and must also establish that the required minimum standards or level of service to be performed based on the criteria for evaluating successful completion as specified in Exhibit "A", Project Description and Responsibilities has been met. All costs invoiced shall be supported by properly executed payrolls, time records, invoices, contracts, or vouchers evidencing in proper detail the nature and propriety of charges as described in Exhibit "F", Contract Payment Requirements.


    5. Travel Expenses. The selected provision below is controlling regarding travel expenses:

      X Travel expenses are NOT eligible for reimbursement under this Agreement.

      Travel expenses ARE eligible for reimbursement under this Agreement. Bills for travel expenses specifically authorized in this Agreement shall be submitted on the Department's Contractor Travel Form No. 300-000-06 and will be paid in accordance with Section 112.061,


      STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

      PUBLIC TRANSPORTATION GRANT AGREEMENT

      Form 725-000-01 STRATEGIC DEVELOPMENT

      OGC 07/22

      Florida Statutes, and the most current version of the Department's Disbursement Handbook for Employees and Managers.


    6. Financial Consequences. Payment shall be made only after receipt and approval of deliverables and costs incurred unless advance payments are authorized by the Chief Financial Officer of the State of Florida under Chapters 215 and 216, Florida Statutes, or the Department's Comptroller under Section 334.044(29), Florida Statutes. If the Department determines that the performance of the Agency is unsatisfactory, the Department shall notify the Agency of the deficiency to be corrected, which correction shall be made within a time­ frame to be specified by the Department. The Agency shall, within thirty (30) days after notice from the Department, provide the Department with a corrective action plan describing how the Agency will address all issues of contract non-performance, unacceptable performance, failure to meet the minimum performance levels, deliverable deficiencies, or contract non­ compliance. If the corrective action plan is unacceptable to the Department, the Agency will not be reimbursed. If the deficiency is subsequently resolved, the Agency may bill the Department for the amount that was previously not reimbursed during the next billing period. If the Agency is unable to resolve the deficiency, the funds shall be forfeited at the end of the Agreement's term.


    7. Invoice Processing. An Agency receiving financial assistance from the Department should be aware of the following time frames. Inspection or verification and approval of deliverables shall take no longer than 20 days from the Department's receipt of the invoice. The Department has 20 days to deliver a request for payment (voucher) to the Department of Financial Services. The 20 days are measured from the latter of the date the invoice is received or the deliverables are received, inspected or verified, and approved.

      If a payment is not available within 40 days, a separate interest penalty at a rate as established pursuant to Section 55.03(1), Florida Statutes, will be due and payable, in addition to the invoice amount, to the Agency. Interest penalties of less than one (1) dollar will not be enforced unless the Agency requests payment. Invoices that have to be returned to an Agency because of Agency preparation errors will result in a delay in the payment. The invoice payment requirements do not start until a properly completed invoice is provided to the Department.


      A Vendor Ombudsman has been established within the Department of Financial Services. The duties of this individual include acting as an advocate for Agency who may be experiencing problems in obtaining timely payment(s) from a state agency. The Vendor Ombudsman may be contacted at (850) 413-5516.


    8. Records Retention. The Agency shall maintain an accounting system or separate accounts to ensure funds and projects are tracked separately. Records of costs incurred under the terms of this Agreement shall be maintained and made available upon request to the Department at all times during the period of this Agreement and for five years after final payment is made. Copies of these records shall be furnished to the Department upon request. Records of costs incurred include the Agency's general accounting records and the Project records, together with supporting documents and records, of the Contractor and all subcontractors performing work on the Project, and all other records of the Contractor and subcontractors considered necessary by the Department for a proper audit of costs.


    9. Progress Reports. Upon request, the Agency agrees to provide progress reports to the Department in the standard format used by the Department and at intervals established by the Department. The Department will be entitled at all times to be advised, at its request, as to the status of the Project and of details thereof.


    10. Submission of Other Documents. The Agency shall submit to the Department such data, reports, records, contracts, and other documents relating to the Project as the Department


      STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

      PUBLIC TRANSPORTATION GRANT AGREEMENT

      Form 725-000-01 STRATEGIC DEVELOPMENT

      OGC 07/22

      may require as listed in Exhibit "E", Program Specific Terms and Conditions attached to and incorporated into this Agreement.


    11. Offsets for Claims. If, after Project completion, any claim is made by the Department resulting from an audit or for work or services performed pursuant to this Agreement, the Department may offset such amount from payments due for work or services done under any agreement that it has with the Agency owing such amount if, upon written demand, payment of the amount is not made within 60 days to the Department. Offsetting any amount pursuant to this paragraph shall not be considered a breach of contract by the Department.


      1. Final Invoice. The Agency must submit the final invoice on the Project to the Department within 120 days after the completion of the Project. Invoices submitted after the 120-day time period may not be paid.


        1. Department's Performance and Payment Contingent Upon Annual Appropriation by the Legislature. The Department's performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Legislature. If the Department's funding for this Project is in multiple fiscal years, a notice of availability of funds from the Department's project manager must be received prior to costs being incurred by the Agency. See Exhibit "B", Schedule of Financial Assistance for funding levels by fiscal year. Project costs utilizing any fiscal year funds are not eligible for reimbursement if incurred prior to funds approval being received. The Department will notify the Agency, in writing, when funds are available.


        2. Limits on Contracts Exceeding $25,000 and Term more than 1 Year. In the event this Agreement is in excess of $25,000 and has a term for a period of more than one year, the provisions of Section 339.135(6)(a), Florida Statutes, are hereby incorporated:


          "The Department, during any fiscal year, shall not expend money, incur any liability, or enter into any contract which, by its terms, involves the expenditure of money in excess of the amounts budgeted as available for expenditure during such fiscal year. Any contract, verbal or written, made in violation of this subsection is null and void, and no money may be paid on such contract. The Department shall require a statement from the comptroller of the Department that funds are available prior to entering into any such contract or other binding commitment of funds. Nothing herein contained shall prevent the making of contracts for periods exceeding 1 year, but any contract so made shall be executory only for the value of the services to be rendered or agreed to be paid for in succeeding fiscal years; and this paragraph shall be incorporated verbatim in all contracts of the Department which are for an amount in excess of $25,000 and which have a term for a period of more than 1 year."


        3. Agency Obligation to Refund Department. Any Project funds made available by the Department pursuant to this Agreement that are determined by the Department to have been expended by the Agency in violation of this Agreement or any other applicable law or regulation shall be promptly refunded in full to the Department. Acceptance by the Department of any documentation or certifications, mandatory or otherwise permitted, that the Agency files shall not constitute a waiver of the Department's rights as the funding agency to verify all information at a later date by audit or investigation.

        4. Non-Eligible Costs. In determining the amount of the payment, the Department will exclude all Project costs incurred by the Agency prior to the execution of this Agreement, costs incurred after the expiration of the Agreement, costs that are not provided for in Exhibit "A", Project Description and Responsibilities, and as set forth in Exhibit "B", Schedule of Financial Assistance, costs agreed to be borne by the Agency or its contractors and subcontractors for


        STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

        PUBLIC TRANSPORTATION GRANT AGREEMENT

        Form 725-000-01 STRATEGIC DEVELOPMENT

        OGC 07/22

        not meeting the Project commencement and final invoice time lines, and costs attributable to goods or services received under a contract or other arrangement that has not been approved in writing by the Department. Specific unallowable costs may be listed in Exhibit "A", Project Description and Responsibilities.


  11. General Requirements. The Agency shall complete the Project with all practical dispatch in a sound, economical, and efficient manner, and in accordance with the provisions in this Agreement and all applicable laws.


    1. Necessary Permits Certification. The Agency shall certify to the Department that the Agency's design consultant and/or construction contractor has secured the necessary permits.


    2. Right-of-Way Certification. If the Project involves construction, then the Agency shall provide to the Department certification and a copy of appropriate documentation substantiating that all required right-of-way necessary for the Project has been obtained. Certification is required prior to authorization for advertisement for or solicitation of bids for construction of the Project, even if no right-of-way is required.


    3. Notification Requirements When Performing Construction on Department's Right-of­ Way. In the event the cost of the Project is greater than $250,000.00, and the Project involves construction on the Department's right-of-way, the Agency shall provide the Department with written notification of either its intent to:

      1. Require the construction work of the Project that is on the Department's right-of-way to be performed by a Department prequalified contractor, or


      2. Construct the Project utilizing existing Agency employees, if the Agency can complete said Project within the time frame set forth in this Agreement.


    4. _ If this box is checked, then the Agency is permitted to utilize its own forces and the following provision applies: Use of Agency Workforce. In the event the Agency proceeds with any phase of the Project utilizing its own forces, the Agency will only be reimbursed for direct costs (this excludes general overhead).


    5. If this box is checked, then the Agency is permitted to utilize Indirect Costs: Reimbursement for Indirect Program Expenses (select one):


      1. _ Agency has selected to seek reimbursement from the Department for actual indirect expenses (no rate).


      2. _ Agency has selected to apply a de minimus rate of 10% to modified total direct costs. Note: The de minimus rate is available only to entities that have never had a negotiated indirect cost rate. When selected, the de minimus rate must be used consistently for all federal awards until such time the agency chooses to negotiate a rate. A cost policy statement and de minimis certification form must be submitted to the Department for review and approval.


      3. _ Agency has selected to apply a state or federally approved indirect cost rate. A federally approved rate agreement or indirect cost allocation plan (ICAP) must be submitted annually.


    6. Agency Compliance with Laws, Rules, and Regulations, Guidelines, and Standards. The Agency shall comply and require its contractors and subcontractors to comply with all terms and conditions of this Agreement and all federal, state, and local laws and regulations applicable to this Project.


      STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

      PUBLIC TRANSPORTATION GRANT AGREEMENT

      Form 725-000-01 STRATEGIC DEVELOPMENT

      OGC 07/22

    7. Claims and Requests for Additional Work. The Agency shall have the sole responsibility for resolving claims and requests for additional work for the Project. The Agency will make best efforts to obtain the Department's input in its decisions. The Department is not obligated to reimburse for claims or requests for additional work.


  12. Contracts of the Agency:


    1. Approval of Third Party Contracts. The Department specifically reserves the right to review and approve any and all third party contracts with respect to the Project before the Agency executes or obligates itself in any manner requiring the disbursement of Department funds, including consultant and purchase of commodities contracts, or amendments thereto. If the Department chooses to review and approve third party contracts for this Project and the Agency fails to obtain such approval, that shall be sufficient cause for nonpayment by the Department. The Department specifically reserves unto itself the right to review the qualifications of any consultant or contractor and to approve or disapprove the employment of the same. If Federal Transit Administration (FTA) funds are used in the Project, the Department must exercise the right to third party contract review.


    2. Procurement of Commodities or Contractual Services. It is understood and agreed by the Parties hereto that participation by the Department in a project with the Agency, where said project involves the purchase of commodities or contractual services where purchases or costs exceed the Threshold Amount for CATEGORY TWO per Section 287.017, Florida Statutes, is contingent on the Agency complying in full with the provisions of Section 287.057, Florida Statutes. The Agency's Authorized Official shall certify to the Department that the Agency's purchase of commodities or contractual services has been accomplished in compliance with Section 287.057, Florida Statutes. It shall be the sole responsibility of the Agency to ensure that any obligations made in accordance with this Section comply with the current threshold limits. Contracts, purchase orders, task orders, construction change orders, or any other agreement that would result in exceeding the current budget contained in Exhibit "B", Schedule of Financial Assistance, or that is not consistent with the Project description and scope of services contained in Exhibit "A", Project Description and Responsibilities must be approved by the Department prior to Agency execution. Failure to obtain such approval, and subsequent execution of an amendment to the Agreement if required, shall be sufficient cause for nonpayment by the Department, in accordance with this Agreement.


    3. Consultants' Competitive Negotiation Act. It is understood and agreed by the Parties to this Agreement that participation by the Department in a project with the Agency, where said project involves a consultant contract for professional services, is contingent on the Agency's full compliance with provisions of Section 287.055, Florida Statutes, Consultants' Competitive Negotiation Act. In all cases, the Agency's Authorized Official shall certify to the Department that selection has been accomplished in compliance with the Consultants' Competitive Negotiation Act.


    4. Disadvantaged Business Enterprise (DBE) Policy and Obligation. It is the policy of the Department that DBEs, as defined in 49 C.F.R. Part 26, as amended, shall have the opportunity to participate in the performance of contracts financed in whole or in part with Department funds under this Agreement. The DBE requirements of applicable federal and state laws and regulations apply to this Agreement. The Agency and its contractors agree to ensure that DBEs have the opportunity to participate in the performance of this Agreement. In this regard, all recipients and contractors shall take all necessary and reasonable steps in accordance with applicable federal and state laws and regulations to ensure that the DBEs have the opportunity to compete for and perform contracts. The Agency and its contractors and subcontractors shall not discriminate on the basis of race, color, national origin or sex in the award and performance of contracts, entered pursuant to this Agreement.


      STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

      PUBLIC TRANSPORTATION GRANT AGREEMENT

      Form 725-000-01 STRATEGIC DEVELOPMENT

      OGC 07/22


  13. Maintenance Obligations. In the event the Project includes construction or the acquisition of commodities then the following provisions are incorporated into this Agreement:

    1. The Agency agrees to accept all future maintenance and other attendant costs occurring after completion of the Project for all improvements constructed or commodities acquired as part of the Project. The terms of this provision shall survive the termination of this Agreement.


  14. Sale, Transfer, or Disposal of Department-funded Property:

    1. The Agency will not sell or otherwise transfer or dispose of any part of its title or other interests in real property, facilities, or equipment funded in any part by the Department under this Agreement without prior written approval by the Department.


    2. If a sale, transfer, or disposal by the Agency of all or a portion of Department-funded real property, facilities, or equipment is approved by the Department, the following provisions will apply:


      1. The Agency shall reimburse the Department a proportional amount of the proceeds of the sale of any Department-funded property.


      2. The proportional amount shall be determined on the basis of the ratio of the Department funding of the development or acquisition of the property multiplied against the sale amount, and shall be remitted to the Department within ninety (90) days of closing of sale.


      3. Sale of property developed or acquired with Department funds shall be at market value as determined by appraisal or public bidding process, and the contract and process for sale must be approved in advance by the Department.


      4. If any portion of the proceeds from the sale to the Agency are non-cash considerations, reimbursement to the Department shall include a proportional amount based on the value of the non-cash considerations.

    3. The terms of provisions "a" and "b" above shall survive the termination of this Agreement.


      1. The terms shall remain in full force and effect throughout the useful life of facilities developed, equipment acquired, or Project items installed within a facility, but shall not exceed twenty (20) years from the effective date of this Agreement.


      2. There shall be no limit on the duration of the terms with respect to real property acquired with Department funds.


  15. Single Audit. The administration of Federal or State resources awarded through the Department to the Agency by this Agreement may be subject to audits and/or monitoring by the Department. The following requirements do not limit the authority of the Department to conduct or arrange for the conduct of additional audits or evaluations of Federal awards or State financial assistance or limit the authority of any state agency inspector general, the State of Florida Auditor General, or any other state official. The Agency shall comply with all audit and audit reporting requirements as specified below.


    Federal Funded:

    1. In addition to reviews of audits conducted in accordance with 2 CFR Part 200, Subpart F - Audit Requirements, monitoring procedures may include but not be limited to on-site visits by Department staff and/or other procedures, including reviewing any required performance and financial reports, following up, ensuring corrective action, and issuing management decisions on weaknesses found through audits when those findings pertain to Federal awards provided


      STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

      PUBLIC TRANSPORTATION GRANT AGREEMENT

      Form 725-000-01 STRATEGIC DEVELOPMENT

      OGC 07/22

      through the Department by this Agreement. By entering into this Agreement, the Agency agrees to comply and cooperate fully with any monitoring procedures/processes deemed appropriate by the Department. The Agency further agrees to comply and cooperate with any inspections, reviews, investigations, or audits deemed necessary by the Department, State of Florida Chief Financial Officer (CFO), or State of Florida Auditor General.


    2. The Agency, a non-Federal entity as defined by 2 CFR Part 200, Subpart F - Audit Requirements, as a subrecipient of a Federal award awarded by the Department through this Agreement, is subject to the following requirements:


      1. In the event the Agency expends a total amount of Federal awards equal to or in excess of the threshold established by 2 CFR Part 200, Subpart F - Audit Requirements, the Agency must have a Federal single or program-specific audit conducted for such fiscal year in accordance with the provisions of 2 CFR Part 200, Subpart F - Audit Requirements. Exhibit "H", Audit Requirements for Awards of Federal Financial Assistance, to this Agreement provides the required Federal award identification information needed by the Agency to further comply with the requirements of 2 CFR Part 200, Subpart F - Audit Requirements. In determining Federal awards expended in a fiscal year, the Agency must consider all sources of Federal awards based on when the activity related to the Federal award occurs, including the Federal award provided through the Department by this Agreement. The determination of amounts of Federal awards expended should be in accordance with the guidelines established by 2 CFR Part 200, Subpart F - Audit Requirements. An audit conducted by the State of Florida Auditor General in accordance with the provisions of 2 CFR Part 200, Subpart F - Audit Requirements, will meet the requirements of this part.


      2. In connection with the audit requirements, the Agency shall fulfill the requirements relative to the auditee responsibilities as provided in 2 CFR Part 200, Subpart F - Audit Requirements.

      3. In the event the Agency expends less than the threshold established by 2 CFR Part 200, Subpart F - Audit Requirements, in Federal awards, the Agency is exempt from Federal audit requirements for that fiscal year. However, the Agency must provide a single audit exemption statement to the Department at FDOTSingleAudit@dot.state.fl.us no later than nine months after the end of the Agency's audit period for each applicable audit year. In the event the Agency expends less than the threshold established by 2 CFR Part 200, Subpart F - Audit Requirements, in Federal awards in a fiscal year and elects to have an audit conducted in accordance with the provisions of 2 CFR Part 200, Subpart F - Audit Requirements, the cost of the audit must be paid from non-Federal resources (i.e., the cost of such an audit must be paid from the Agency's resources obtained from other than Federal entities).


      4. The Agency must electronically submit to the Federal Audit Clearinghouse (FAG) at https://harvester.census.gov/facweb/ the audit reporting package as required by 2 CFR Part 200, Subpart F -Audit Requirements, within the earlier of 30 calendar days after receipt of the auditor's report(s) or nine months after the end of the audit period. The FAC is the repository of record for audits required by 2 CFR Part 200, Subpart F

        -Audit Requirements. However, the Department requires a copy of the audit reporting package also be submitted to FDOTSingleAudit@dot.state.fl.us within the earlier of 30 calendar days after receipt of the auditor's report(s) or nine months after the end of the audit period as required by 2 CFR Part 200, Subpart F - Audit Requirements.


      5. Within six months of acceptance of the audit report by the FAG, the Department will review the Agency's audit reporting package, including corrective action plans and


        STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

        PUBLIC TRANSPORTATION GRANT AGREEMENT

        Form 725-000-01 STRATEGIC DEVELOPMENT

        OGC 07/22

        management letters, to the extent necessary to determine whether timely and appropriate action on all deficiencies has been taken pertaining to the Federal award provided through the Department by this Agreement. If the Agency fails to have an audit conducted in accordance with 2 CFR Part 200, Subpart F -Audit Requirements, the Department may impose additional conditions to remedy noncompliance. If the Department determines that noncompliance cannot be remedied by imposing additional conditions, the Department may take appropriate actions to enforce compliance, which actions may include but not be limited to the following:


        1. Temporarily withhold cash payments pending correction of the deficiency by the Agency or more severe enforcement action by the Department;

        2. Disallow (deny both use of funds and any applicable matching credit for) all or part of the cost of the activity or action not in compliance;

        3. Wholly or partly suspend or terminate the Federal award;

        4. Initiate suspension or debarment proceedings as authorized under 2 C.F.R. Part 180 and Federal awarding agency regulations (or in the case of the Department, recommend such a proceeding be initiated by the Federal awarding agency);

        5. Withhold further Federal awards for the Project or program;

        6. Take other remedies that may be legally available.

      6. As a condition of receiving this Federal award, the Agency shall permit the Department or its designee, the CFO, or State of Florida Auditor General access to the Agency's records, including financial statements, the independent auditor's working papers, and project records as necessary. Records related to unresolved audit findings, appeals, or litigation shall be retained until the action is complete or the dispute is resolved.

      7. The Department's contact information for requirements under this part is as follows: Office of Comptroller, MS 24

        605 Suwannee Street

        Tallahassee, Florida 32399-0450 FDOTSingleAudit@dot.state.fl.us


        State Funded:


        1. In addition to reviews of audits conducted in accordance with Section 215.97, Florida Statutes, monitoring procedures to monitor the Agency's use of state financial assistance may include but not be limited to on-site visits by Department staff and/or other procedures, including reviewing any required performance and financial reports, following up, ensuring corrective action, and issuing management decisions on weaknesses found through audits when those findings pertain to state financial assistance awarded through the Department by this Agreement. By entering into this Agreement, the Agency agrees to comply and cooperate fully with any monitoring procedures/processes deemed appropriate by the Department. The Agency further agrees to comply and cooperate with any inspections, reviews, investigations, or audits deemed necessary by the Department, the Department of Financial Services (DFS), or State of Florida Auditor General.


        2. The Agency, a "nonstate entity" as defined by Section 215.97, Florida Statutes, as a recipient of state financial assistance awarded by the Department through this Agreement, is subject to the following requirements:

          1. In the event the Agency meets the audit threshold requirements established by Section 215.97, Florida Statutes, the Agency must have a State single or project­ specific audit conducted for such fiscal year in accordance with Section 215.97, Florida Statutes; applicable rules of the Department of Financial Services; and


            STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

            PUBLIC TRANSPORTATION GRANT AGREEMENT

            Form 725-000-01 STRATEGIC DEVELOPMENT

            OGC 07/22

            Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General. Exhibit "G", Audit Requirements for Awards of State Financial Assistance, to this Agreement indicates state financial assistance awarded through the Department by this Agreement needed by the Agency to further comply with the requirements of Section 215.97, Florida Statutes. In determining the state financial assistance expended in a fiscal year, the Agency shall consider all sources of state financial assistance, including state financial assistance received from the Department by this Agreement, other state agencies, and other nonstate entities. State financial assistance does not include Federal direct or pass-through awards and resources received by a nonstate entity for Federal program matching requirements.


          2. In connection with the audit requirements, the Agency shall ensure that the audit complies with the requirements of Section 215.97(8), Florida Statutes. This includes submission of a financial reporting package as defined by Section 215.97(2)(e), Florida Statutes, and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General.


          3. In the event the Agency does not meet the audit threshold requirements established by Section 215.97, Florida Statutes, the Agency is exempt for such fiscal year from the state single audit requirements of Section 215.97, Florida Statutes. However, the Agency must provide a single audit exemption statement to the Department at FDOTSingleAudit@dot.state.fl.us no later than nine months after the end of the Agency's audit period for each applicable audit year. In the event the Agency does not meet the audit threshold requirements established by Section 215.97, Florida Statutes, in a fiscal year and elects to have an audit conducted in accordance with the provisions of Section 215.97, Florida Statutes, the cost of the audit must be paid from the Agency's resources (i.e., the cost of such an audit must be paid from the Agency's resources obtained from other than State entities).


          4. In accordance with Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General, copies of financial reporting packages required by this Agreement shall be submitted to:


            Florida Department of Transportation Office of Comptroller, MS 24

            605 Suwannee Street

            Tallahassee, Florida 32399-0405 FDOTSingleAudit@dot.state.fl.us


            And


            State of Florida Auditor General Local Government Audits/342

            111 West Madison Street, Room 401

            Tallahassee, FL 32399-1450

            Email: flaudgen localgovt@aud.state.fl.us


          5. Any copies of financial reporting packages, reports, or other information required to be submitted to the Department shall be submitted timely in accordance with Section 215.97, Florida Statutes, and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General, as applicable.


          6. The Agency, when submitting financial reporting packages to the Department for audits done in accordance with Chapters 10.550 (local governmental entities) or


            STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

            PUBLIC TRANSPORTATION GRANT AGREEMENT

            Form 725-000-01 STRATEGIC DEVELOPMENT

            OGC 07/22

            10.650 (nonprofit and for-profit organizations), Rules of the Auditor General, should indicate the date the reporting package was delivered to the Agency in correspondence accompanying the reporting package.

          7. Upon receipt, and within six months, the Department will review the Agency's financial reporting package, including corrective action plans and management letters, to the extent necessary to determine whether timely and appropriate corrective action on all deficiencies has been taken pertaining to the state financial assistance provided through the Department by this Agreement. If the Agency fails to have an audit conducted consistent with Section 215.97, Florida Statutes, the Department may take appropriate corrective action to enforce compliance.


          8. As a condition of receiving state financial assistance, the Agency shall permit the Department or its designee, DFS, or the Auditor General access to the Agency's records, including financial statements, the independent auditor's working papers, and project records as necessary. Records related to unresolved audit findings, appeals, or litigation shall be retained until the action is complete or the dispute is resolved.


    3. The Agency shall retain sufficient records demonstrating its compliance with the terms of this Agreement for a period of five years from the date the audit report is issued and shall allow the Department or its designee, DFS, or State of Florida Auditor General access to such records upon request. The Agency shall ensure that the audit working papers are made available to the Department or its designee, DFS, or State of Florida Auditor General upon request for a period of five years from the date the audit report is issued, unless extended in writing by the Department.


  16. Notices and Approvals. Notices and approvals referenced in this Agreement must be obtained in writing from the Parties' respective Administrators or their designees.


  17. Restrictions, Prohibitions, Controls and Labor Provisions:


    1. Convicted Vendor List. A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity; may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list.

    2. Discriminatory Vendor List. In accordance with Section 287.134, Florida Statutes, an entity or affiliate who has been placed on the Discriminatory Vendor List, kept by the Florida Department of Management Services, may not submit a bid on a contract to provide goods or services to a public entity; may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity.


    3. Non-Responsible Contractors. An entity or affiliate who has had its Certificate of Qualification suspended, revoked, denied, or have further been determined by the Department to be a non-responsible contractor, may not submit a bid or perform work for the construction or repair of a public building or public work on a contract with the Agency.


      STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

      PUBLIC TRANSPORTATION GRANT AGREEMENT

      Form 725-000-01 STRATEGIC DEVELOPMENT

      OGC 07/22

    4. Prohibition on Using Funds for Lobbying. No funds received pursuant to this Agreement may be expended for lobbying the Florida Legislature, judicial branch, or any state agency, in accordance with Section 216.347, Florida Statutes.

    5. Unauthorized Aliens. The Department shall consider the employment by any contractor of unauthorized aliens a violation of Section 274A(e) of the Immigration and Nationality Act. If the contractor knowingly employs unauthorized aliens, such violation will be cause for unilateral cancellation of this Agreement.


    6. Procurement of Construction Services. If the Project is procured pursuant to Chapter 255, Florida Statutes, for construction services and at the time of the competitive solicitation for the Project, 50 percent or more of the cost of the Project is to be paid from state-appropriated funds, then the Agency must comply with the requirements of Section 255.0991, Florida Statutes.


    7. E-Verify. The Agency shall:


      1. Utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Agency during the term of the contract; and


      2. Expressly require any subcontractors performing work or providing services pursuant to the state contract to likewise utilize the U.S. Department of Homeland Security's Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the contract term.

    8. Executive Order 20-44. Pursuant to Governor's Executive Order 20-44, if the Agency is required by the Internal Revenue Code to file IRS Form 990 and is named in statute with which the Department must form a sole-source, public-private agreement; or through contract or other agreement with the State, annually receives 50% or more of its budget from the State or from a combination of State and Federal funds, Recipient shall submit an Annual Report to the Department, including the most recent IRS Form 990, detailing the total compensation for each member of the Agency executive leadership team. Total compensation shall include salary, bonuses, cashed-in leave, cash equivalents, severance pay, retirement benefits, deferred compensation, real-property gifts, and any other payout. The Agency shall inform the Department of any changes in total executive compensation during the period between the filing of Annual Reports within 60 days of any change taking effect. All compensation reports shall detail the percentage of executive leadership compensation received directly from all State and/or Federal allocations to the Agency. Annual Reports shall be in the form approved by the Department and shall be submitted to the Department at fdotsingleaudit@dot.state.fl.us within 180 days following the end of each tax year of the Agency receiving Department funding.


    9. Design Services and Construction Engineering and Inspection Services. If the Project is wholly or partially funded by the Department and administered by a local governmental entity, except for a seaport listed in Section 311.09, Florida Statutes, or an airport as defined in Section 332.004, Florida Statutes, the entity performing design and construction engineering and inspection services may not be the same entity.


  18. Indemnification and Insurance:


    1. It is specifically agreed between the Parties executing this Agreement that it is not intended by any of the provisions of any part of this Agreement to create in the public or any member thereof, a third party beneficiary under this Agreement, or to authorize anyone not a party to this Agreement to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of this Agreement. The Agency guarantees the payment of all just claims for materials, supplies, tools, or labor and other just claims against the Agency or any


      STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

      PUBLIC TRANSPORTATION GRANT AGREEMENT

      Form 725-000-01 STRATEGIC DEVELOPMENT

      OGC 07/22

      subcontractor, in connection with this Agreement. Additionally, the Agency shall indemnify, defend, and hold harmless the State of Florida, Department of Transportation, including the Department's officers and employees, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of the Agency and persons employed or utilized by the Agency in the performance of this Agreement. This indemnification shall survive the termination of this Agreement. Additionally, the Agency agrees to include the following indemnification in all contracts with contractors/subcontractors and consultants/subconsultants who perform work in connection with this Agreement:


      'To the fullest extent permitted by law, the Agency's contractor/consultant shall indemnify, defend, and hold harmless the Agency and the State of Florida, Department of Transportation, including the Department's officers and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of the contractor/consultant and persons employed or utilized by the contractor/consultant in the performance of this Agreement.


      This indemnification shall survive the termination of this Agreement."


    2. The Agency shall provide Workers' Compensation Insurance in accordance with Florida's Workers' Compensation law for all employees. If subletting any of the work, ensure that the subcontractor(s) and subconsultant(s) have Workers' Compensation Insurance for their employees in accordance with Florida's Workers' Compensation law. If using "leased employees" or employees obtained through professional employer organizations ("PEO's"), ensure that such employees are covered by Workers' Compensation Insurance through the PEO's or other leasing entities. Ensure that any equipment rental agreements that include operators or other personnel who are employees of independent contractors, sole proprietorships, or partners are covered by insurance required under Florida's Workers' Compensation law.


    3. If the Agency elects to self-perform the Project, then the Agency may self-insure. If the Agency elects to hire a contractor or consultant to perform the Project, then the Agency shall carry, or cause its contractor or consultant to carry, Commercial General Liability insurance providing continuous coverage for all work or operations performed under this Agreement. Such insurance shall be no more restrictive than that provided by the latest occurrence form edition of the standard Commercial General Liability Coverage Form (ISO Form CG 00 01) as filed for use in the State of Florida. The Agency shall cause, or cause its contractor or consultant to cause, the Department to be made an Additional Insured as to such insurance. Such coverage shall be on an "occurrence" basis and shall include Products/Completed Operations coverage. The coverage afforded to the Department as an Additional Insured shall be primary as to any other available insurance and shall not be more restrictive than the coverage afforded to the Named Insured. The limits of coverage shall not be less than $1,000,000 for each occurrence and not less than a $5,000,000 annual general aggregate, inclusive of amounts provided by an umbrella or excess policy. The limits of coverage described herein shall apply fully to the work or operations performed under the Agreement, and may not be shared with or diminished by claims unrelated to the Agreement. The policy/ies and coverage described herein may be subject to a deductible and such deductibles shall be paid by the Named Insured. No policy/ies or coverage described herein may contain or be subject to a Retention or a Self-Insured Retention unless the Agency is a state agency or subdivision of the State of Florida that elects to self-perform the Project. Prior to the execution of the Agreement, and at all renewal periods which occur prior to final acceptance of the work, the Department shall be provided with an ACORD Certificate of Liability Insurance reflecting the coverage described herein. The Department shall be notified in writing within ten days of any cancellation, notice of cancellation, lapse, renewal, or proposed change to any policy or coverage described herein. The Department's approval or failure to disapprove any policy/ies,


      STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

      PUBLIC TRANSPORTATION GRANT AGREEMENT

      Form 725-000-01 STRATEGIC DEVELOPMENT

      OGC 07/22

      coverage, or ACORD Certificates shall not relieve or excuse any obligation to procure and maintain the insurance required herein, nor serve as a waiver of any rights or defenses the Department may have.

    4. When the Agreement includes the construction of a railroad grade crossing, railroad overpass or underpass structure, or any other work or operations within the limits of the railroad right­ of-way, including any encroachments thereon from work or operations in the vicinity of the railroad right-of-way, the Agency shall, or cause its contractor to, in addition to the insurance coverage required above, procure and maintain Railroad Protective Liability Coverage (ISO Form CG 00 35) where the railroad is the Named Insured and where the limits are not less than $2,000,000 combined single limit for bodily injury and/or property damage per occurrence, and with an annual aggregate limit of not less than $6,000,000. The railroad shall also be added along with the Department as an Additional Insured on the policy/ies procured pursuant to the paragraph above. Prior to the execution of the Agreement, and at all renewal periods which occur prior to final acceptance of the work, both the Department and the railroad shall be provided with an ACORD Certificate of Liability Insurance reflecting the coverage described herein. The insurance described herein shall be maintained through final acceptance of the work. Both the Department and the railroad shall be notified in writing within ten days of any cancellation, notice of cancellation, renewal, or proposed change to any policy or coverage described herein. The Department's approval or failure to disapprove any policy/ies, coverage, or ACORD Certificates shall not relieve or excuse any obligation to procure and maintain the insurance required herein, nor serve as a waiver of any rights the Department may have.


    5. When the Agreement involves work on or in the vicinity of utility-owned property or facilities, the utility shall be added along with the Department as an Additional Insured on the Commercial General Liability policy/ies procured above.


  19. Miscellaneous:


    1. Environmental Regulations. The Agency will be solely responsible for compliance with all applicable environmental regulations and for any liability arising from non-compliance with these regulations, and will reimburse the Department for any loss incurred in connection therewith.


    2. Non-Admission of Liability. In no event shall the making by the Department of any payment to the Agency constitute or be construed as a waiver by the Department of any breach of covenant or any default which may then exist on the part of the Agency and the making of such payment by the Department, while any such breach or default shall exist, shall in no way impair or prejudice any right or remedy available to the Department with respect to such breach or default.

    3. Severability. If any prov1s1on of this Agreement is held invalid, the remainder of this Agreement shall not be affected. In such an instance, the remainder would then continue to conform to the terms and requirements of applicable law.


    4. Agency not an agent of Department. The Agency and the Department agree that the Agency, its employees, contractors, subcontractors, consultants, and subconsultants are not agents of the Department as a result of this Agreement.


    5. Bonus or Commission. By execution of the Agreement, the Agency represents that it has not paid and, also agrees not to pay, any bonus or commission for the purpose of obtaining an approval of its application for the financing hereunder.


    6. Non-Contravention of State Law. Nothing in the Agreement shall require the Agency to observe or enforce compliance with any provision or perform any act or do any other thing in


      STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

      PUBLIC TRANSPORTATION GRANT AGREEMENT

      Form 725-000-01 STRATEGIC DEVELOPMENT

      OGC 07/22

      contravention of any applicable state law. If any of the provisions of the Agreement violate any applicable state law, the Agency will at once notify the Department in writing so that appropriate changes and modifications may be made by the Department and the Agency to the end that the Agency may proceed as soon as possible with the Project.


    7. Execution of Agreement. This Agreement may be executed in one or more counterparts, each of which shall be deemed an original, but all of which shall constitute the same Agreement. A facsimile or electronic transmission of this Agreement with a signature on behalf of a party will be legal and binding on such party.


    8. Federal Award Identification Number (FAIN). If the FAIN is not available prior to execution of the Agreement, the Department may unilaterally add the FAIN to the Agreement without approval of the Agency and without an amendment to the Agreement. If this occurs, an updated Agreement that includes the FAIN will be provided to the Agency and uploaded to the Department of Financial Services' Florida Accountability Contract Tracking System (FACTS).


    9. Inspector General Cooperation. The Agency agrees to comply with Section 20.055(5), Florida Statutes, and to incorporate in all subcontracts the obligation to comply with Section 20.055(5), Florida Statutes.

    10. Law, Forum, and Venue. This Agreement shall be governed by and construed in accordance with the laws of the State of Florida. In the event of a conflict between any portion of the contract and Florida law, the laws of Florida shall prevail. The Agency agrees to waive forum and venue and that the Department shall determine the forum and venue in which any dispute under this Agreement is decided.


IN WITNESS WHEREOF, the Parties have executed this Agreement on the day and year written above.


AGENCY Manatee County Port Authority


By:                             


Name:

Title:                           

STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION

By:

Name: Nicole Mills, P.E.

Title: Director of Transportation Development


STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION


Don Conway, Senior Attorney (as to legality and form)

Legal Review:



STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS

Form 725-000-02 STRATEGIC DEVELOPMENT

OGC 07/22


EXHIBIT A


Project Description and Responsibilities


  1. Project Description (description of Agency's project to provide context, description of project components funded via this Agreement (if not the entire project)): This Agreement provides for the Department's financial participation in environmental, design, and construction of Phase 3 of Seaport Manatee's container yard development initiative. The Project includes four major components: (1) Design and construct approximately 16.56 acres of container yard; (2) design and install electrical systems for the shore power of Mobile Harbor Cranes; (3) design and construct new access road to improve access and internal flow; and (4) design and construct foundations and utilities for the future placement of Radiation Portal Monitors. Initial work will include mitigation, design and permitting work. State funds allocated to the Project will be used to leverage federal and local funding.


  2. Project Location (limits, city, county, map): Seaport Manatee, Palmetto, Florida


  3. Project Scope (allowable costs: describe project components, improvement type/service type, approximate timeline, project schedule, project size): asphalt paving activities; backfilling; back-up power system components; base and sub-base materials; bollards (i.e., equipment protection); cable protection systems; compaction; concrete; conductors; conduit; construction inspection services; construction management services; construction services; culverts; delivery fees; demobilization; demolition; drainage systems; earthwork; electrical system components; engineering services; fencing; fire protection system components; form work; gate arm components and systems; geotechnical services; grading and site work; ground covering; guardrails; horizontal boring; installation and testing; lighting system components; mitigation (e.g., wetlands or mangrove credits); mobilization; operator parking areas; pedestals; permitting; plan development (e.g., 30/60/90/100% and as-builts); poles, towers and brackets (e.g., cameras, lights); precast concrete; preconstruction engineering and design; rebar installation; receptacles; signage and wayfinding; slope stabilization; soil management work (e.g., surcharging); steel; stormwater system components; stormwater management and mitigation (e.g., 311.106, F.S.); striping of yards, parking areas and roadways; relocating electric utilities; roadway or storage areas; structural base material; structural components; surveying; telecommunications (e.g., optical fiber runs); temporary structures; traffic lights; transformers; trenching; underlying subgrade materials and systems; and, utilities (e.g., potable water, sewer).

  4. Deliverable(s):


    The project scope identifies the ultimate project deliverables. Deliverables for requisition, payment and invoice purposes will be the incremental progress made toward completion of project scope elements. Supporting documentation will be quantifiable, measurable, and verifiable, to allow for a determination of the amount of incremental progress that has been made, and provide evidence that the payment requested is commensurate with the accomplished incremental progress and costs incurred by the Agency.


  5. Unallowable Costs (including but not limited to): Travel costs are not allowed


  6. Transit Operating Grant Requirements (Transit Only):


Transit Operating Grants billed as an operational subsidy will require an expenditure detail report from the Agency that matches the invoice period. The expenditure detail, along with the progress report, will be the required deliverables for Transit Operating Grants. Operating grants may be issued for a term not to exceed three years from execution. The original grant agreement will include funding for year one. Funding for years two and three will be added by amendment as long as the grantee has submitted all invoices on schedule and the project deliverables for the year have been met.

Docusign Envelope ID: ED7DCFD6-4E44-4CA2-83FE-8872ED63DC84


Component (2) Crane electrification

' ttN 'I

. l t ..r

..I


'·

Component (4) Foundations for Radiation Portal Monitors (RPMs)


South Port Container Yard and Electrification Project - Phase 3

SEAPaRT

Manatee

The right tum on Tampa Bay

f,,,Jay 2022


Page 18 of 29


STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS

Form 725-000-02 STRATEGIC DEVELOPMENT

OGC 07/22


EXHIBIT B


Schedule of Financial Assistance


FUNDS AWARDED TO THE AGENCY AND REQUIRED MATCHING FUNDS PURSUANT TO THIS AGREEMENT CONSIST OF THE FOLLOWING:


  1. Fund Type and Fiscal Year:


    Financial

    Management Number

    Fund Type

    FLAIR

    Category

    State

    Fiscal Year

    Object

    Code

    CSFA/

    CFDA

    Number

    CSFA/CFDA Title or

    Funding Source Description

    Funding Amount

    444251-1-94-03

    DOR

    088809

    2025

    751000

    55.014

    lntermodal Program

    $2,147,650.00

    444251-1-94-03

    LF

    088809

    2025



    lntermodal Program

    $2,147,650.00


    Total Financial Assistance

    $4,295,300.00

  2. Estimate of Project Costs by Grant Phase:


    Phases*

    State

    Local

    Federal

    Totals

    State

    %

    Local

    %

    Federal

    %

    Land Acquisition

    $0.00

    $0.00

    $0.00

    $0.00

    0.00

    0.00

    0.00

    Planning

    $0.00

    $0.00

    $0.00

    $0.00

    0.00

    0.00

    0.00

    Environmental/Design/Construction

    $2,147,650.00

    $2,147,650.00

    $0.00

    $4,295,300.00

    50.00

    50.00

    0.00

    Capital Equipment/ Preventative

    Maintenance

    $0.00

    $0.00

    $0.00

    $0.00

    0.00

    0.00

    0.00

    Match to Direct Federal Funding

    $0.00

    $0.00

    $0.00

    $0.00

    0.00

    0.00

    0.00

    Mobility Management

    (Transit Only)

    $0.00

    $0.00

    $0.00

    $0.00

    0.00

    0.00

    0.00

    Totals

    $2,147,650.00

    $2,147,650.00

    $0.00

    $4,295,300.00




    *Shifting items between these grant phases requires execution of an Amendment to the Public Transportation Grant Agreement.


    Scope Code and/or Activity I

    Line Item (ALI) (Transit Only)

BUDGET/COST ANALYSIS CERTIFICATION AS REQUIRED BY SECTION 216.3475, FLORIDA STATUTES:


I certify that the cost for each line item budget category (grant phase) has been evaluated and determined to be allowable, reasonable, and necessary as required by Section 216.3475, Florida Statutes. Documentation is on file evidencing the methodology used and the conclusions reached.


Amanda Tyner, MPA

Signature

08/28/2024 I 8:40 AM EDT

Date

Department Grant Manager Name


STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS

EXHIBITC


TERMS AND CONDITIONS OF CONSTRUCTION

Form 725-000-02 STRATEGIC DEVELOPMENT

OGC 07/22


    1. Design and Construction Standards and Required Approvals.


      1. The Agency understands that it is responsible for the preparation and certification of all design plans for the Project. The Agency shall hire a qualified consultant for the design phase of the Project or, if applicable, the Agency shall require their design-build contractor or construction management contractor to hire a qualified consultant for the design phase of the Project.


      2. Execution of this Agreement by both Parties shall be deemed a Notice to Proceed to the Agency for the design phase or other non-construction phases of the Project. If the Project involves a construction phase, the Agency shall not begin the construction phase of the Project until the Department issues a Notice to Proceed for the construction phase. Prior to commencing the construction work described in this Agreement, the Agency shall request a Notice to Proceed from the Department's Project Manager,   FDOT  District  1  Seaport Coordinator (email: amanda.tyner@dot.state.fl.us) or from an appointed designee. Any construction phase work performed prior to the execution of this required Notice to Proceed is not subject to reimbursement.


      3. The Agency will provide one (1) copy of the final design plans and specifications and final bid documents to the Department's Project Manager prior to bidding or commencing construction of the Project.


      4. The Agency shall require the Agency's contractor to post a payment and performance bond in accordance with applicable law(s).


      5. The Agency shall be responsible to ensure that the construction work under this Agreement is performed in accordance with the approved construction documents, and that the construction work will meet all applicable Agency and Department standards.

      6. Upon completion of the work authorized by this Agreement, the Agency shall notify the Department in writing of the completion of construction of the Project; and for all design work that originally required certification by a Professional Engineer, this notification shall contain an Engineer's Certification of Compliance, signed and sealed by a Professional Engineer, the form of which is attached to this Exhibit. The certification shall state that work has been completed in compliance with the Project construction plans and specifications. If any deviations are found from the approved plans or specifications, the certification shall include a list of all deviations along with an explanation that justifies the reason to accept each deviation.


    2. Construction on the Department's Right of Way. If the Project involves construction on the Department's right-of-way, then the following provisions apply to any and all portions of the Project that are constructed on the Department's right-of-way:


      1. The Agency shall hire a qualified contractor using the Agency's normal bid procedures to perform the construction work for the Project. The Agency must certify that the installation of the Project is completed by a Contractor prequalified by the Department as required by Section 2 of the Standard Specifications for Road and Bridge Construction (2016), as amended, unless otherwise approved by the Department in writing or the Contractor exhibits past project experience in the last five years that are comparable in scale, composition, and overall quality to the site characterized within the scope of services of this Project.


        STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

        PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS

        Form 725-000-02 STRATEGIC DEVELOPMENT

        OGC 07/22

      2. Construction Engineering Inspection (CEI) services will be provided by the Agency by hiring a Department prequalified consultant firm including one individual that has completed the Advanced Maintenance of Traffic Level Training, unless otherwise approved by the Department in writing. The CEI staff shall be present on the Project at all times that the contractor is working. Administration of the CEI staff shall be under the responsible charge of a State of Florida Licensed Professional Engineer who shall provide the certification that all design and construction for the Project meets the minimum construction standards established by Department. The Department shall approve all CEI personnel. The CEI firm shall not be the same firm as that of the Engineer of Record for the Project. The Department shall have the right, but not the obligation, to perform independent assurance testing during the course of construction of the Project. Notwithstanding the foregoing, the Department may issue a written waiver of the CEI requirement for portions of Projects involving the construction of bus shelters, stops, or pads.


      3. The Project shall be designed and constructed in accordance with the latest edition of the Department's Standard Specifications for Road and Bridge Construction, the Department Design Standards, and the Manual of Uniform Traffic Control Devices (MUTCD). The following guidelines shall apply as deemed appropriate by the Department: the Department Structures Design Manual, AASHTO Guide Specifications for the Design of Pedestrian Bridges, AASHTO LRFD Bridge Design Specifications, Florida Design Manual, Manual for Uniform Minimum Standards for Design, Construction and Maintenance for Streets and Highways (the "Florida Green Book"), and the Department Traffic Engineering Manual. The Agency will be required to submit any construction plans required by the Department for review and approval prior to any work being commenced. Should any changes to the plans be required during construction of the Project, the Agency shall be required to notify the Department of the changes and receive approval from the Department prior to the changes being constructed. The Agency shall maintain the area of the Project at all times and coordinate any work needs of the Department during construction of the Project.


      4. The Agency shall notify the Department a minimum of 48 hours before beginning construction within Department right-of-way. The Agency shall notify the Department should construction be suspended for more than 5 working days. The Department contact person for construction is Amanda Tyner, FOOT District 1 Seaport Coordinator.


      5. The Agency shall be responsible for monitoring construction operations and the maintenance of traffic (MOT) throughout the course of the Project in accordance with the latest edition of the Department Standard Specifications, section 102. The Agency is responsible for the development of a MOT plan and making any changes to that plan as necessary. The MOT plan shall be in accordance with the latest version of the Department Design Standards, Index 600 series. Any MOT plan developed by the Agency that deviates from the Department Design Standards must be signed and sealed by a professional engineer. MOT plans will require approval by the Department prior to implementation.


      6. The Agency shall be responsible for locating all existing utilities, both aerial and underground, and for ensuring that all utility locations be accurately documented on the construction plans. All utility conflicts shall be fully resolved directly with the applicable utility.


      7. The Agency will be responsible for obtaining all permits that may be required by other agencies or local governmental entities.

      8. It is hereby agreed by the Parties that this Agreement creates a permissive use only and all improvements located on the Department's right-of-way resulting from this Agreement shall become the property of the Department. Neither the granting of the permission to use the Department right of way nor the placing of facilities upon the Department property shall operate to create or vest any property right to or in the Agency, except as may otherwise be provided in separate agreements. The Agency shall not acquire any right, title, interest or


        STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

        PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS

        Form 725-000-02 STRATEGIC DEVELOPMENT

        OGC 07/22

        estate in Department right of way, of any nature or kind whatsoever, by virtue of the execution, operation, effect, or performance of this Agreement including, but not limited to, the Agency's use, occupancy or possession of Department right of way. The Parties agree that this Agreement does not, and shall not be construed to, grant credit for any future transportation concurrency requirements pursuant to Chapter 163, F.S.


      9. The Agency shall not cause any liens or encumbrances to attach to any portion of the Department's property, including but not limited to, the Department's right-of-way.


      10. The Agency shall perform all required testing associated with the design and construction of the Project. Testing results shall be made available to the Department upon request. The Department shall have the right to perform its own independent testing during the course of the Project.

      11. The Agency shall exercise the rights granted herein and shall otherwise perform this Agreement in a good and workmanlike manner, with reasonable care, in accordance with the terms and provisions of this Agreement and all applicable federal, state, local, administrative, regulatory, safety and environmental laws, codes, rules, regulations, policies, procedures, guidelines, standards and permits, as the same may be constituted and amended from time to time, including, but not limited to, those of the Department, applicable Water Management District, Florida Department of Environmental Protection, the United States Environmental Protection Agency, the United States Army Corps of Engineers, the United States Coast Guard and local governmental entities.

        1. If the Department determines a condition exists which threatens the public's safety, the Department may, at its discretion, cause construction operations to cease and immediately have any potential hazards removed from its right-of-way at the sole cost, expense, and effort of the Agency. The Agency shall bear all construction delay costs incurred by the Department.

          1. The Agency shall be responsible to maintain and restore all features that might require relocation within the Department right-of-way.

          2. The Agency will be solely responsible for clean up or restoration required to correct any environmental or health hazards that may result from construction operations.


          3. The acceptance procedure will include a final "walk-through" by Agency and Department personnel. Upon completion of construction, the Agency will be required to submit to the Department final as-built plans and an engineering certification that construction was completed in accordance to the plans. Submittal of the final as-built plans shall include one complete set of the signed and sealed plans on 11" X 17" plan sheets and an electronic copy prepared in Portable Document Format (PDF). Prior to the termination of this Agreement, the Agency shall remove its presence, including, but not limited to, all of the Agency's property, machinery, and equipment from Department right-of-way and shall restore those portions of Department right of way disturbed or otherwise altered by the Project to substantially the same condition that existed immediately prior to the commencement of the Project.


          4. If the Department determines that the Project is not completed in accordance with the provisions of this Agreement, the Department shall deliver written notification of such to the Agency. The Agency shall have thirty (30) days from the date of receipt of the Department's written notice, or such other time as the Agency and the Department mutually agree to in writing, to complete the Project and provide the Department with written notice of the same (the "Notice of Completion"). If the Agency fails to timely deliver the Notice of Completion, or if it is determined that the Project is not properly completed after receipt of the Notice of Completion, the Department, within its discretion may: 1) provide the Agency with written authorization granting such additional time as the Department deems appropriate to correct the deficiency(ies); or 2) correct the deficiency(ies) at the Agency's sole cost and expense,


            STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

            PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS

            Form 725-000-02 STRATEGIC DEVELOPMENT

            OGC 07/22

            without Department liability to the Agency for any resulting loss or damage to property, including, but not limited to, machinery and equipment. If the Department elects to correct the deficiency(ies), the Department shall provide the Agency with an invoice for the costs incurred by the Department and the Agency shall pay the invoice within thirty (30) days of the date of the invoice.


          5. The Agency shall implement best management practices for erosion and pollution control to prevent violation of state water quality standards. The Agency shall be responsible for the correction of any erosion, shoaling, or water quality problems that result from the construction of the Project.


          6. Portable Traffic Monitoring Site (PTMS) or a Telemetry Traffic Monitoring Site (TTMS) may exist within the vicinity of your proposed work. It is the responsibility of the Agency to locate and avoid damage to these sites. If a PTMS or TTMS is encountered during construction, the Department must be contacted immediately.


          7. During construction, highest priority must be given to pedestrian safety. If permission is granted to temporarily close a sidewalk, it should be done with the express condition that an alternate route will be provided, and shall continuously maintain pedestrian features to meet Americans Disability Act (ADA) standards.

          8. Restricted hours of operation will be as follows, unless otherwise approved by the Department's District Construction Engineer or designee (insert hours and days of the week for restricted operation): Not Applicable


          9. Lane closures on the state road system must be coordinated with the Public Information Office at least two weeks prior to the closure. The contact information for the Department's Public Information Office is:


          Insert District PIO contact info:

          Phone: (863) 519-2362; Fax: (239) 338-2353


          Note: (Highlighted sections indicate need to confirm information with District Office or appropriate DOT person managing the Agreement)


    3. Engineer's Certification of Compliance. The Agency shall complete and submit and if applicable Engineer's Certification of Compliance to the Department upon completion of the construction phase of the Project.


STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS

ENGINEER'S CERTIFICATION OF COMPLIANCE

PUBLIC TRANSPORTATION GRANT AGREEMENT BETWEEN

THE STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION

and                                       

Form 725-000-02 STRATEGIC DEVELOPMENT

OGC 07/22


PROJECT DESCRIPTION:                                                                                       DEPARTMENT CONTRACT NO.:                                                                               FINANCIAL MANAGEMENT NO.:                                                       

In accordance with the Terms and Conditions of the Public Transportation Grant Agreement, the undersigned certifies that all work which originally required certification by a Professional Engineer has been completed in compliance with the Project construction plans and specifications. If any deviations have been made from the approved plans, a list of all deviations, along with an explanation that justifies the reason to accept each deviation, will be attached to this Certification. Also, with submittal of this certification, the Agency shall furnish the Department a set of "as-built" plans for construction on the Department's Right of Way certified by the Engineer of Record/CE I.


By:                                                                                                                             I   P.E.

SEAL: Name:                                             Date:                                         


STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS

Form 725-000-02 STRATEGIC DEVELOPMENT

OGC 07/22


EXHIBIT D AGENCY RESOLUTION


PLEASE SEE ATTACHED


STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS

Form 725-000-02 STRATEGIC DEVELOPMENT

OGC 06/19


EXHIBIT E

PROGRAM SPECIFIC TERMS AND CONDITIONS - INTERMODAL ACCESS

The Program Specific Terms and Conditions - lntermodal Access, are to be used for capacity projects only, such as: intermodal studies (feasibility, preliminary design and engineering); fixed guide-way systems; capacity road and capacity rail projects that are designed to terminate at major modal facilities (airports, seaports, railroad and transit terminals, etc.); intermodal and multi-modal transportation terminals; development of dedicated bus lanes; or public projects that otherwise facilitate the intermodal movement of people and goods.

  1. General.

    1. These assurances shall form an integral part of the Agreement between the Department and the Agency.

    2. These assurances delineate the obligations of the parties to this Agreement to ensure their commitment and compliance with specific provisions of Exhibit "A", Project Description and Responsibilities and Exhibit "B", Schedule of Financial Assistance as well as serving to protect public investment in the intermodal system.

    3. The Agency shall comply with the assurances as specified in this Agreement.


  2. Required Documents. The documents listed below, as applicable, are required to be submitted to the Department by the Agency in accordance with the terms of this Agreement:

    1. Quarterly Progress Reports provided within thirty (30) days of the end of each calendar year quarter, if requested by the Department.

    2. Electronic invoice summaries and backup information, including a progress report must be submitted to the District Office when requesting payment.

    3. All proposals, plans, specifications, and third party contracts covering the Project.


  3. Duration of Terms and Assurances.

    1. The terms and assurances of this Agreement shall remain in full force and effect throughout the useful life of a facility developed; equipment acquired; or Project items installed within a facility, but shall not exceed 20 years from the effective date of this Agreement.

    2. There shall be no limit on the duration of the terms and assurances of this Agreement with respect to real property acquired with funds provided by the State of Florida.


  4. Compliance with Laws and Rules. The Agency hereby certifies, with respect to this Project, it will comply, within its authority, with all applicable, current laws and rules of the State of Florida and local governments, which may apply to the Project. Including but not limited to the following (current version of each):

    1. Florida Statutes (F.S.)

    2. Local Government Requirements

      1. Local Zoning/Land Use Ordinance

      2. Local Comprehensive Plan


  5. Construction Certification. The Agency hereby certifies, with respect to a construction-related project, that all design plans and specifications will comply with applicable federal, state, local, and professional standards, including but not limited to the following:

    1. Federal Requirements

    2. Local Government Requirements

      1. Local Building Codes

      2. Local Zoning Codes

    3. Department Requirements

      1. Manual of Uniform Minimum Standards for Design, Construction and Maintenance for Streets and Highways (commonly referred to as the "Florida Green Book")

      2. Manual on Uniform Traffic Control Devices


  6. Consistency with Local Government Plans.

    1. The Agency assures the Project is consistent with the currently existing and planned future land use development plans approved by the local government having jurisdictional responsibility.


      STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

      PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS

      Form 725-000-02 STRATEGIC DEVELOPMENT

      OGC 06/19


    2. The Agency assures that it has given fair consideration to the interest of local communities and has had reasonable consultation with those parties affected by the Project.

    3. The Agency assures that the Comprehensive Master Plan, if applicable, is incorporated as part of the approved local government comprehensive plan as required by Chapter 163, F.S.


  7. Land Acquisition Projects. For the purchase of real property, the Agency assures that it will:

    1. Acquire the land in accordance with federal and state laws governing such action.

    2. Maintain direct control of Project administration, including:

      1. Maintain responsibility for all related contract letting and administrative procedures.

      2. Secure written Department approval to execute each agreement for the purchase of real property with any third party.

      3. Ensure a qualified, State certified general appraiser provides all necessary services and documentation.

      4. Furnish the Department with a projected schedule of events and a cash flow projection within 20 calendar days after completion of the review appraisal.

      5. Establish a Project account for the purchase of the land.

      6. Collect and disburse federal, state, and local Project funds.

    3. The Agency assures that it shall use the land for intermodal purposes in accordance with the terms and assurances of this Agreement within 10 years of acquisition.


  8. Preserving Rights, Powers and Interest.

    1. The Agency will not take or permit any action that would operate to deprive it of any of the rights and powers necessary to perform any or all of the terms and assurances of this Agreement without the written approval of the Department. Further, it will act promptly to acquire, extinguish, or modify, in a manner acceptable to the Department, any outstanding rights or claims of right of others which would interfere with such performance by the Agency.

    2. If an arrangement is made for management and operation of the funded facility or equipment by any entity or person other than the Agency, the Agency will reserve sufficient rights and authority to ensure that the funded facility or equipment will be operated and maintained in accordance with the terms and assurances of this Agreement.

    3. The Agency will not sell or otherwise transfer or dispose of any part of its title or other interests in the funded facility or equipment without prior written approval by the Department. This assurance shall not limit the Agency's right to lease intermodal property, facilities or equipment for intermodal-compatible purposes in the regular course of business.


  9. Third Party Contracts. The Department reserves the right to approve third party contracts, except that written approval is hereby granted for:

    1. Execution of contracts for materials from a valid state or intergovernmental contract. Such materials must be included in the Department approved Project scope and/or quantities.

    2. Other contracts less than $5,000.00 excluding engineering consultant services and construction contracts. Such services and/or materials must be included in the Department approved Project scope and/or quantities.

    3. Construction change orders less than $5,000.00. Change orders must be fully executed prior to performance of work.

    4. Contracts, purchase orders, and construction change orders (excluding engineering consultant services) up to the threshold limits of Category Three. Such contracts must be for services and/or materials included in the Department approved Project scope and/or quantities. Purchasing Categories and Thresholds are defined in Section 287.017, F.S., and Chapter 60, Florida Administrative Code. The threshold limits are adjusted periodically for inflation, and it shall be the sole responsibility of the Agency to ensure that any obligations made in accordance with this Agreement section comply with the current threshold limits. Obligations made in excess of the appropriate limits shall be cause for Department non­ participation.

    5. In all cases, the Agency shall include a copy of the executed contract or other agreement with the backup documentation of the invoice for reimbursement of costs associated with the contract.

-- End of Exhibit E -


STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS

Form 725-000-02 STRATEGIC DEVELOPMENT

OGC 07/22


EXHIBIT F


Contract Payment Requirements

Florida Department of Financial Services, Reference Guide for State Expenditures

Cost Reimbursement Contracts


Invoices for cost reimbursement contracts must be supported by an itemized listing of expenditures by category (salary, travel, expenses, etc.). Supporting documentation shall be submitted for each amount for which reimbursement is being claimed indicating that the item has been paid. Documentation for each amount for which reimbursement is being claimed must indicate that the item has been paid. Check numbers may be provided in lieu of copies of actual checks. Each piece of documentation should clearly reflect the dates of service. Only expenditures for categories in the approved agreement budget may be reimbursed. These expenditures must be allowable (pursuant to law) and directly related to the services being provided.


Listed below are types and examples of supporting documentation for cost reimbursement agreements:


  1. Salaries: A payroll register or similar documentation should be submitted. The payroll register should show gross salary charges, fringe benefits, other deductions and net pay. If an individual for whom reimbursement is being claimed is paid by the hour, a document reflecting the hours worked times the rate of pay will be acceptable.


  2. Fringe Benefits: Fringe Benefits should be supported by invoices showing the amount paid on behalf of the employee (e.g., insurance premiums paid). If the contract specifically states that fringe benefits will be based on a specified percentage rather than the actual cost of fringe benefits, then the calculation for the fringe benefits amount must be shown.


    Exception: Governmental entities are not required to provide check numbers or copies of checks for fringe benefits.


  3. Travel: Reimbursement for travel must be in accordance with Section 112.061, Florida Statutes, which includes submission of the claim on the approved State travel voucher or electronic means.


  4. Other direct costs: Reimbursement will be made based on paid invoices/receipts. If nonexpendable property is purchased using State funds, the contract should include a provision for the transfer of the property to the State when services are terminated. Documentation must be provided to show compliance with Department of Management Services Rule 60A-1.017, Florida Administrative Code, regarding the requirements for contracts which include services and that provide for the contractor to purchase tangible personal property as defined in Section 273.02, Florida Statutes, for subsequent transfer to the State.


  5. In-house charges: Charges which may be of an internal nature (e.g., postage, copies, etc.) may be reimbursed on a usage log which shows the units times the rate being charged. The rates must be reasonable.


  6. Indirect costs: If the contract specifies that indirect costs will be paid based on a specified rate, then the calculation should be shown.


Contracts between state agencies, and/or contracts between universities may submit alternative documentation to substantiate the reimbursement request that may be in the form of FLAIR reports or other detailed reports.


The Florida Department of Financial Services, online Reference Guide for State Expenditures can be found at this web address https://www.myfloridacfo.com/Division/AA/Manuals/documents/ReferenceGuideforStateExpenditures.pdf.


STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS

Form 725-000-02 STRATEGIC DEVELOPMENT

OGC 07/22


EXHIBIT G


AUDIT REQUIREMENTS FOR AWARDS OF STATE FINANCIAL ASSISTANCE


THE STATE RESOURCES AWARDED PURSUANT TO THIS AGREEMENT CONSIST OF THE FOLLOWING: SUBJECT TO SECTION 215.97, FLORIDA STATUTES:-

Awarding Agency: State Project Title: CSFA Number:

*Award Amount:

Florida Department of Transportation lntermodal Program

55.014

$2,147,650


*The award amount may change with amendments


Specific project information for CSFA Number 55.014 is provided at: https://apps.fldfs.com/fsaa/searchCatalog.aspx


COMPLIANCE REQUIREMENTS APPLICABLE TO STATE RESOURCES AWARDED PURSUANT TO THIS AGREEMENT:


State Project Compliance Requirements https://apps.fldfs.com/fsaa/searchCompliance.aspx

for CSFA Number 55.014 are provided at:


The State Projects Compliance Supplement is provided at: https://apps.fldfs.com/fsaa/compliance.aspx


To: Amanda.Tyner@dot.state.fl.us


FLORIDA DEPARTMENT OF TRANSPORTATION FUNDS APPROVAL

G3199 8/27/2024

CONTRACT INFORMATION


Contract:

G3199

Contract Type:

GD - GRANT DISBURSEMENT (GRANT)

Method of Procurement:

G - GOVERMENTAL AGENCY (287.057,F.S.)

Vendor Name:

COUNTY OF MANATEE

Vendor ID:

F596000727160

Beginning Date of This Agreement:

08/26/2024

Ending Date of This Agreement:

04/30/2029

Contract Total/Budgetary Ceiling:

ct= $2,147,650.00

Description:

SeaPort Container Yard Phase 3


FUNDS APPROVAL INFORMATION

FUNDS APPROVED/REVIEWED FOR JASON ADANK, CPA, COMPTROLLER ON 8/27/2024


Action:

Original

Reviewed or Approved:

APPROVED

Organization Code:

55012020129

Expansion Option:

A3

Object Code:

751000

Amount:

$2,147,650.00

Financial Project:

44425119403

Work Activity (FCT):

215

CFDA:


Fiscal Year:

2025

Budget Entity:

55100100

Category/Category Year:

088809/25

Amendment ID:

0001

Sequence:

00

User Assigned ID:


Enc Line (6s)/Status:

0001/04


Total Amount: $2,147,650.00


Page1 of 1


Tyner, Amanda


From: Sent: To:

Cc:

Subject:

Melton, Ashley on behalf of D1 WPAUTH Friday, August 23, 2024 7:33 AM

Tyner, Amanda; D1 WPAUTH Simmons, Paul

RE: FPN 444251-1-94-03


Enter into CFM 8/27/2024. Thanks!


Ashley Melton

Federal Aid Program Coordinator District One Program Management Florida Department of Transportation Office: (863) 519-2549


From: Tyner, Amanda <Amanda.Tyner@dot.state.fl.us>

Sent: Thursday, August 22, 2024 8:44 AM

To: D1 WPAUTH <Dl.WPAUTH@dot.state.fl.us> Cc: Simmons, Paul <Paul.Simmons@dot.state.fl.us> Subject: FPN 444251-1-94-03


Good morning,


Please authorize the following funds:


FPN:

Fiscal Year: Fund: Program: Amount:

444251-1-94-03

2025

DOR

11

$2,147,650


These funds are associated with the PTGA agreement to support SeaPort Manatee's next phase of container yard improvements.


Thanks,


A VltlCf 1/\,dCf L. Ttj 1/\,er, MPA, MPE

District Freight & Seaport Coordinator FOOT - District One, ISO Office

(0) 863.519.2913 I (C) 863.991.5020

Email: amanda.tyner@dot.state.fl.us



*Confidentiality Notice: This e-mail communication and any attachments may contain confidential and privileged information for the use of the designated recipients named above. Any unauthorized review, use, disclosure, or distribution is prohibited. If you are not the intended recipient, please contact the sender by reply email and delete the original message and destroy all copies.

October 17, 2024


CONSENT

AGENDA ITEM 3.E: PUBLIC TRANSPORTATION GRANT

AGREEMENT – BERTH REHAB


BACKGROUND:


The Florida Department of Transportation (FDOT) has agreed to participation in the funding of $16,250,000 for berth rehabilitation and has provided the attached Public Transportation Grant Agreement (PTGA). As a condition of the grant, the Port is obligated to contribute 25% (or $5,416,667), bringing the total project costs to $21,666,667. To enter into the agreement, FDOT requires that the Port Authority adopt a resolution specifically approving the PTGA and authorizing the execution of the PTGA on behalf of the Port Authority by specifically designated officials.


ATTACHMENT:


Resolution PA-24-23 and the State of Florida Department of Transportation Public Transportation Grant Agreement


COST AND FUNDING SOURCE:


FDOT funding of $16,250,000 and $5,416,667 Port


CONSEQUENCES IF DEFERRED:


Delay in execution of the PTGA

LEGAL COUNSEL REVIEW: Yes RECOMMENDATION:


Move to adopt Resolution PA-24-23 authorizing the execution of the Public Transportation Grant Agreement with the Florida Department of Transportation for the berth rehabilitation project.

Financial Project Number

433457-1-94-09

Contract Number G3200


PA-24-23


A RESOLUTION BY THE MANATEE COUNTY PORT AUTHORITY APPROVING AND AUTHORIZING THE EXECUTION OF THE PUBLIC TRANSPORTATION GRANT AGREEMENT WITH THE FLORIDA DEPARTMENT OF TRANSPORTATION


WHEREAS, the State of Florida Department of Transportation (Department) has offered to enter into a Public Transportation Grant Agreement with the Manatee County Port Authority (Port Authority) to provide Department participation in the berth rehabilitation project, and


WHEREAS, the Port Authority has the authority to enter into said Public Transportation Grant Agreement with the Department, and it is expedient and in the best interests of this Port Authority to approve and authorize the execution of the Public Transportation Grant Agreement.


NOW THEREFORE BE IT RESOLVED by the Manatee County Port Authority

that:


  1. The State of Florida Department of Transportation Public Transportation Grant Agreement, identified as State Grant Number G3200 wherein the Department agrees to a maximum participation in the amount of $16,250,000 is approved. The Chairman of the Port Authority, or, in the absence of the Chairman, any Vice Chairman of the Port Authority, is authorized to execute the Public Transportation Agreement on behalf of the Port Authority.


  2. The Executive Director, or his authorized representative, is specifically authorized to enter into and execute any amendment or supplement to the Public Transportation Grant Agreement(s) (PTGA) for the limited purposes of scope changes, funding adjustments which do not require additional matching funds from the Authority, contract duration revisions, as well as Assurances, Certifications and other documents as may be required to support this project.


  3. The Clerk of the Circuit Court of Manatee County, Florida, is authorized to cause two copies of this resolution to be certified for delivery to the Florida Department of Transportation.

ADOPTED with a quorum present and voting this the 17th day of October, 2024. ATTEST: ANGELINA M. COLONNESO MANATEE COUNTY PORT

CLERK OF CIRCUIT COURT AUTHORITY


By:                           

Chairman


STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

PUBLIC TRANSPORTATION GRANT AGREEMENT

Form 725-000-01 STRATEGIC DEVELOPMENT

OGC 07/22


Financial Project Number(s):

(item-segment-phase-sequence)

433457-1-94-09

Fund(s):

Work Activity Code/Function:

PORT, DIS, DPTO, GMR FLAIR Category:

215 Object Code:

088794

751000


Contract Number: CFDA Number: CFDA Title: CSFA Number:


G3200

N/A N/A 55.005

Federal Number/Federal Award Identification Number (FAIN) - Transit only: Federal Award Date:

Agency SAM/UEI Number:


Org. Code: Vendor Number:



55012020129

VF596000727160

CSFA Title: Seaport Grant Program


THIS PUBLIC TRANSPORTATION GRANT AGREEMENT ("Agreement") is entered into

                                             _, by and between the State of Florida, Department of Transportation, ("Department"), and Manatee  County  Port Authority, ("Agency"). The Department and the Agency are sometimes referred to in this Agreement as a "Party" and collectively as the "Parties."


NOW, THEREFORE, in consideration of the mutual benefits to be derived from joint participation on the Project, the Parties agree to the following:


  1. Authority. The Agency, by Resolution or other form of official authorization, a copy of which is attached as Exhibit "D", Agency Resolution and made a part of this Agreement, has authorized its officers to execute this Agreement on its behalf. The Department has the authority pursuant to Section(s) 311, Florida Statutes, to enter into this Agreement.


  2. Purpose of Agreement. The purpose of this Agreement is to provide for the Department's participation in SeaPort Manatee's Berth Rehabilitation initiative, as further described in Exhibit "A", Project Description and Responsibilities, attached and incorporated into this Agreement ("Project"), to provide Department financial assistance to the Agency, state the terms and conditions upon which Department funds will be provided, and to set forth the manner in which the Project will be undertaken and completed.


  3. Program Area. For identification purposes only, this Agreement is implemented as part of the Department program area selected below (select all programs that apply):


    Aviation

    X Seaports Transit lntermodal

    Rail Crossing Closure

    Match to Direct Federal Funding (Aviation or Transit)

    (Note: Section 15 and Exhibit G do not apply to federally matched funding)

    Other

  4. Exhibits. The following Exhibits are attached and incorporated into this Agreement:

    X Exhibit A: Project Description and Responsibilities

    X Exhibit B: Schedule of Financial Assistance

    *Exhibit B1: Deferred Reimbursement Financial Provisions

    *Exhibit B2: Advance Payment Financial Provisions

    *Exhibit B3: Alternative Advanced Pay (Transit Bus Program)

    X *Exhibit C: Terms and Conditions of Construction

    X Exhibit D: Agency Resolution

    X Exhibit E: Program Specific Terms and Conditions

    X Exhibit F: Contract Payment Requirements

    X *Exhibit G: Audit Requirements for Awards of State Financial Assistance


    STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

    PUBLIC TRANSPORTATION GRANT AGREEMENT

    Form 725-000-01 STRATEGIC DEVELOPMENT

    OGC 07/22

    *Exhibit H: Audit Requirements for Awards of Federal Financial Assistance

    *Exhibit I: Certification of Disbursement of Payment to Vehicle and/or Equipment Vendor

    *Additional Exhibit(s):


    *Indicates that the Exhibit is only attached and incorporated if applicable box is selected.


  5. Time. Unless specified otherwise, all references to "days" within this Agreement refer to calendar days.


  6. Term of Agreement. This Agreement shall commence upon full execution by both Parties ("Effective Date") and continue through April 30, 2029. If the Agency does not complete the Project within this time period, this Agreement will expire unless an extension of the time period is requested by the Agency and granted in writing by the Department prior to the expiration of this Agreement. Expiration of this Agreement will be considered termination of the Project. The cost of any work performed prior to the Effective Date or after the expiration date of this Agreement will not be reimbursed by the Department.

    1. _ If this box is checked the following provision applies:

      Unless terminated earlier, work on the Project shall commence no later than the _ day of_, or within _ days of the issuance of the Notice to Proceed for the construction phase of the Project (if the Project involves construction), whichever date is earlier. The Department shall have the option to immediately terminate this Agreement should the Agency fail to meet the above-required dates.


  7. Amendments, Extensions, and Assignment. This Agreement may be amended or extended upon mutual written agreement of the Parties. This Agreement shall not be renewed. This Agreement shall not be assigned, transferred, or otherwise encumbered by the Agency under any circumstances without the prior written consent of the Department.


  8. Termination or Suspension of Project. The Department may, by written notice to the Agency, suspend any or all of the Department's obligations under this Agreement for the Agency's failure to comply with applicable law or the terms of this Agreement until such time as the event or condition resulting in such suspension has ceased or been corrected.

    1. Notwithstanding any other provision of this Agreement, if the Department intends to terminate the Agreement, the Department shall notify the Agency of such termination in writing at least thirty (30) days prior to the termination of the Agreement, with instructions to the effective date of termination or specify the stage of work at which the Agreement is to be terminated.

    2. The Parties to this Agreement may terminate this Agreement when its continuation would not produce beneficial results commensurate with the further expenditure of funds. In this event, the Parties shall agree upon the termination conditions.


    3. If the Agreement is terminated before performance is completed, the Agency shall be paid only for that work satisfactorily performed for which costs can be substantiated. Such payment, however, may not exceed the equivalent percentage of the Department's maximum financial assistance. If any portion of the Project is located on the Department's right-of-way, then all work in progress on the Department right-of-way will become the property of the Department and will be turned over promptly by the Agency.


    4. In the event the Agency fails to perform or honor the requirements and provisions of this Agreement, the Agency shall promptly refund in full to the Department within thirty (30) days of the termination of the Agreement any funds that were determined by the Department to have been expended in violation of the Agreement.


    5. The Department reserves the right to unilaterally cancel this Agreement for failure by the Agency to comply with the Public Records provisions of Chapter 119, Florida Statutes.


      STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

      PUBLIC TRANSPORTATION GRANT AGREEMENT

      Form 725-000-01 STRATEGIC DEVELOPMENT

      OGC 07/22


  9. Project Cost:


    1. The estimated total cost of the Project is  $21,666,667. This amount is based upon Exhibit "B", Schedule of Financial Assistance. The timeline for deliverables and distribution of estimated amounts between deliverables within a grant phase, as outlined in Exhibit "B", Schedule of Financial Assistance, may be modified by mutual written agreement of the Parties and does not require execution of an Amendment to the Public Transportation Grant Agreement. The timeline for deliverables and distribution of estimated amounts between grant phases requires an amendment executed by both Parties in the same form as this Agreement.


    2. The Department agrees to participate in the Project cost up to the maximum amount of

      $16,250,000 and, the Department's participation in the Project shall not exceed 75.00% of the total eligible cost of the Project and as more fully described in Exhibit "B", Schedule of Financial Assistance. The Agency agrees to bear all expenses in excess of the amount of the Department's participation and any cost overruns or deficits involved.


  10. Compensation and Payment:

    1. Eligible Cost. The Department shall reimburse the Agency for allowable costs incurred as described in Exhibit "A", Project Description and Responsibilities, and as set forth in Exhibit "B", Schedule of Financial Assistance.


    2. Deliverables. The Agency shall provide quantifiable, measurable, and verifiable units of deliverables. Each deliverable must specify the required minimum level of service to be performed and the criteria for evaluating successful completion. The Project and the quantifiable, measurable, and verifiable units of deliverables are described more fully in Exhibit "A", Project Description and Responsibilities. Modifications to the deliverables in Exhibit "A", Project Description and Responsibilities requires a formal written amendment.

    3. Invoicing. Invoices shall be submitted no more often than monthly by the Agency in detail sufficient for a proper pre-audit and post-audit, based on the quantifiable, measurable, and verifiable deliverables as established in Exhibit "A", Project Description and Responsibilities. Deliverables and costs incurred must be received and approved by the Department prior to reimbursement. Requests for reimbursement by the Agency shall include an invoice, progress report, and supporting documentation for the deliverables being billed that are acceptable to the Department. The Agency shall use the format for the invoice and progress report that is approved by the Department.


    4. Supporting Documentation. Supporting documentation must establish that the deliverables were received and accepted in writing by the Agency and must also establish that the required minimum standards or level of service to be performed based on the criteria for evaluating successful completion as specified in Exhibit "A", Project Description and Responsibilities has been met. All costs invoiced shall be supported by properly executed payrolls, time records, invoices, contracts, or vouchers evidencing in proper detail the nature and propriety of charges as described in Exhibit "F", Contract Payment Requirements.


    5. Travel Expenses. The selected provision below is controlling regarding travel expenses:

      X Travel expenses are NOT eligible for reimbursement under this Agreement.

      Travel expenses ARE eligible for reimbursement under this Agreement. Bills for travel expenses specifically authorized in this Agreement shall be submitted on the Department's Contractor Travel Form No. 300-000-06 and will be paid in accordance with Section 112.061,


      STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

      PUBLIC TRANSPORTATION GRANT AGREEMENT

      Form 725-000-01 STRATEGIC DEVELOPMENT

      OGC 07/22

      Florida Statutes, and the most current version of the Department's Disbursement Handbook for Employees and Managers.


    6. Financial Consequences. Payment shall be made only after receipt and approval of deliverables and costs incurred unless advance payments are authorized by the Chief Financial Officer of the State of Florida under Chapters 215 and 216, Florida Statutes, or the Department's Comptroller under Section 334.044(29), Florida Statutes. If the Department determines that the performance of the Agency is unsatisfactory, the Department shall notify the Agency of the deficiency to be corrected, which correction shall be made within a time­ frame to be specified by the Department. The Agency shall, within thirty (30) days after notice from the Department, provide the Department with a corrective action plan describing how the Agency will address all issues of contract non-performance, unacceptable performance, failure to meet the minimum performance levels, deliverable deficiencies, or contract non­ compliance. If the corrective action plan is unacceptable to the Department, the Agency will not be reimbursed. If the deficiency is subsequently resolved, the Agency may bill the Department for the amount that was previously not reimbursed during the next billing period. If the Agency is unable to resolve the deficiency, the funds shall be forfeited at the end of the Agreement's term.


    7. Invoice Processing. An Agency receiving financial assistance from the Department should be aware of the following time frames. Inspection or verification and approval of deliverables shall take no longer than 20 days from the Department's receipt of the invoice. The Department has 20 days to deliver a request for payment (voucher) to the Department of Financial Services. The 20 days are measured from the latter of the date the invoice is received or the deliverables are received, inspected or verified, and approved.

      If a payment is not available within 40 days, a separate interest penalty at a rate as established pursuant to Section 55.03(1), Florida Statutes, will be due and payable, in addition to the invoice amount, to the Agency. Interest penalties of less than one (1) dollar will not be enforced unless the Agency requests payment. Invoices that have to be returned to an Agency because of Agency preparation errors will result in a delay in the payment. The invoice payment requirements do not start until a properly completed invoice is provided to the Department.


      A Vendor Ombudsman has been established within the Department of Financial Services. The duties of this individual include acting as an advocate for Agency who may be experiencing problems in obtaining timely payment(s) from a state agency. The Vendor Ombudsman may be contacted at (850) 413-5516.


    8. Records Retention. The Agency shall maintain an accounting system or separate accounts to ensure funds and projects are tracked separately. Records of costs incurred under the terms of this Agreement shall be maintained and made available upon request to the Department at all times during the period of this Agreement and for five years after final payment is made. Copies of these records shall be furnished to the Department upon request. Records of costs incurred include the Agency's general accounting records and the Project records, together with supporting documents and records, of the Contractor and all subcontractors performing work on the Project, and all other records of the Contractor and subcontractors considered necessary by the Department for a proper audit of costs.


    9. Progress Reports. Upon request, the Agency agrees to provide progress reports to the Department in the standard format used by the Department and at intervals established by the Department. The Department will be entitled at all times to be advised, at its request, as to the status of the Project and of details thereof.


    10. Submission of Other Documents. The Agency shall submit to the Department such data, reports, records, contracts, and other documents relating to the Project as the Department


      STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

      PUBLIC TRANSPORTATION GRANT AGREEMENT

      Form 725-000-01 STRATEGIC DEVELOPMENT

      OGC 07/22

      may require as listed in Exhibit "E", Program Specific Terms and Conditions attached to and incorporated into this Agreement.


    11. Offsets for Claims. If, after Project completion, any claim is made by the Department resulting from an audit or for work or services performed pursuant to this Agreement, the Department may offset such amount from payments due for work or services done under any agreement that it has with the Agency owing such amount if, upon written demand, payment of the amount is not made within 60 days to the Department. Offsetting any amount pursuant to this paragraph shall not be considered a breach of contract by the Department.


      1. Final Invoice. The Agency must submit the final invoice on the Project to the Department within 120 days after the completion of the Project. Invoices submitted after the 120-day time period may not be paid.


        1. Department's Performance and Payment Contingent Upon Annual Appropriation by the Legislature. The Department's performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Legislature. If the Department's funding for this Project is in multiple fiscal years, a notice of availability of funds from the Department's project manager must be received prior to costs being incurred by the Agency. See Exhibit "B", Schedule of Financial Assistance for funding levels by fiscal year. Project costs utilizing any fiscal year funds are not eligible for reimbursement if incurred prior to funds approval being received. The Department will notify the Agency, in writing, when funds are available.


        2. Limits on Contracts Exceeding $25,000 and Term more than 1 Year. In the event this Agreement is in excess of $25,000 and has a term for a period of more than one year, the provisions of Section 339.135(6)(a), Florida Statutes, are hereby incorporated:


          "The Department, during any fiscal year, shall not expend money, incur any liability, or enter into any contract which, by its terms, involves the expenditure of money in excess of the amounts budgeted as available for expenditure during such fiscal year. Any contract, verbal or written, made in violation of this subsection is null and void, and no money may be paid on such contract. The Department shall require a statement from the comptroller of the Department that funds are available prior to entering into any such contract or other binding commitment of funds. Nothing herein contained shall prevent the making of contracts for periods exceeding 1 year, but any contract so made shall be executory only for the value of the services to be rendered or agreed to be paid for in succeeding fiscal years; and this paragraph shall be incorporated verbatim in all contracts of the Department which are for an amount in excess of $25,000 and which have a term for a period of more than 1 year."


        3. Agency Obligation to Refund Department. Any Project funds made available by the Department pursuant to this Agreement that are determined by the Department to have been expended by the Agency in violation of this Agreement or any other applicable law or regulation shall be promptly refunded in full to the Department. Acceptance by the Department of any documentation or certifications, mandatory or otherwise permitted, that the Agency files shall not constitute a waiver of the Department's rights as the funding agency to verify all information at a later date by audit or investigation.

        4. Non-Eligible Costs. In determining the amount of the payment, the Department will exclude all Project costs incurred by the Agency prior to the execution of this Agreement, costs incurred after the expiration of the Agreement, costs that are not provided for in Exhibit "A", Project Description and Responsibilities, and as set forth in Exhibit "B", Schedule of Financial Assistance, costs agreed to be borne by the Agency or its contractors and subcontractors for


        STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

        PUBLIC TRANSPORTATION GRANT AGREEMENT

        Form 725-000-01 STRATEGIC DEVELOPMENT

        OGC 07/22

        not meeting the Project commencement and final invoice time lines, and costs attributable to goods or services received under a contract or other arrangement that has not been approved in writing by the Department. Specific unallowable costs may be listed in Exhibit "A", Project Description and Responsibilities.


  11. General Requirements. The Agency shall complete the Project with all practical dispatch in a sound, economical, and efficient manner, and in accordance with the provisions in this Agreement and all applicable laws.


    1. Necessary Permits Certification. The Agency shall certify to the Department that the Agency's design consultant and/or construction contractor has secured the necessary permits.


    2. Right-of-Way Certification. If the Project involves construction, then the Agency shall provide to the Department certification and a copy of appropriate documentation substantiating that all required right-of-way necessary for the Project has been obtained. Certification is required prior to authorization for advertisement for or solicitation of bids for construction of the Project, even if no right-of-way is required.


    3. Notification Requirements When Performing Construction on Department's Right-of­ Way. In the event the cost of the Project is greater than $250,000.00, and the Project involves construction on the Department's right-of-way, the Agency shall provide the Department with written notification of either its intent to:

      1. Require the construction work of the Project that is on the Department's right-of-way to be performed by a Department prequalified contractor, or


      2. Construct the Project utilizing existing Agency employees, if the Agency can complete said Project within the time frame set forth in this Agreement.


    4. _ If this box is checked, then the Agency is permitted to utilize its own forces and the following provision applies: Use of Agency Workforce. In the event the Agency proceeds with any phase of the Project utilizing its own forces, the Agency will only be reimbursed for direct costs (this excludes general overhead).


    5. If this box is checked, then the Agency is permitted to utilize Indirect Costs: Reimbursement for Indirect Program Expenses (select one):


      1. _ Agency has selected to seek reimbursement from the Department for actual indirect expenses (no rate).


      2. _ Agency has selected to apply a de minimus rate of 10% to modified total direct costs. Note: The de minimus rate is available only to entities that have never had a negotiated indirect cost rate. When selected, the de minimus rate must be used consistently for all federal awards until such time the agency chooses to negotiate a rate. A cost policy statement and de minimis certification form must be submitted to the Department for review and approval.


      3. _ Agency has selected to apply a state or federally approved indirect cost rate. A federally approved rate agreement or indirect cost allocation plan (ICAP) must be submitted annually.


    6. Agency Compliance with Laws, Rules, and Regulations, Guidelines, and Standards. The Agency shall comply and require its contractors and subcontractors to comply with all terms and conditions of this Agreement and all federal, state, and local laws and regulations applicable to this Project.


      STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

      PUBLIC TRANSPORTATION GRANT AGREEMENT

      Form 725-000-01 STRATEGIC DEVELOPMENT

      OGC 07/22

    7. Claims and Requests for Additional Work. The Agency shall have the sole responsibility for resolving claims and requests for additional work for the Project. The Agency will make best efforts to obtain the Department's input in its decisions. The Department is not obligated to reimburse for claims or requests for additional work.


  12. Contracts of the Agency:


    1. Approval of Third Party Contracts. The Department specifically reserves the right to review and approve any and all third party contracts with respect to the Project before the Agency executes or obligates itself in any manner requiring the disbursement of Department funds, including consultant and purchase of commodities contracts, or amendments thereto. If the Department chooses to review and approve third party contracts for this Project and the Agency fails to obtain such approval, that shall be sufficient cause for nonpayment by the Department. The Department specifically reserves unto itself the right to review the qualifications of any consultant or contractor and to approve or disapprove the employment of the same. If Federal Transit Administration (FTA) funds are used in the Project, the Department must exercise the right to third party contract review.


    2. Procurement of Commodities or Contractual Services. It is understood and agreed by the Parties hereto that participation by the Department in a project with the Agency, where said project involves the purchase of commodities or contractual services where purchases or costs exceed the Threshold Amount for CATEGORY TWO per Section 287.017, Florida Statutes, is contingent on the Agency complying in full with the provisions of Section 287.057, Florida Statutes. The Agency's Authorized Official shall certify to the Department that the Agency's purchase of commodities or contractual services has been accomplished in compliance with Section 287.057, Florida Statutes. It shall be the sole responsibility of the Agency to ensure that any obligations made in accordance with this Section comply with the current threshold limits. Contracts, purchase orders, task orders, construction change orders, or any other agreement that would result in exceeding the current budget contained in Exhibit "B", Schedule of Financial Assistance, or that is not consistent with the Project description and scope of services contained in Exhibit "A", Project Description and Responsibilities must be approved by the Department prior to Agency execution. Failure to obtain such approval, and subsequent execution of an amendment to the Agreement if required, shall be sufficient cause for nonpayment by the Department, in accordance with this Agreement.


    3. Consultants' Competitive Negotiation Act. It is understood and agreed by the Parties to this Agreement that participation by the Department in a project with the Agency, where said project involves a consultant contract for professional services, is contingent on the Agency's full compliance with provisions of Section 287.055, Florida Statutes, Consultants' Competitive Negotiation Act. In all cases, the Agency's Authorized Official shall certify to the Department that selection has been accomplished in compliance with the Consultants' Competitive Negotiation Act.


    4. Disadvantaged Business Enterprise (DBE) Policy and Obligation. It is the policy of the Department that DBEs, as defined in 49 C.F.R. Part 26, as amended, shall have the opportunity to participate in the performance of contracts financed in whole or in part with Department funds under this Agreement. The DBE requirements of applicable federal and state laws and regulations apply to this Agreement. The Agency and its contractors agree to ensure that DBEs have the opportunity to participate in the performance of this Agreement. In this regard, all recipients and contractors shall take all necessary and reasonable steps in accordance with applicable federal and state laws and regulations to ensure that the DBEs have the opportunity to compete for and perform contracts. The Agency and its contractors and subcontractors shall not discriminate on the basis of race, color, national origin or sex in the award and performance of contracts, entered pursuant to this Agreement.


      STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

      PUBLIC TRANSPORTATION GRANT AGREEMENT

      Form 725-000-01 STRATEGIC DEVELOPMENT

      OGC 07/22


  13. Maintenance Obligations. In the event the Project includes construction or the acquisition of commodities then the following provisions are incorporated into this Agreement:

    1. The Agency agrees to accept all future maintenance and other attendant costs occurring after completion of the Project for all improvements constructed or commodities acquired as part of the Project. The terms of this provision shall survive the termination of this Agreement.


  14. Sale, Transfer, or Disposal of Department-funded Property:

    1. The Agency will not sell or otherwise transfer or dispose of any part of its title or other interests in real property, facilities, or equipment funded in any part by the Department under this Agreement without prior written approval by the Department.


    2. If a sale, transfer, or disposal by the Agency of all or a portion of Department-funded real property, facilities, or equipment is approved by the Department, the following provisions will apply:


      1. The Agency shall reimburse the Department a proportional amount of the proceeds of the sale of any Department-funded property.


      2. The proportional amount shall be determined on the basis of the ratio of the Department funding of the development or acquisition of the property multiplied against the sale amount, and shall be remitted to the Department within ninety (90) days of closing of sale.


      3. Sale of property developed or acquired with Department funds shall be at market value as determined by appraisal or public bidding process, and the contract and process for sale must be approved in advance by the Department.


      4. If any portion of the proceeds from the sale to the Agency are non-cash considerations, reimbursement to the Department shall include a proportional amount based on the value of the non-cash considerations.

    3. The terms of provisions "a" and "b" above shall survive the termination of this Agreement.


      1. The terms shall remain in full force and effect throughout the useful life of facilities developed, equipment acquired, or Project items installed within a facility, but shall not exceed twenty (20) years from the effective date of this Agreement.


      2. There shall be no limit on the duration of the terms with respect to real property acquired with Department funds.


  15. Single Audit. The administration of Federal or State resources awarded through the Department to the Agency by this Agreement may be subject to audits and/or monitoring by the Department. The following requirements do not limit the authority of the Department to conduct or arrange for the conduct of additional audits or evaluations of Federal awards or State financial assistance or limit the authority of any state agency inspector general, the State of Florida Auditor General, or any other state official. The Agency shall comply with all audit and audit reporting requirements as specified below.


    Federal Funded:

    1. In addition to reviews of audits conducted in accordance with 2 CFR Part 200, Subpart F - Audit Requirements, monitoring procedures may include but not be limited to on-site visits by Department staff and/or other procedures, including reviewing any required performance and financial reports, following up, ensuring corrective action, and issuing management decisions on weaknesses found through audits when those findings pertain to Federal awards provided


      STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

      PUBLIC TRANSPORTATION GRANT AGREEMENT

      Form 725-000-01 STRATEGIC DEVELOPMENT

      OGC 07/22

      through the Department by this Agreement. By entering into this Agreement, the Agency agrees to comply and cooperate fully with any monitoring procedures/processes deemed appropriate by the Department. The Agency further agrees to comply and cooperate with any inspections, reviews, investigations, or audits deemed necessary by the Department, State of Florida Chief Financial Officer (CFO), or State of Florida Auditor General.


    2. The Agency, a non-Federal entity as defined by 2 CFR Part 200, Subpart F - Audit Requirements, as a subrecipient of a Federal award awarded by the Department through this Agreement, is subject to the following requirements:


      1. In the event the Agency expends a total amount of Federal awards equal to or in excess of the threshold established by 2 CFR Part 200, Subpart F - Audit Requirements, the Agency must have a Federal single or program-specific audit conducted for such fiscal year in accordance with the provisions of 2 CFR Part 200, Subpart F - Audit Requirements. Exhibit "H", Audit Requirements for Awards of Federal Financial Assistance, to this Agreement provides the required Federal award identification information needed by the Agency to further comply with the requirements of 2 CFR Part 200, Subpart F - Audit Requirements. In determining Federal awards expended in a fiscal year, the Agency must consider all sources of Federal awards based on when the activity related to the Federal award occurs, including the Federal award provided through the Department by this Agreement. The determination of amounts of Federal awards expended should be in accordance with the guidelines established by 2 CFR Part 200, Subpart F - Audit Requirements. An audit conducted by the State of Florida Auditor General in accordance with the provisions of 2 CFR Part 200, Subpart F - Audit Requirements, will meet the requirements of this part.


      2. In connection with the audit requirements, the Agency shall fulfill the requirements relative to the auditee responsibilities as provided in 2 CFR Part 200, Subpart F - Audit Requirements.

      3. In the event the Agency expends less than the threshold established by 2 CFR Part 200, Subpart F - Audit Requirements, in Federal awards, the Agency is exempt from Federal audit requirements for that fiscal year. However, the Agency must provide a single audit exemption statement to the Department at FDOTSingleAudit@dot.state.fl.us no later than nine months after the end of the Agency's audit period for each applicable audit year. In the event the Agency expends less than the threshold established by 2 CFR Part 200, Subpart F - Audit Requirements, in Federal awards in a fiscal year and elects to have an audit conducted in accordance with the provisions of 2 CFR Part 200, Subpart F - Audit Requirements, the cost of the audit must be paid from non-Federal resources (i.e., the cost of such an audit must be paid from the Agency's resources obtained from other than Federal entities).


      4. The Agency must electronically submit to the Federal Audit Clearinghouse (FAG) at https://harvester.census.gov/facweb/ the audit reporting package as required by 2 CFR Part 200, Subpart F -Audit Requirements, within the earlier of 30 calendar days after receipt of the auditor's report(s) or nine months after the end of the audit period. The FAC is the repository of record for audits required by 2 CFR Part 200, Subpart F

        -Audit Requirements. However, the Department requires a copy of the audit reporting package also be submitted to FDOTSingleAudit@dot.state.fl.us within the earlier of 30 calendar days after receipt of the auditor's report(s) or nine months after the end of the audit period as required by 2 CFR Part 200, Subpart F - Audit Requirements.


      5. Within six months of acceptance of the audit report by the FAG, the Department will review the Agency's audit reporting package, including corrective action plans and


        STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

        PUBLIC TRANSPORTATION GRANT AGREEMENT

        Form 725-000-01 STRATEGIC DEVELOPMENT

        OGC 07/22

        management letters, to the extent necessary to determine whether timely and appropriate action on all deficiencies has been taken pertaining to the Federal award provided through the Department by this Agreement. If the Agency fails to have an audit conducted in accordance with 2 CFR Part 200, Subpart F -Audit Requirements, the Department may impose additional conditions to remedy noncompliance. If the Department determines that noncompliance cannot be remedied by imposing additional conditions, the Department may take appropriate actions to enforce compliance, which actions may include but not be limited to the following:


        1. Temporarily withhold cash payments pending correction of the deficiency by the Agency or more severe enforcement action by the Department;

        2. Disallow (deny both use of funds and any applicable matching credit for) all or part of the cost of the activity or action not in compliance;

        3. Wholly or partly suspend or terminate the Federal award;

        4. Initiate suspension or debarment proceedings as authorized under 2 C.F.R. Part 180 and Federal awarding agency regulations (or in the case of the Department, recommend such a proceeding be initiated by the Federal awarding agency);

        5. Withhold further Federal awards for the Project or program;

        6. Take other remedies that may be legally available.

      6. As a condition of receiving this Federal award, the Agency shall permit the Department or its designee, the CFO, or State of Florida Auditor General access to the Agency's records, including financial statements, the independent auditor's working papers, and project records as necessary. Records related to unresolved audit findings, appeals, or litigation shall be retained until the action is complete or the dispute is resolved.

      7. The Department's contact information for requirements under this part is as follows: Office of Comptroller, MS 24

        605 Suwannee Street

        Tallahassee, Florida 32399-0450 FDOTSingleAudit@dot.state.fl.us


        State Funded:


        1. In addition to reviews of audits conducted in accordance with Section 215.97, Florida Statutes, monitoring procedures to monitor the Agency's use of state financial assistance may include but not be limited to on-site visits by Department staff and/or other procedures, including reviewing any required performance and financial reports, following up, ensuring corrective action, and issuing management decisions on weaknesses found through audits when those findings pertain to state financial assistance awarded through the Department by this Agreement. By entering into this Agreement, the Agency agrees to comply and cooperate fully with any monitoring procedures/processes deemed appropriate by the Department. The Agency further agrees to comply and cooperate with any inspections, reviews, investigations, or audits deemed necessary by the Department, the Department of Financial Services (DFS), or State of Florida Auditor General.


        2. The Agency, a "nonstate entity" as defined by Section 215.97, Florida Statutes, as a recipient of state financial assistance awarded by the Department through this Agreement, is subject to the following requirements:

          1. In the event the Agency meets the audit threshold requirements established by Section 215.97, Florida Statutes, the Agency must have a State single or project­ specific audit conducted for such fiscal year in accordance with Section 215.97, Florida Statutes; applicable rules of the Department of Financial Services; and


            STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

            PUBLIC TRANSPORTATION GRANT AGREEMENT

            Form 725-000-01 STRATEGIC DEVELOPMENT

            OGC 07/22

            Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General. Exhibit "G", Audit Requirements for Awards of State Financial Assistance, to this Agreement indicates state financial assistance awarded through the Department by this Agreement needed by the Agency to further comply with the requirements of Section 215.97, Florida Statutes. In determining the state financial assistance expended in a fiscal year, the Agency shall consider all sources of state financial assistance, including state financial assistance received from the Department by this Agreement, other state agencies, and other nonstate entities. State financial assistance does not include Federal direct or pass-through awards and resources received by a nonstate entity for Federal program matching requirements.


          2. In connection with the audit requirements, the Agency shall ensure that the audit complies with the requirements of Section 215.97(8), Florida Statutes. This includes submission of a financial reporting package as defined by Section 215.97(2)(e), Florida Statutes, and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General.


          3. In the event the Agency does not meet the audit threshold requirements established by Section 215.97, Florida Statutes, the Agency is exempt for such fiscal year from the state single audit requirements of Section 215.97, Florida Statutes. However, the Agency must provide a single audit exemption statement to the Department at FDOTSingleAudit@dot.state.fl.us no later than nine months after the end of the Agency's audit period for each applicable audit year. In the event the Agency does not meet the audit threshold requirements established by Section 215.97, Florida Statutes, in a fiscal year and elects to have an audit conducted in accordance with the provisions of Section 215.97, Florida Statutes, the cost of the audit must be paid from the Agency's resources (i.e., the cost of such an audit must be paid from the Agency's resources obtained from other than State entities).


          4. In accordance with Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General, copies of financial reporting packages required by this Agreement shall be submitted to:


            Florida Department of Transportation Office of Comptroller, MS 24

            605 Suwannee Street

            Tallahassee, Florida 32399-0405 FDOTSingleAudit@dot.state.fl.us


            And


            State of Florida Auditor General Local Government Audits/342

            111 West Madison Street, Room 401

            Tallahassee, FL 32399-1450

            Email: flaudgen localgovt@aud.state.fl.us


          5. Any copies of financial reporting packages, reports, or other information required to be submitted to the Department shall be submitted timely in accordance with Section 215.97, Florida Statutes, and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General, as applicable.


          6. The Agency, when submitting financial reporting packages to the Department for audits done in accordance with Chapters 10.550 (local governmental entities) or


            STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

            PUBLIC TRANSPORTATION GRANT AGREEMENT

            Form 725-000-01 STRATEGIC DEVELOPMENT

            OGC 07/22

            10.650 (nonprofit and for-profit organizations), Rules of the Auditor General, should indicate the date the reporting package was delivered to the Agency in correspondence accompanying the reporting package.

          7. Upon receipt, and within six months, the Department will review the Agency's financial reporting package, including corrective action plans and management letters, to the extent necessary to determine whether timely and appropriate corrective action on all deficiencies has been taken pertaining to the state financial assistance provided through the Department by this Agreement. If the Agency fails to have an audit conducted consistent with Section 215.97, Florida Statutes, the Department may take appropriate corrective action to enforce compliance.


          8. As a condition of receiving state financial assistance, the Agency shall permit the Department or its designee, DFS, or the Auditor General access to the Agency's records, including financial statements, the independent auditor's working papers, and project records as necessary. Records related to unresolved audit findings, appeals, or litigation shall be retained until the action is complete or the dispute is resolved.


    3. The Agency shall retain sufficient records demonstrating its compliance with the terms of this Agreement for a period of five years from the date the audit report is issued and shall allow the Department or its designee, DFS, or State of Florida Auditor General access to such records upon request. The Agency shall ensure that the audit working papers are made available to the Department or its designee, DFS, or State of Florida Auditor General upon request for a period of five years from the date the audit report is issued, unless extended in writing by the Department.


  16. Notices and Approvals. Notices and approvals referenced in this Agreement must be obtained in writing from the Parties' respective Administrators or their designees.


  17. Restrictions, Prohibitions, Controls and Labor Provisions:


    1. Convicted Vendor List. A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity; may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list.


    2. Discriminatory Vendor List. In accordance with Section 287.134, Florida Statutes, an entity or affiliate who has been placed on the Discriminatory Vendor List, kept by the Florida Department of Management Services, may not submit a bid on a contract to provide goods or services to a public entity; may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity.


    3. Non-Responsible Contractors. An entity or affiliate who has had its Certificate of Qualification suspended, revoked, denied, or have further been determined by the Department to be a non-responsible contractor, may not submit a bid or perform work for the construction or repair of a public building or public work on a contract with the Agency.


      STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

      PUBLIC TRANSPORTATION GRANT AGREEMENT

      Form 725-000-01 STRATEGIC DEVELOPMENT

      OGC 07/22

    4. Prohibition on Using Funds for Lobbying. No funds received pursuant to this Agreement may be expended for lobbying the Florida Legislature, judicial branch, or any state agency, in accordance with Section 216.347, Florida Statutes.

    5. Unauthorized Aliens. The Department shall consider the employment by any contractor of unauthorized aliens a violation of Section 274A(e) of the Immigration and Nationality Act. If the contractor knowingly employs unauthorized aliens, such violation will be cause for unilateral cancellation of this Agreement.


    6. Procurement of Construction Services. If the Project is procured pursuant to Chapter 255, Florida Statutes, for construction services and at the time of the competitive solicitation for the Project, 50 percent or more of the cost of the Project is to be paid from state-appropriated funds, then the Agency must comply with the requirements of Section 255.0991, Florida Statutes.


    7. E-Verify. The Agency shall:


      1. Utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Agency during the term of the contract; and


      2. Expressly require any subcontractors performing work or providing services pursuant to the state contract to likewise utilize the U.S. Department of Homeland Security's Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the contract term.

    8. Executive Order 20-44. Pursuant to Governor's Executive Order 20-44, if the Agency is required by the Internal Revenue Code to file IRS Form 990 and is named in statute with which the Department must form a sole-source, public-private agreement; or through contract or other agreement with the State, annually receives 50% or more of its budget from the State or from a combination of State and Federal funds, Recipient shall submit an Annual Report to the Department, including the most recent IRS Form 990, detailing the total compensation for each member of the Agency executive leadership team. Total compensation shall include salary, bonuses, cashed-in leave, cash equivalents, severance pay, retirement benefits, deferred compensation, real-property gifts, and any other payout. The Agency shall inform the Department of any changes in total executive compensation during the period between the filing of Annual Reports within 60 days of any change taking effect. All compensation reports shall detail the percentage of executive leadership compensation received directly from all State and/or Federal allocations to the Agency. Annual Reports shall be in the form approved by the Department and shall be submitted to the Department at fdotsingleaudit@dot.state.fl.us within 180 days following the end of each tax year of the Agency receiving Department funding.


    9. Design Services and Construction Engineering and Inspection Services. If the Project is wholly or partially funded by the Department and administered by a local governmental entity, except for a seaport listed in Section 311.09, Florida Statutes, or an airport as defined in Section 332.004, Florida Statutes, the entity performing design and construction engineering and inspection services may not be the same entity.


  18. Indemnification and Insurance:


    1. It is specifically agreed between the Parties executing this Agreement that it is not intended by any of the provisions of any part of this Agreement to create in the public or any member thereof, a third party beneficiary under this Agreement, or to authorize anyone not a party to this Agreement to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of this Agreement. The Agency guarantees the payment of all just claims for materials, supplies, tools, or labor and other just claims against the Agency or any


      STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

      PUBLIC TRANSPORTATION GRANT AGREEMENT

      Form 725-000-01 STRATEGIC DEVELOPMENT

      OGC 07/22

      subcontractor, in connection with this Agreement. Additionally, the Agency shall indemnify, defend, and hold harmless the State of Florida, Department of Transportation, including the Department's officers and employees, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of the Agency and persons employed or utilized by the Agency in the performance of this Agreement. This indemnification shall survive the termination of this Agreement. Additionally, the Agency agrees to include the following indemnification in all contracts with contractors/subcontractors and consultants/subconsultants who perform work in connection with this Agreement:


      'To the fullest extent permitted by law, the Agency's contractor/consultant shall indemnify, defend, and hold harmless the Agency and the State of Florida, Department of Transportation, including the Department's officers and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of the contractor/consultant and persons employed or utilized by the contractor/consultant in the performance of this Agreement.


      This indemnification shall survive the termination of this Agreement."


    2. The Agency shall provide Workers' Compensation Insurance in accordance with Florida's Workers' Compensation law for all employees. If subletting any of the work, ensure that the subcontractor(s) and subconsultant(s) have Workers' Compensation Insurance for their employees in accordance with Florida's Workers' Compensation law. If using "leased employees" or employees obtained through professional employer organizations ("PEO's"), ensure that such employees are covered by Workers' Compensation Insurance through the PEO's or other leasing entities. Ensure that any equipment rental agreements that include operators or other personnel who are employees of independent contractors, sole proprietorships, or partners are covered by insurance required under Florida's Workers' Compensation law.


    3. If the Agency elects to self-perform the Project, then the Agency may self-insure. If the Agency elects to hire a contractor or consultant to perform the Project, then the Agency shall carry, or cause its contractor or consultant to carry, Commercial General Liability insurance providing continuous coverage for all work or operations performed under this Agreement. Such insurance shall be no more restrictive than that provided by the latest occurrence form edition of the standard Commercial General Liability Coverage Form (ISO Form CG 00 01) as filed for use in the State of Florida. The Agency shall cause, or cause its contractor or consultant to cause, the Department to be made an Additional Insured as to such insurance. Such coverage shall be on an "occurrence" basis and shall include Products/Completed Operations coverage. The coverage afforded to the Department as an Additional Insured shall be primary as to any other available insurance and shall not be more restrictive than the coverage afforded to the Named Insured. The limits of coverage shall not be less than $1,000,000 for each occurrence and not less than a $5,000,000 annual general aggregate, inclusive of amounts provided by an umbrella or excess policy. The limits of coverage described herein shall apply fully to the work or operations performed under the Agreement, and may not be shared with or diminished by claims unrelated to the Agreement. The policy/ies and coverage described herein may be subject to a deductible and such deductibles shall be paid by the Named Insured. No policy/ies or coverage described herein may contain or be subject to a Retention or a Self-Insured Retention unless the Agency is a state agency or subdivision of the State of Florida that elects to self-perform the Project. Prior to the execution of the Agreement, and at all renewal periods which occur prior to final acceptance of the work, the Department shall be provided with an ACORD Certificate of Liability Insurance reflecting the coverage described herein. The Department shall be notified in writing within ten days of any cancellation, notice of cancellation, lapse, renewal, or proposed change to any policy or coverage described herein. The Department's approval or failure to disapprove any policy/ies,


      STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

      PUBLIC TRANSPORTATION GRANT AGREEMENT

      Form 725-000-01 STRATEGIC DEVELOPMENT

      OGC 07/22

      coverage, or ACORD Certificates shall not relieve or excuse any obligation to procure and maintain the insurance required herein, nor serve as a waiver of any rights or defenses the Department may have.

    4. When the Agreement includes the construction of a railroad grade crossing, railroad overpass or underpass structure, or any other work or operations within the limits of the railroad right­ of-way, including any encroachments thereon from work or operations in the vicinity of the railroad right-of-way, the Agency shall, or cause its contractor to, in addition to the insurance coverage required above, procure and maintain Railroad Protective Liability Coverage (ISO Form CG 00 35) where the railroad is the Named Insured and where the limits are not less than $2,000,000 combined single limit for bodily injury and/or property damage per occurrence, and with an annual aggregate limit of not less than $6,000,000. The railroad shall also be added along with the Department as an Additional Insured on the policy/ies procured pursuant to the paragraph above. Prior to the execution of the Agreement, and at all renewal periods which occur prior to final acceptance of the work, both the Department and the railroad shall be provided with an ACORD Certificate of Liability Insurance reflecting the coverage described herein. The insurance described herein shall be maintained through final acceptance of the work. Both the Department and the railroad shall be notified in writing within ten days of any cancellation, notice of cancellation, renewal, or proposed change to any policy or coverage described herein. The Department's approval or failure to disapprove any policy/ies, coverage, or ACORD Certificates shall not relieve or excuse any obligation to procure and maintain the insurance required herein, nor serve as a waiver of any rights the Department may have.


    5. When the Agreement involves work on or in the vicinity of utility-owned property or facilities, the utility shall be added along with the Department as an Additional Insured on the Commercial General Liability policy/ies procured above.


  19. Miscellaneous:


    1. Environmental Regulations. The Agency will be solely responsible for compliance with all applicable environmental regulations and for any liability arising from non-compliance with these regulations, and will reimburse the Department for any loss incurred in connection therewith.


    2. Non-Admission of Liability. In no event shall the making by the Department of any payment to the Agency constitute or be construed as a waiver by the Department of any breach of covenant or any default which may then exist on the part of the Agency and the making of such payment by the Department, while any such breach or default shall exist, shall in no way impair or prejudice any right or remedy available to the Department with respect to such breach or default.

    3. Severability. If any prov1s1on of this Agreement is held invalid, the remainder of this Agreement shall not be affected. In such an instance, the remainder would then continue to conform to the terms and requirements of applicable law.


    4. Agency not an agent of Department. The Agency and the Department agree that the Agency, its employees, contractors, subcontractors, consultants, and subconsultants are not agents of the Department as a result of this Agreement.


    5. Bonus or Commission. By execution of the Agreement, the Agency represents that it has not paid and, also agrees not to pay, any bonus or commission for the purpose of obtaining an approval of its application for the financing hereunder.


    6. Non-Contravention of State Law. Nothing in the Agreement shall require the Agency to observe or enforce compliance with any provision or perform any act or do any other thing in


      STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

      PUBLIC TRANSPORTATION GRANT AGREEMENT

      Form 725-000-01 STRATEGIC DEVELOPMENT

      OGC 07/22

      contravention of any applicable state law. If any of the provisions of the Agreement violate any applicable state law, the Agency will at once notify the Department in writing so that appropriate changes and modifications may be made by the Department and the Agency to the end that the Agency may proceed as soon as possible with the Project.


    7. Execution of Agreement. This Agreement may be executed in one or more counterparts, each of which shall be deemed an original, but all of which shall constitute the same Agreement. A facsimile or electronic transmission of this Agreement with a signature on behalf of a party will be legal and binding on such party.


    8. Federal Award Identification Number (FAIN). If the FAIN is not available prior to execution of the Agreement, the Department may unilaterally add the FAIN to the Agreement without approval of the Agency and without an amendment to the Agreement. If this occurs, an updated Agreement that includes the FAIN will be provided to the Agency and uploaded to the Department of Financial Services' Florida Accountability Contract Tracking System (FACTS).


    9. Inspector General Cooperation. The Agency agrees to comply with Section 20.055(5), Florida Statutes, and to incorporate in all subcontracts the obligation to comply with Section 20.055(5), Florida Statutes.

    10. Law, Forum, and Venue. This Agreement shall be governed by and construed in accordance with the laws of the State of Florida. In the event of a conflict between any portion of the contract and Florida law, the laws of Florida shall prevail. The Agency agrees to waive forum and venue and that the Department shall determine the forum and venue in which any dispute under this Agreement is decided.


IN WITNESS WHEREOF, the Parties have executed this Agreement on the day and year written above.


AGENCY Manatee County Port Authority


By:                                       Name:

Title:                           

STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION

By:

Name: Nicole Mills, P.E.

Title: Director of Transportation Development


STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION

Legal Review:


Don Conway, Senior Attorney (as to legality and form)


STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS

Form 725-000-02 STRATEGIC DEVELOPMENT

OGC 07/22


EXHIBIT A


Project Description and Responsibilities


  1. Project Description (description of Agency's project to provide context, description of project components funded via this Agreement (if not the entire project)): This project provides for the Department's participation in SeaPort Manatee's berth rehabilitation and reconstruction initiative for berths 4-14. Berths 4 & 5: design and rehab to restore full capacity of Berth 4 and Berth 5 and provide enough capacity to take other berths out of service for rehab. Berth 7: design, rehab, and add fuel pits and fuel lines at Berth 7 to shift fuel operations from Berth 10 to Berth 7. Currently, when a small vessel is docked at Berth 10, docking a vessel at Berth 9 requires part of the vessel to be parked in the southern portion of Berth 8, reducing the size of vessels that can be simultaneously parked at Berth 8. Berth 10: design and rehab to extend the berth by approximately 412 feet to join the new berth 11 alignment. The subsequent lengthening of Berth 10 during rehabilitation will create additional capacity at Berth 8. Berth 11: design and rehab to straighten the angle of the berth and create a linear continuous wharf, increasing the capacity and flexibility of using berths 11, 12 and 14.


  2. Project Location (limits, city, county, map): SeaPort Manatee, Palmetto, Florida


  3. Project Scope (allowable costs: describe project components, improvement type/service type, approximate timeline, project schedule, project size): This Project includes the environmental work, design work, and construction work required to complete the Berth development activities described in the Project Description, including: aids to navigation; apron improvements; asphalt paving activities; benthic studies; berthing area widening and deepening; bulkhead caps; cap faces repair or installation; cable protection systems; cap soffits repair or installation; cast in place concrete; cathodic protection; compaction; concrete; concrete beams; concrete caps; construction; construction inspection services; construction management services; construction services; consulting services; contractor stand­ by; cost estimates; crack repairs; crane rail repair or installation; deck ballast; demobilization; demolition; electrical components and systems; engineering services; environmental assessments; fasteners and connectors; fenders and bollards; form work; geotechnical services; historical resource studies; installation and testing; lighting systems; mitigation assessments; mobilization; painting; panel soffits repair or installation; permitting; pilings; plan development (e.g., 30 / 60 / 90 / 100 % and as-builts); precast concrete; preconstruction engineering and design; procurement costs; rebar repair or installation; reconstruction of underdeck concrete; seagrass studies; sheet piling; shore and slope protection; sidewalk and walkway systems; signage and way finding; steel; stormwater management; striping of roadway or storage areas; structural components; surveying; temporary structures; tie-back systems; turning basin widening and deepening; utilities; and, water quality protection structures.


  4. Deliverable(s):


    The project scope identifies the ultimate project deliverables. Deliverables for requisition, payment and invoice purposes will be the incremental progress made toward completion of project scope elements. Supporting documentation will be quantifiable, measurable, and verifiable, to allow for a determination of the amount of incremental progress that has been made, and provide evidence that the payment requested is commensurate with the accomplished incremental progress and costs incurred by the Agency.


  5. Unallowable Costs (including but not limited to): Travel costs are not allowed


  6. Transit Operating Grant Requirements (Transit Only):


    Transit Operating Grants billed as an operational subsidy will require an expenditure detail report from the Agency that matches the invoice period. The expenditure detail, along with the progress report, will be the required deliverables for Transit Operating Grants. Operating grants may be issued for a term not to exceed three years from execution. The original grant agreement will include funding for year one. Funding for years two and three will be added by amendment as long as the grantee has submitted all invoices on schedule and the project deliverables for the year have been met.

    Docusign Envelope ID: 0798C776-9137-4217-BD1F-55CE8E7D7FB5


    Project Location



    Page 18of31


    STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

    PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS

    Form 725-000-02 STRATEGIC DEVELOPMENT

    OGC 07/22


    EXHIBIT B


    Schedule of Financial Assistance


    FUNDS AWARDED TO THE AGENCY AND REQUIRED MATCHING FUNDS PURSUANT TO THIS AGREEMENT CONSIST OF THE FOLLOWING:


    1. Fund Type and Fiscal Year:



      Financial

      Management Number

      Fund Type

      FLAIR

      Category

      State

      Fiscal Year

      Object

      Code

      CSFA/

      CFDA

      Number

      CSFA/CFDA Title or

      Funding Source Description

      Funding Amount

      433457-1-94-09

      DIS

      088794

      2025

      751000

      55.005

      Seaport Grant Program

      $1,894,916.00

      433457-1-94-09

      DPTO

      088794

      2025

      751000

      55.005

      Seaport Grant Program

      $11,260,000.00

      433457-1-94-09

      GMR

      088794

      2025

      751000

      55.005

      Seaport Grant Program

      $95,084.00

      433457-1-94-09

      PORT

      088794

      2025

      751000

      55.005

      Seaport Grant Program

      $3,000,000.00

      433457-1-94-09

      LF

      088794

      2025



      Local Matching Funds

      $5,416,667.00


      Total Financial Assistance

      $21,666,667.oo

      I


    2. Estimate of Project Costs by Grant Phase:


      Phases*

      State

      Local

      Federal

      Totals

      State

      %

      Local

      %

      Federal

      %

      Land Acquisition

      $0.00

      $0.00

      $0.00

      $0.00

      0.00

      0.00

      0.00

      Planning

      $0.00

      $0.00

      $0.00

      $0.00

      0.00

      0.00

      0.00

      Environmental/Design/Construction

      $16,250,000.0

      0

      $5,416,667.00

      $0.00

      $21,666,667.0

      0

      75.00

      25.00

      0.00

      Capital Equipment/ Preventative

      Maintenance

      $0.00

      $0.00

      $0.00

      $0.00

      0.00

      0.00

      0.00

      Match to Direct Federal Funding

      $0.00

      $0.00

      $0.00

      $0.00

      0.00

      0.00

      0.00

      Mobility Management

      (Transit Only)

      $0.00

      $0.00

      $0.00

      $0.00

      0.00

      0.00

      0.00

      Totals

      $16,250,000.0

      0

      $5,416,667.00

      $0.00

      $21,666,667.0

      0




      *Shifting items between these grant phases requires execution of an Amendment to the Public Transportation Grant Agreement.


      Scope Code and/or Activity I

      Line Item (ALI) (Transit Only)

BUDGET/COST ANALYSIS CERTIFICATION AS REQUIRED BY SECTION 216.3475, FLORIDA STATUTES:


I certify that the cost for each line item budget category (grant phase) has been evaluated and determined to be allowable, reasonable, and necessary as required by Section 216.3475, Florida Statutes. Documentation is on file evidencing the methodology used and the conclusions reached.


Amanda Tyner, MPA

Department Grant Manager Name


STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

Signature

08/28/2024 I 1:24 PM EDT

Date

PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS

Form 725-000-02 STRATEGIC DEVELOPMENT

OGC 07/22



STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS

EXHIBITC


TERMS AND CONDITIONS OF CONSTRUCTION

Form 725-000-02 STRATEGIC DEVELOPMENT

OGC 07/22


      1. Design and Construction Standards and Required Approvals.


        1. The Agency understands that it is responsible for the preparation and certification of all design plans for the Project. The Agency shall hire a qualified consultant for the design phase of the Project or, if applicable, the Agency shall require their design-build contractor or construction management contractor to hire a qualified consultant for the design phase of the Project.


        2. Execution of this Agreement by both Parties shall be deemed a Notice to Proceed to the Agency for the design phase or other non-construction phases of the Project. If the Project involves a construction phase, the Agency shall not begin the construction phase of the Project until the Department issues a Notice to Proceed for the construction phase. Prior to commencing the construction work described in this Agreement, the Agency shall request a Notice to Proceed from the Department's Project Manager,  FDOT District 1 Freight & Seaport Coordinator (email: amanda.tyner@dot.state.fl.us) or from an appointed designee. Any construction phase work performed prior to the execution of this required Notice to Proceed is not subject to reimbursement.


        3. The Agency will provide one (1) copy of the final design plans and specifications and final bid documents to the Department's Project Manager prior to bidding or commencing construction of the Project.


        4. The Agency shall require the Agency's contractor to post a payment and performance bond in accordance with applicable law(s).


        5. The Agency shall be responsible to ensure that the construction work under this Agreement is performed in accordance with the approved construction documents, and that the construction work will meet all applicable Agency and Department standards.

        6. Upon completion of the work authorized by this Agreement, the Agency shall notify the Department in writing of the completion of construction of the Project; and for all design work that originally required certification by a Professional Engineer, this notification shall contain an Engineer's Certification of Compliance, signed and sealed by a Professional Engineer, the form of which is attached to this Exhibit. The certification shall state that work has been completed in compliance with the Project construction plans and specifications. If any deviations are found from the approved plans or specifications, the certification shall include a list of all deviations along with an explanation that justifies the reason to accept each deviation.


      2. Construction on the Department's Right of Way. If the Project involves construction on the Department's right-of-way, then the following provisions apply to any and all portions of the Project that are constructed on the Department's right-of-way:


        1. The Agency shall hire a qualified contractor using the Agency's normal bid procedures to perform the construction work for the Project. The Agency must certify that the installation of the Project is completed by a Contractor prequalified by the Department as required by Section 2 of the Standard Specifications for Road and Bridge Construction (2016), as amended, unless otherwise approved by the Department in writing or the Contractor exhibits past project experience in the last five years that are comparable in scale, composition, and overall quality to the site characterized within the scope of services of this Project.


          STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

          PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS

          Form 725-000-02 STRATEGIC DEVELOPMENT

          OGC 07/22

        2. Construction Engineering Inspection (CEI) services will be provided by the Agency by hiring a Department prequalified consultant firm including one individual that has completed the Advanced Maintenance of Traffic Level Training, unless otherwise approved by the Department in writing. The CEI staff shall be present on the Project at all times that the contractor is working. Administration of the CEI staff shall be under the responsible charge of a State of Florida Licensed Professional Engineer who shall provide the certification that all design and construction for the Project meets the minimum construction standards established by Department. The Department shall approve all CEI personnel. The CEI firm shall not be the same firm as that of the Engineer of Record for the Project. The Department shall have the right, but not the obligation, to perform independent assurance testing during the course of construction of the Project. Notwithstanding the foregoing, the Department may issue a written waiver of the CEI requirement for portions of Projects involving the construction of bus shelters, stops, or pads.


        3. The Project shall be designed and constructed in accordance with the latest edition of the Department's Standard Specifications for Road and Bridge Construction, the Department Design Standards, and the Manual of Uniform Traffic Control Devices (MUTCD). The following guidelines shall apply as deemed appropriate by the Department: the Department Structures Design Manual, AASHTO Guide Specifications for the Design of Pedestrian Bridges, AASHTO LRFD Bridge Design Specifications, Florida Design Manual, Manual for Uniform Minimum Standards for Design, Construction and Maintenance for Streets and Highways (the "Florida Green Book"), and the Department Traffic Engineering Manual. The Agency will be required to submit any construction plans required by the Department for review and approval prior to any work being commenced. Should any changes to the plans be required during construction of the Project, the Agency shall be required to notify the Department of the changes and receive approval from the Department prior to the changes being constructed. The Agency shall maintain the area of the Project at all times and coordinate any work needs of the Department during construction of the Project.


        4. The Agency shall notify the Department a minimum of 48 hours before beginning construction within Department right-of-way. The Agency shall notify the Department should construction be suspended for more than 5 working days. The Department contact person for construction is FOOT District 1 Freight & Seaport Coordinator, Amanda Tyner.


        5. The Agency shall be responsible for monitoring construction operations and the maintenance of traffic (MOT) throughout the course of the Project in accordance with the latest edition of the Department Standard Specifications, section 102. The Agency is responsible for the development of a MOT plan and making any changes to that plan as necessary. The MOT plan shall be in accordance with the latest version of the Department Design Standards, Index 600 series. Any MOT plan developed by the Agency that deviates from the Department Design Standards must be signed and sealed by a professional engineer. MOT plans will require approval by the Department prior to implementation.


        6. The Agency shall be responsible for locating all existing utilities, both aerial and underground, and for ensuring that all utility locations be accurately documented on the construction plans. All utility conflicts shall be fully resolved directly with the applicable utility.


        7. The Agency will be responsible for obtaining all permits that may be required by other agencies or local governmental entities.

        8. It is hereby agreed by the Parties that this Agreement creates a permissive use only and all improvements located on the Department's right-of-way resulting from this Agreement shall become the property of the Department. Neither the granting of the permission to use the Department right of way nor the placing of facilities upon the Department property shall operate to create or vest any property right to or in the Agency, except as may otherwise be provided in separate agreements. The Agency shall not acquire any right, title, interest or


          STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

          PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS

          Form 725-000-02 STRATEGIC DEVELOPMENT

          OGC 07/22

          estate in Department right of way, of any nature or kind whatsoever, by virtue of the execution, operation, effect, or performance of this Agreement including, but not limited to, the Agency's use, occupancy or possession of Department right of way. The Parties agree that this Agreement does not, and shall not be construed to, grant credit for any future transportation concurrency requirements pursuant to Chapter 163, F.S.


        9. The Agency shall not cause any liens or encumbrances to attach to any portion of the Department's property, including but not limited to, the Department's right-of-way.


        10. The Agency shall perform all required testing associated with the design and construction of the Project. Testing results shall be made available to the Department upon request. The Department shall have the right to perform its own independent testing during the course of the Project.

        11. The Agency shall exercise the rights granted herein and shall otherwise perform this Agreement in a good and workmanlike manner, with reasonable care, in accordance with the terms and provisions of this Agreement and all applicable federal, state, local, administrative, regulatory, safety and environmental laws, codes, rules, regulations, policies, procedures, guidelines, standards and permits, as the same may be constituted and amended from time to time, including, but not limited to, those of the Department, applicable Water Management District, Florida Department of Environmental Protection, the United States Environmental Protection Agency, the United States Army Corps of Engineers, the United States Coast Guard and local governmental entities.

          1. If the Department determines a condition exists which threatens the public's safety, the Department may, at its discretion, cause construction operations to cease and immediately have any potential hazards removed from its right-of-way at the sole cost, expense, and effort of the Agency. The Agency shall bear all construction delay costs incurred by the Department.

            1. The Agency shall be responsible to maintain and restore all features that might require relocation within the Department right-of-way.

            2. The Agency will be solely responsible for clean up or restoration required to correct any environmental or health hazards that may result from construction operations.


            3. The acceptance procedure will include a final "walk-through" by Agency and Department personnel. Upon completion of construction, the Agency will be required to submit to the Department final as-built plans and an engineering certification that construction was completed in accordance to the plans. Submittal of the final as-built plans shall include one complete set of the signed and sealed plans on 11" X 17" plan sheets and an electronic copy prepared in Portable Document Format (PDF). Prior to the termination of this Agreement, the Agency shall remove its presence, including, but not limited to, all of the Agency's property, machinery, and equipment from Department right-of-way and shall restore those portions of Department right of way disturbed or otherwise altered by the Project to substantially the same condition that existed immediately prior to the commencement of the Project.


            4. If the Department determines that the Project is not completed in accordance with the provisions of this Agreement, the Department shall deliver written notification of such to the Agency. The Agency shall have thirty (30) days from the date of receipt of the Department's written notice, or such other time as the Agency and the Department mutually agree to in writing, to complete the Project and provide the Department with written notice of the same (the "Notice of Completion"). If the Agency fails to timely deliver the Notice of Completion, or if it is determined that the Project is not properly completed after receipt of the Notice of Completion, the Department, within its discretion may: 1) provide the Agency with written authorization granting such additional time as the Department deems appropriate to correct the deficiency(ies); or 2) correct the deficiency(ies) at the Agency's sole cost and expense,


              STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

              PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS

              Form 725-000-02 STRATEGIC DEVELOPMENT

              OGC 07/22

              without Department liability to the Agency for any resulting loss or damage to property, including, but not limited to, machinery and equipment. If the Department elects to correct the deficiency(ies), the Department shall provide the Agency with an invoice for the costs incurred by the Department and the Agency shall pay the invoice within thirty (30) days of the date of the invoice.


            5. The Agency shall implement best management practices for erosion and pollution control to prevent violation of state water quality standards. The Agency shall be responsible for the correction of any erosion, shoaling, or water quality problems that result from the construction of the Project.


            6. Portable Traffic Monitoring Site (PTMS) or a Telemetry Traffic Monitoring Site (TTMS) may exist within the vicinity of your proposed work. It is the responsibility of the Agency to locate and avoid damage to these sites. If a PTMS or TTMS is encountered during construction, the Department must be contacted immediately.


            7. During construction, highest priority must be given to pedestrian safety. If permission is granted to temporarily close a sidewalk, it should be done with the express condition that an alternate route will be provided, and shall continuously maintain pedestrian features to meet Americans Disability Act (ADA) standards.

            8. Restricted hours of operation will be as follows, unless otherwise approved by the Department's District Construction Engineer or designee (insert hours and days of the week for restricted operation): Not Applicable


            9. Lane closures on the state road system must be coordinated with the Public Information Office at least two weeks prior to the closure. The contact information for the Department's Public Information Office is:


            Insert District PIO contact info:

            Phone: (863) 519-2362; Fax: (239) 338-2353


            Note: (Highlighted sections indicate need to confirm information with District Office or appropriate DOT person managing the Agreement)


      3. Engineer's Certification of Compliance. The Agency shall complete and submit and if applicable Engineer's Certification of Compliance to the Department upon completion of the construction phase of the Project.


STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS

ENGINEER'S CERTIFICATION OF COMPLIANCE

PUBLIC TRANSPORTATION GRANT AGREEMENT BETWEEN

THE STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION

and                                       

Form 725-000-02 STRATEGIC DEVELOPMENT

OGC 07/22


PROJECT DESCRIPTION:                                                                                       DEPARTMENT CONTRACT NO.:                                                                               FINANCIAL MANAGEMENT NO.:                                                       

In accordance with the Terms and Conditions of the Public Transportation Grant Agreement, the undersigned certifies that all work which originally required certification by a Professional Engineer has been completed in compliance with the Project construction plans and specifications. If any deviations have been made from the approved plans, a list of all deviations, along with an explanation that justifies the reason to accept each deviation, will be attached to this Certification. Also, with submittal of this certification, the Agency shall furnish the Department a set of "as-built" plans for construction on the Department's Right of Way certified by the Engineer of Record/CE I.


By:                                                                                                                             I    P.E.

SEAL: Name:                                             Date:                               


STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS

Form 725-000-02 STRATEGIC DEVELOPMENT

OGC 07/22


EXHIBIT D AGENCY RESOLUTION


PLEASE SEE ATTACHED


STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS

Form 725-000-02 STRATEGIC DEVELOPMENT

OGC 07/22


EXHIBIT E

PROGRAM SPECIFIC TERMS AND CONDITIONS - SEAPORTS


  1. General.

    1. These assurances shall form an integral part of the Agreement between the Department and the Agency.

    2. These assurances delineate the obligations of the parties to this Agreement to ensure their commitment and compliance with specific provisions of Exhibit "A", Project Description and Responsibilities and Exhibit "B", Schedule of Financial Assistance as well as serving to protect public investment in seaports and the continued viability of the State Seaport System.

    3. The Agency shall comply with the assurances as specified in this Agreement.


  2. Required Documents. The documents listed below, as applicable, are required to be submitted to the Department by the Agency in accordance with the terms of this Agreement:

    1. Quarterly Progress Reports provided within thirty (30) days of the end of each calendar year quarter, if requested by the Department.

    2. Electronic invoice summaries and backup information, including a progress report must be submitted to the District Office when requesting payment.

    3. All proposals, plans, specifications, and third party contracts covering the Project.

    4. The Agency will upload required and final close out documents to the Department's web-based grant management system (e.g., SeaCIP.com).


  3. Duration of Terms and Assurances.

    1. The terms and assurances of this Agreement shall remain in full force and effect throughout the useful life of a facility developed; equipment acquired; or Project items installed within a facility for a seaport development project, but shall not exceed 20 years from the effective date of this Agreement.

    2. There shall be no limit on the duration of the terms and assurances of this Agreement with respect to real property acquired with funds provided by the State of Florida.


  4. Compliance with Laws and Rules. The Agency hereby certifies, with respect to this Project, it will comply, within its authority, with all applicable, current laws and rules of the State of Florida and local governments, which may apply to the Project. Including but not limited to the following (current version of each):

    1. Chapter 311, Florida Statutes (F.S.)

    2. Local Government Requirements

      1. Local Zoning/Land Use Ordinance

      2. Local Comprehensive Plan

  5. Construction Certification. The Agency hereby certifies, with respect to a construction-related project, that all design plans and specifications will comply with applicable federal, state, local, and professional standards, including but not limited to the following:

    1. Federal Requirements

    2. Local Government Requirements

      1. Local Building Codes

      2. Local Zoning Codes

    3. Department Requirements

      1. Manual of Uniform Minimum Standards for Design, Construction and Maintenance for Streets and Highways (Commonly Referred to as the "Florida Green Book")

      2. Manual on Uniform Traffic Control Devices

  6. Consistency with Local Government Plans.

    1. The Agency assures the Project is consistent with the currently existing and planned future land use development plans approved by the local government having jurisdictional responsibility for the area surrounding the seaport.

    2. The Agency assures that it has given fair consideration to the interest of local communities and has had reasonable consultation with those parties affected by the Project.


      STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

      PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS

      Form 725-000-02 STRATEGIC DEVELOPMENT

      OGC 07/22


    3. The Agency assures that the Comprehensive Master Plan, if applicable, is incorporated as part of the approved local government comprehensive plan as required by Chapter 163, F.S.

  7. Land Acquisition Projects. For the purchase of real property, the Agency assures that it will:

    1. Acquire the land in accordance with federal and state laws governing such action.

    2. Maintain direct control of Project administration, including:

      1. Maintain responsibility for all related contract letting and administrative procedures.

      2. Ensure a qualified, State certified general appraiser provides all necessary services and documentation.

      3. Furnish the Department with a projected schedule of events and a cash flow projection within 20 calendar days after completion of the review appraisal.

      4. Establish a Project account for the purchase of the land.

      5. Collect and disburse federal, state, and local Project funds.

    3. The Agency assures that it shall use the land for seaport purposes in accordance with the terms and assurances of this Agreement within 10 years of acquisition.

  8. Preserving Rights, Powers and Interest.

    1. The Agency will not take or permit any action that would operate to deprive it of any of the rights and powers necessary to perform any or all of the terms and assurances of this Agreement without the written approval of the Department. Further, it will act promptly to acquire, extinguish, or modify, in a manner acceptable to the Department, any outstanding rights or claims of right of others which would interfere with such performance by the Agency.

    2. If an arrangement is made for management and operation of the funded facility or equipment by any entity or person other than the Agency, the Agency shall reserve sufficient rights and authority to ensure that the funded facility or equipment will be operated and maintained in accordance with the terms and assurances of this Agreement.

    3. The Agency will not sell or otherwise transfer or dispose of any part of its title or other interests in the funded facility or equipment without prior written approval by the Department. This assurance shall not limit the Agency's right to lease seaport property, facilities or equipment for seaport-compatible purposes in the regular course of seaport business.


  9. Third Party Contracts. The Department reserves the right to approve third party contracts, except that written approval is hereby granted for:

    1. Execution of contracts for materials from a valid state or intergovernmental contract. Such materials must be included in the Department approved Project scope and/or quantities.

    2. Other contracts less than $5,000.00 excluding engineering consultant services and construction contracts. Such services and/or materials must be included in the Department approved Project scope and/or quantities.

    3. Construction change orders less than $5,000.00. Change orders must be fully executed prior to performance of work.

    4. Contracts, purchase orders, and construction change orders (excluding engineering consultant services) up to the threshold limits of Category Three. Such contracts must be for services and/or materials included in the Department approved Project scope and/or quantities. Purchasing Categories and Thresholds are defined in Section 287.017, F.S., and Chapter 60, Florida Administrative Code. The threshold limits are adjusted periodically for inflation, and it shall be the sole responsibility of the Agency to ensure that any obligations made in accordance with this Agreement comply with the current threshold limits. Obligations made in excess of the appropriate limits shall be cause for Department non­ participation.

    5. In all cases, the Agency shall include a copy of the executed contract or other agreement with the backup documentation of the invoice for reimbursement of costs associated with the contract.


  10. Inspection or verification and approval of deliverables. Section 215.422(1), F.S., allows 5 working days for the approval and inspection of goods and services unless the bid specifications, purchase orders, or contracts specifies otherwise. The Agreement extends this timeline by specifying that the inspection or verification and approval of deliverables shall take no longer than 20 days from the Department's receipt of an invoice.


    STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

    PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS

    Form 725-000-02 STRATEGIC DEVELOPMENT

    OGC 07/22


  11. Federal Navigation Projects

    1. Funding reimbursed from any federal agency for this Project shall be remitted to the Department, in an amount proportional to the Department's participating share in the Project. The Agency shall remit such funds to the Department immediately upon receipt.

    2. Department funding, as listed in Exhibit "B", Schedule of Financial Assistance, may not be used for environmental monitoring costs.

  12. Acquisition of Crane. Department funding, as listed in Exhibit "B", Schedule of Financial Assistance will be cost reimbursed using the following schedule, unless stated otherwise in Exhibit "A", Project Description and Responsibilities:

    1. Sixty (60) percent after landside delivery and acceptance by the Agency.

    2. Forty (40) percent after installation and commissioning has been completed.


-- End of Exhibit E --


STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS

Form 725-000-02 STRATEGIC DEVELOPMENT

OGC 07/22


EXHIBIT F


Contract Payment Requirements

Florida Department of Financial Services, Reference Guide for State Expenditures

Cost Reimbursement Contracts


Invoices for cost reimbursement contracts must be supported by an itemized listing of expenditures by category (salary, travel, expenses, etc.). Supporting documentation shall be submitted for each amount for which reimbursement is being claimed indicating that the item has been paid. Documentation for each amount for which reimbursement is being claimed must indicate that the item has been paid. Check numbers may be provided in lieu of copies of actual checks. Each piece of documentation should clearly reflect the dates of service. Only expenditures for categories in the approved agreement budget may be reimbursed. These expenditures must be allowable (pursuant to law) and directly related to the services being provided.


Listed below are types and examples of supporting documentation for cost reimbursement agreements:


  1. Salaries: A payroll register or similar documentation should be submitted. The payroll register should show gross salary charges, fringe benefits, other deductions and net pay. If an individual for whom reimbursement is being claimed is paid by the hour, a document reflecting the hours worked times the rate of pay will be acceptable.


  2. Fringe Benefits: Fringe Benefits should be supported by invoices showing the amount paid on behalf of the employee (e.g., insurance premiums paid). If the contract specifically states that fringe benefits will be based on a specified percentage rather than the actual cost of fringe benefits, then the calculation for the fringe benefits amount must be shown.


    Exception: Governmental entities are not required to provide check numbers or copies of checks for fringe benefits.


  3. Travel: Reimbursement for travel must be in accordance with Section 112.061, Florida Statutes, which includes submission of the claim on the approved State travel voucher or electronic means.


  4. Other direct costs: Reimbursement will be made based on paid invoices/receipts. If nonexpendable property is purchased using State funds, the contract should include a provision for the transfer of the property to the State when services are terminated. Documentation must be provided to show compliance with Department of Management Services Rule 60A-1.017, Florida Administrative Code, regarding the requirements for contracts which include services and that provide for the contractor to purchase tangible personal property as defined in Section 273.02, Florida Statutes, for subsequent transfer to the State.


  5. In-house charges: Charges which may be of an internal nature (e.g., postage, copies, etc.) may be reimbursed on a usage log which shows the units times the rate being charged. The rates must be reasonable.


  6. Indirect costs: If the contract specifies that indirect costs will be paid based on a specified rate, then the calculation should be shown.


Contracts between state agencies, and/or contracts between universities may submit alternative documentation to substantiate the reimbursement request that may be in the form of FLAIR reports or other detailed reports.


The Florida Department of Financial Services, online Reference Guide for State Expenditures can be found at this web address https://www.myfloridacfo.com/Division/AA/Manuals/documents/ReferenceGuideforStateExpenditures.pdf.


STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION

PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS

Form 725-000-02 STRATEGIC DEVELOPMENT

OGC 07/22


EXHIBIT G


AUDIT REQUIREMENTS FOR AWARDS OF STATE FINANCIAL ASSISTANCE


THE STATE RESOURCES AWARDED PURSUANT TO THIS AGREEMENT CONSIST OF THE FOLLOWING: SUBJECT TO SECTION 215.97, FLORIDA STATUTES:-

Awarding Agency: State Project Title: CSFA Number:

*Award Amount:

Florida Department of Transportation Seaport Grant Program

55.005

$16,250,000


*The award amount may change with amendments


Specific project information for CSFA Number 55.005 is provided at:  https://apps.fldfs.com/fsaa/searchCatalog.aspx


COMPLIANCE REQUIREMENTS APPLICABLE TO STATE RESOURCES AWARDED PURSUANT TO THIS AGREEMENT:


State Project Compliance Requirements https://apps.fldfs.com/fsaa/searchCompliance.aspx

for CSFA Number are provided at:


The State Projects Compliance Supplement is provided at: https://apps.fldfs.com/fsaa/compliance.aspx


To: Amanda.Tyner@dot.state.fl.us


FLORIDA DEPARTMENT OF TRANSPORTATION FUNDS APPROVAL

G3200 8/27/2024

CONTRACT INFORMATION


Contract:

G3200

Contract Type:

GD - GRANT DISBURSEMENT (GRANT)

Method of Procurement:

G - GOVERMENTAL AGENCY (287.057,F.S.)

Vendor Name:

COUNTY OF MANATEE

Vendor ID:

F596000727160

Beginning Date of This Agreement:

08/26/2024

Ending Date of This Agreement:

04/30/2029

Contract Total/Budgetary Ceiling:

ct= $16,250,000.00

Description:

Berth Rehabilitation and Reconstruction


FUNDS APPROVAL INFORMATION

FUNDS APPROVED/REVIEWED FOR JASON ADANK, CPA, COMPTROLLER ON 8/27/2024


Action:

Original

Reviewed or Approved:

APPROVED

Organization Code:

55012020129

Expansion Option:

A6

Object Code:

751000

Amount:

$16,250,000.00

Financial Project:

43345719409

Work Activity (FCT):

215

CFDA:


Fiscal Year:

2025

Budget Entity:

55100100

Category/Category Year:

088794/25

Amendment ID:

0001

Sequence:

00

User Assigned ID:


Enc Line (6s)/Status:

0001/04


Total Amount: $16,250,000.00


Page1 of 1


Tyner, Amanda


From: Sent: To: Subject:

Melton, Ashley on behalf of D1 WPAUTH Friday, August 23, 2024 7:33 AM

Tyner, Amanda; D1 WPAUTH RE: FPN 433457-1-94-09


Enter into CFM 8/27/2024. Thanks!


Ashley Melton

Federal Aid Program Coordinator District One Program Management Florida Department of Transportation Office: (863) 519-2549


From: Tyner, Amanda <Amanda.Tyner@dot.state.fl.us>

Sent: Wednesday, August 21, 2024 1:16 PM

To: D1 WPAUTH <Dl.WPAUTH@dot.state.fl.us>

Subject: FPN 433457-1-94-09


Good afternoon,


Please authorize the following funds:


FPN:

Fiscal Year: Fund: Program: Amount:


FPN:

Fiscal Year: Fund: Program: Amount:


FPN:

Fiscal Year: Fund: Program: Amount:

433457-1-94-09

2025

DIS 76

$1,894,916


433457-1-94-09

2025

DPTO 76

$11,260,000


433457-1-94-09

2025

GMR 76

$95,084


These funds are associated with the PTGA agreement to support SeaPort Manatee's next phase of berth rehabilitation.


Thanks,


AVlttCl 1/\,otCl L. Ttj 1/\,er, MPA, MPE

District Freight & Seaport Coordinator FOOT - District One, ISD Office

(0) 863.519.2913 I (C) 863.991.5020

Email: amanda.tyner@dot.state.fl.us


*Confidentiality Notice: This e-mail communication and any attachments may contain confidential and privileged information for the use of the designated recipients named above. Any unauthorized review, use, disclosure, or distribution is prohibited. If you are not the intended recipient, please contact the sender by reply email and delete the original message and destroy all copies.

October 17, 2024


CONSENT

AGENDA ITEM 3.F.: INSURANCE RENEWALS 2024-2025 BACKGROUND:

Insurance carriers for 2024-2025 remain unchanged. Premium increases are realized and/or estimated.


ATTACHMENT: N/A


COST AND FUNDING SOURCE:


Port Authority Operating Budget for Fiscal Year 2024-25


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:


  1. The Florida Municipal Insurance Trust (FMIT) for Real & Personal Property for a premium of $1,500,000. Boiler and Machinery and Crime included in Real & Personal Property coverage.

  2. Boyd Insurance & Investment Services for Inland Marine, Vehicle Liability and Workers’ Compensation for premiums of $33,229, $43,491 and $99,762, respectively


  3. McGriff, Seibels & Williams, Inc. for Port Liability - $175,000, Umbrella - $123,500, Public Officials (included in Port Liability).

October 17, 2024


CONSENT

AGENDA ITEM 3.G: RATIFY & AFFIRM EMERGENCY SERVICES FOR ANALYSIS OF BERTH 6


BACKGROUND:

On July 14, 2023, the Authority approved RS&H, Inc. for inspection of certain berths, design of any repairs, and bidding and construction phase services in the amount of $134,651, with additional design services approved in the amount of $20,082. During project construction, it was discovered that the under deck of berth 6 had numerous structural concerns which were not part of the original scope. 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. The Executive Director approved PSA 24-04 in the amount of $83,966 to provide a detailed structural analysis of the under deck of berth 6 to determine if construction repair continuation was feasible. FDOT approved the emergency analysis. The new total for RS&H is $238,699.


ATTACHMENT:


PSA No. 24-04


COST AND FUNDING SOURCE:


FDOT funding of $62,974.50 and Port funding of $20,991.50


CONSEQUENCES IF DEFERRED:

Delay in affirming the Executive Director’s approval of PSA 24-04


LEGAL COUNSEL REVIEW: Yes


RECOMMENDATION:


Move to ratify and affirm the Executive Director’s approval of PSA 24-04 in the amount of $83,966 for emergency analysis of Berth 6.

PROFESSIONAL SERVICES AUTHORIZATION (PSA) NO. 24-04


Pursuant to the Port Manatee Professional Services Continuing Contract dated June 16, 2020, between the Manatee County Port Authority, hereinafter referred to as the “Authority” and


RS&H, Inc.,


hereinafter referred to as the “Consultant”, the Authority hereby authorizes, and the Consultant hereby agrees to perform the hereinafter identified professional services for the project, facility or program identified as:

Berth 6 Surface Repair


The professional services and additional terms hereby authorized by the Authority and agreed to by the Consultant are set forth in the attached proposal dated August 29, 2024, for the above entitled project, facility or program. These professional services will be paid through FDOT Grant G1946 & G2710 (“Grant”). The Consultant acknowledges it has received a copy of the Grant and will comply with the Grant’s terms.


The total fees and expenses for these professional services must not exceed:


$83,966.00.


DATED: September 3, 2024

MANATEE COUNTY PORT AUTHORITY CONTRACT MANAGER

George Isiminger

By:                                         Senior Director of Engineering Executive Director and Construction


Grant Contract #: G1946 & G2710

CONSULANT


By:                              


Name, Title: Approved by: Michael S. Dixon, Vice President


If applicable, the Authority has considered and hereby approves this Supplemental Professional Engineering Services Authorization with a quorum present and voting this 8th day of October 2024.


Attest: MANATEE COUNTY PORT AUTHORITY

By: N/A By: N/A


Clerk of the Circuit Court Chairman

REQUEST FOR EMERGENCY PURCHASE


Date:

3-Sep-24                

Total Estimated Expenditure:


Requested By:

           Robert              Howard              

                 $83,966          


Departmental Allocation:

                   Engineering                      


Description of emergency/situation:

The under deck of  Berth 6 has numerous        

structural concerns that were not part of the original scope. This is to provide a detailed

inspection, structural analysis, and site visit by a construction inspector during the

demolition phase for the top deck repairs.

Item (s) required for emergency:

Vendor / Cost of Items:




TOTAL:

$83,966.00

Field Inspection

Review Berth 6 Under Deck Structure

           GHD      -      $25,523              

RS&H - $58,443

Date Purchase Required:                   3-Sep-24          


Other Vendors Contacted:  No. RS&H is currently doing work on this B

RS&H is particularly well positioned to provide prompt, applicable services.

erth          6.          




Justification for Emergency Purchase:  If not repaired quickly, there will be more to repair.  



What would be the consequences if this purchase is not handled as an emergency?


The integrity of Berth 6 under deck would worsen and potentially deem the Berth unusable.





What corrective action could be taken to avoid other emergencies like this one?


We could rebuild all under decks of our old docks.


Denise C. Stufflebeam


Approval / Director of Bus Admin

SCOPE OF SERVICES

Engineering Services

For

Berth 6 Concrete Deck Repair – Supplemental Agreement for Additional Design Services Under Deck Structural Analysis and Report

PORT MANATEE

Manatee County, Florida

PROJECT DESCRIPTION

The intent of the overall project is to provide design and construction administration services for repair of the concrete deck at Berth 6. RS&H, Inc. is the CONSULTANT and Manatee County Port Authority is the AUTHORITY as referenced in this scope of services.


SECTION 1 – APPLICABLE STANDARDS

All plans and designs furnished by the CONSULTANT are to be prepared with English Units. The current (latest) editions, including updates, of the following manuals and guidelines shall be used as resources and reference materials in the performance of CONSULTANT’s work:

Listing of the above reference materials and resources is not intended to establish these documents as design standards or criteria to be used on this project. The AUTHORITY may decide which design standards and criteria will be used based on an evaluation of this specific project and other factors, as the AUTHORITY policy may require.


The fee is based on using the current (latest) editions of the manuals and guidelines, including updates, at the time this agreement is executed.


SECTION 2 – ELECTRONIC FILES

In addition to the number of copies at the submittal phase, the CONSULTANT shall provide electronic files of all drawing, reports and renderings. Drawings will be in AutoCAD electronic file format and will be provided to the AUTHORITY in .PDF format. Reports and other written material shall be prepared in MS Word or MS Excel. Project Management scheduling shall be prepared using MS Project. All electronic files shall be submitted on USB thumb drive and via internet file transfer. The CONSULTANT will import the plan-view information that we produce, such as the Impressed Current Cathodic Protection (ICCP) system layout, as selected by the AUTHORITY, into the AUTHORITY’s CAD base map. The AUTHORITY will provide the CAD base map to the CONSULTANT.

The AUTHORITY is aware that differences may exist between the electronic files delivered and the hard-copy construction documents due to error. In the event of a conflict between the signed and sealed construction documents prepared by the CONSULTANT and the electronic files, the signed and sealed hard-copy construction documents shall govern.

SECTION 3 – SCOPE OF PROFESSIONAL SERVICES

The CONSULTANT will perform scope as requested by the AUTHORITY for engineering services under the CONSULTANT continuing contract with the AUTHORITY for the repair of the concrete deck surface of the Berth 6 pile supported marginal wharf. The under deck of Berth 6 has numerous structural concerns that were not part of the original scope of work. This supplemental agreement will provide a detailed inspection, structural analysis, and site visit by a construction inspector during the demolition phase for the top deck repairs.



The various tasks to be performed are described in the following sections.


Task 1 – Project Administration and Management

  1. Meetings

    • Additional meetings with Port staff and the contractor due to under deck structural concerns

  2. Project Schedule No change from the original contract.


Task 2 – Under Deck Structural Inspection and Detailed Report 


The CONSULTANT shall provide the following services:


  1. Berth 6 Concrete Under Deck Structural Analysis The CONSULTANT will inspect the under deck for Berth 6 and provide a structural analysis report. Work will include:

    • Review of hollow core conditions based on photographs

    • Review of hollow core loading and original design strength

    • Additional review of as-built drawings

    • Coordination with VCS and Contractor

    • Meetings with Port

    • (1) Site visit to review the existing conditions of the hollow core

    • (1) Coordination meeting with GHD prior to their inspection

    • (1) Coordination meeting with GHD after their inspection

    • Review of GHD report and recommendations

    • (1) Meeting with Port to discuss GHD report

    • Determine direction and coordination of next steps

    • Structural Analysis Report with location and recommendations for repair

  2. Work excludes:

    • Repair design work is not included, but can be added later.

    • Potential design and plan revisions per contractor recommendations to use high performance concrete is not included but can be added later.

    • There will be no cost estimation, subsurface utility exploration, formal topographical or bathymetric survey, or destructive material testing to be completed as part of this scope of work.

    • Below water assessment of the piles and bulkhead walls are not included in this scope of work.

    • No change in use or loading condition of the existing structure is anticipated.

    • All recommended repairs will be in-kind replacement or strengthening of existing elements.

    • Is it assumed that a boat for two inspection staff members will be provided and available for all over water work.


END SCOPE OF SERVICES


RS&H

Port Manatee Berth 6 Concrete Deck Repairs Labor Hour Estimate - Hollow Core Inspection and CM Services





8/29/2024

Task

Principal Engr./Project Officer

Project Manager

Ch Engineer

Engineer

Sr. CAD

Clerical

Fee Total


$335.00

$285.00

$248.00

$135.00

$138.00

$95.00










General








Meetings - with Port Staff and Contractor


16

8




$6,544.00

Project Management - additional effort for Hollow Core underdeck

repair


12




4

$3,800.00

















Structural Analysis
















Under Deck Repair Ananalysis


8

16




$6,248.00

Review of hollow core conditions based on photographs Review of

hollow core loading and original design strength Additional review of as-built drawings

Coordination with VCS and Contractor



16


24





$10,512.00









(1) Site visit to review the existing conditions of the hollow core

(1) Coordination meeting with GHD prior to their inspection

(1) Coordination meeting with GHD after their inspection Review of GHD report and recommendations

(1) Meeting with Port to discuss GHD report Determine direction and coordination of next steps



24


48




2


$18,934.00









Construction Administration








CM visit to Project Site (assume 5 total days)


8


75



$12,405.00

Subtotal

0

84

96

75

0

6

261.0

UnderDeck Inspection (GHD)







$25,523

Total Fee for Re-design and Re-bid

$0.00

$23,940.00

$23,808.00

$10,125.00

$0.00

$570.00

$83,966.00

  1. Introduction

    1. Purpose & Location

      RS&H has solicited GHD Inc (GHD) to provide a scope of services and fee estimate to perform a visual structural inspection of the under-deck at Berth 6 at SeaPort Manatee, located in Manatee County, FL. The week of August 19, 2024, a Contractor was onsite performing top of deck concrete repairs as well as a corrosion inspections below deck at Berth 6. It was determined that there may potentially be significant concrete delamination below deck along portions of the precast hollow core deck panels.

      Berth 6 was originally constructed c. 1982, with improvements in 1989, and an expansion in early 1990s. There have been several iterations of maintenance repair and continued evaluations of wharf conditions.

      The area of approximate inspection limits is highlighted in red below in Figure 1.


      Figure 1- Berth 6 inspection limits


  2. Scope of Services

    1. Existing Document Review

      Review of existing as-built drawings, inspection reports, and repair documentation to achieve an understanding of the current wharf conditions, previous repairs, and intended design loading. After this document review, a virtual kick off meeting with the Engineer of Record, Technical Advisor, and Materials specialist will be held with RS&H and potentially the Port, should it be desired, to understand the approach to the inspection, reporting, and design of repairs.


    2. Field Inspection

      A special purpose visual structural inspection will be performed above water and below the accessible underside portion of Berth 6, utilizing a small watercraft vessel. The assessments will be conducted from the water, preferably at low tide, to visually inspect the substructures and access the underside of the berth deck. Inspection

      will catalogue deterioration, exposed reinforcement, concrete degradation, and approximate square footage of areas for the purpose of design repairs. The inspection will be limited to the structure visible above water and below the deck.

      It is assumed that coordination with the Port will occur to ensure safe working conditions during field inspection work. GHD will perform field inspections in a manner that will minimally interrupt tenants and standard operations.


    3. Inspection Report and Conceptual Repairs

      An inspection report detailing field observations will be compiled for the structure; the report will identify locations of damage that require repair and will include photos that demonstrate the typical conditions observed. Conceptual sketches of proposed repairs and their associated locations will be provided.

      A condition assessment rating on a scale of 1-6 for the entire underside structure will be assigned in accordance with the ASCE Waterfront Facilities Inspection and Assessment Practice No. 130.


  3. List of Assumptions

    The following list of assumptions apply to this scope of services document:

    • This task order will be issued under a firm fixed price Lump Sum cost basis.

    • There will be no cost estimation, subsurface utility exploration, formal topographical or bathymetric survey, or destructive material testing to be completed as part of this scope of work.

    • It is assumed that the field inspection will be conducted during a maximum of two field days.

    • Below water assessment of the piles and bulkhead walls are not included in this scope of work.

    • No change in use or loading condition of the existing structure is anticipated.

    • All recommended repairs will be in-kind replacement or strengthening of existing elements.

    • Design recommendations will be high level conceptual only for implementation and not include CAD Design Drawings, a calculations book, or other engineering services.

    • Is it assumed that a boat for two inspection staff members will be provided and available for all over water work.

    • Bid support and services during construction are not included. Should these services be desired, GHD will provide a T&M Cost estimate and require written authorization from RS&H


  4. Schedule

    GHD will begin reviewing the past reports and available documents in detail and prepare a work plan immediately upon receipt of a signed agreement. The field work will be scheduled at the earliest possibly opportunity after reviewing projected tides and weather reports. We anticipate the work to be conducted in a single day and draft report within one week after assessment is complete.


  5. Fee

GHD will perform the scope of services outlined above on a lump sum basis of $25,523, including expenses. Any additional work required beyond the outlined scope of work shall be approved by RS&H by written authorization only.

Proposal - Addendum 01

The previous GHD scope and fee assumed two full days of site investigation. The team was able to be efficient and only required one long field day instead of two separate dates. The below are updated fees reducing field inspection task and field Disbursements.

The revised total fee is $25,523, including expenses, on a lump sum basis. Any additional work required beyond the outlined scope of work shall be approved by RS&H by written authorization only.


Scope Item

Fee

Document Review

$4,321

Field Inspection

$11,426

Inspection Report with Recommendation of Repairs

$9,276

Total Labor

$25,023

Field Inspection Disbursements

$500

Total Proposed Fee

$25,523


Thank you

Melissa K. Burns, PE | A GHD Associate Project Manager, Engineer of Record

+1-727-992-2152

Melissa.Burns@ghd.com

October 17, 2024


CONSENT

AGENDA ITEM 3.H : BERTH 6 CONCRETE REPAIR CHANGE ORDER NO. 2


BACKGROUND:


On April 23, 2024, the Authority approved the contract with BDI Marine Contractors, LLC for Berth 6 Concrete Repair in the amount of $2,075,000.00. Change Order No. 1 was approved in the amount of $266,440 due to the discovery of higher-strength concrete and an increase in the number of curb repairs required. Change Order No. 2, in the amount of

$536,017, changes the contract scope from conventional concrete to ultra-high-performance concrete. Additional work on the bollards due to extensive corrosion is also included, bringing the contract total to $2,877,457.


ATTACHMENT:


Change Order No. 2


COST AND FUNDING SOURCE:


FDOT grant funding of $402,012.75 and Port cash of $134,004.25


CONSEQUENCES IF DEFERRED:


Delay in approval of Change Order No. 2


LEGAL COUNSEL REVIEW: Yes


RECOMMENDATION:


Move to approve and authorize the Chairman to execute Change Order No. 2 increasing the contract between the Manatee County Port Authority and BDI Marine Contractors, LLC in the amount of $536,017 for ultra high-performance concrete and repair of bollards due to extensive corrosion, subject to the review and approval of FDOT.


PORT MANATEE

Project Name; Berth 6 Surface Concrete Repair


CHANGE ORDER FORM Change Order No.

Purchase Order No.

2

PAO0 606!



Date of Issuance:                               

Owner: Manatee County Port Authority Engineer of Record:

Contractor: BDI Marine Contractors, LLC

11716 SE Federal Hwy#22

Sound FL 33455 Project: Berth 6 Surface Concrete Repair

Effective Date: 9/12/2024

Contract#: ITB-.-0-2024/RH Contractors Project#:

Engineer's Project#:

Contract Name: Berth 6 Surface Concrete Repair




The Contract is modified as follows upon execution of this Change Order

Description: o implement the use of Ultra High Performance Concrete. Including the necessary Cathodic Protection and set11n2 the CP in a mortar bed.


·

Attachments: dlscripllon List documents supporting change:-Exhib-it A--------



CHANGE IN CONTRACT PRICE

Original Contract Price:

CHANGE IN CONTRACT TERMS

[no!e changes In Mlle-.ton0s If app1fcabl1JJ

Original Contract Times: 6/10/2024

$ 2,07_5,000.00

[Increase:. , from previous approved Change Orders#: 1

Substantial Completion:

Date of Final Payment (Increase}

Change Order#:

1217/2024

1/6/2025

from previous approved

Hours Requested:

                 N/A          

Substantial Completion Date:

1/6/2025


  $                      266,440.00  

Date of Final Payment:


2/6/2025

[dato or da J

Contract Price prior to this Change Order:


$    2,341i440.00

Contract Times prior to this Change Order: Substantial Completion: 1/6/2025

Dale of Final Payment: 2/6/2025

[date or days)

[Increase] of this Change Order:


i      536,017.00

[fncrease]

Substantial Completion:

Date of Final Payment:

J ofthis Change Order:

                 NIA                  

    NIA          

(days or dates)

Contract Price Incorporating tt1ls Change Order:

Contract Times with all approved Chango Orders:

Substantial Completion: 1/6/2025

$ 2,877.457.00

Date of Final Payment:

2/6/2025


ACCEPTcD:


     John  D.  Rice,  PE,  CEM                               


BDI Marine Contractors, LLC

Engineer of Rocord Dato:

MCPA I ecc A.PROVED

9/17/2024

------

Date:

Approved by Funding Agecy (ii applicable)


PA006026

Daio: , , ,.- .+-V-4 ::r: II

:.- ..

By:                                                        _ Title:       -                                         _


«Rav, 11/2020>

BDI Marine Contractors LLC

DATE: 9/11/2024      

Exhibit ""A.. BDI BIONUMBER: 2024-203 Change Order2


Berth6 UHPC w/ cathodic protection

PROJECT NAME: Seaport Manatee Berth 6   

lTEM

cc

DESCRIPTION

Base Rate

QUANT

UOM

BURDEt\

TOTAL

1


UHPC

$1,492,000.00

1

LS


$ 1,492,000.00

2


Cathodic Protection

$ 264,340.00

1

LS


$ 264,340.00

3


Mortar bedding

$ 19,500.00

1

LS


$ 19,500.00

4


Refurbish Bollards

$ 9,925.00

1

LS


$ 9,925.00



Credits (UHPC)






Line '11


4" Slab Replacement Area A

$ (190.00)

1000

SY


$ (190,000.00)

Line '12


Topper Area A

$ (430.00)

1250

SY


$ (537,500.00)

Line '14


Topper Area B/C

$ (430.00)

1056

SY


$ (454,080.00)

Line 6


Reinforce Area A

$ (42,673.00)

1

LS


$ (42,673.00)

Line 10


CPArea A

$ (25,495.00)

1

LS


$ (25,495.00)



Total





$ (1,249,748.00)










.,..

/v\ rllNE & SITE

--CONT ACTO S--


Seaport Manatee Berth6 Description of Change Order #2

This change is requested due to the unforeseeable condition of the hollow core planks at Seaport Manatee Berth 6. After analysis and engineering. the port 1,as requested a change to the concrete originally proposed in the contract documents.

The revised process will utilize a Cathodic Protection System as engineered and designed, (agreeable to ThePort and BDI) settingthe anodes in a mortar bed, installing 4"x 4" VVVVM, and using the Ultra High-Performance Concrete in lieu of the conventional concrete andthe topper.

Also included in this change order: The additional worl< on the bollards due to the extensive corrosion evident after cleaning. (This was at one time CO#2, and it is now included with this change order #2)

The additions and the deductions are listed onthe attachment hereby labeled "Exhibit A" to Change Order #2 Dated 9/12/2024.

October 17, 2024


CONSENT

AGENDA ITEM 3.I.: PURCHASE OF EVAPORATORS


BACKGROUND:


Warehouse 8 was built in 2000 and is used by long-time tenant Del Monte Fresh Produce for weekly imports of fruits and vegetables. The warehouse includes six separate rooms which are independently temperature controlled. The evaporators need to be replaced in every room, and it was determined to purchase in bulk prior to a known 5% increase in the evaporators. The request is to approve Dade Service Corporation, a sole source procurement due to the company being the only provider of the evaporators needed, in the amount of $547,701 for the purchase of 30 evaporators.


ATTACHMENT:

Dade Service Corporation Proposal 2024.134.02

COST AND FUNDING SOURCE:


$547,701 of Port cash


CONSEQUENCES IF DEFERRED:


Possible emergency if the rooms in Warehouse 8 are not maintained at proper temperature


LEGAL COUNSEL REVIEW: Yes


RECOMMENDATION:


Move to approve the issuance of a purchase order to Dade Service Corporation in the amount of

$547,700.50 for the purchase of 30 evaporators for warehouse 8.

of .


To: Manatee County Port Authority ATTN: Jonathan Noguera


Project: Replacement Evaporators Palmetto FL




Proposal #:

Date:


2024.134.02

09/09/2024

Dade Service Corporation hereby submits specifications and estimates for the following work and items listed below:

ITEM

DESCRIPTION

QTY.

UNIT

COST / UNIT

TOTAL COST


1


2


Replacement Evaporators

Model PCU537C-1150E

Electric Defrost

Insulated Drain Pans with Heaters Multiwing Fans

TXV Mounted


Freight to 13340 Reeder Rd, Palmetto FL


30


1


EA


Lot


$ 18,256.68


Included


$ 547,700.50

$ -

$ -

$ -

$ -

$ -

$ -

$ -

$ -

$ -

$ -

$ -

$ -

$ -

$ -

$ -

$ -

$ -

$ -

Included

$ -

$ -

$ -

$ -

$ -


TOTAL COST $ 547,700.50


3 Terms:

Invoiced Upon Shipment. Invoices are net 30. Sales Tax Excluded. Tax Exempt.

Proposal valid for 30 days.


Dade Service Corporation 1650 Langley Ave

Deland FL 32724

Tel: 386.274.5655

October 17, 2024


CONSENT

AGENDA ITEM 3.J.: SUPERIOR ASPHALT PAVING AWARD

APPROVAL


BACKGROUND:


Due to increased usage of port roads, several areas need paving repairs. Port staff provided measurements of the high priority areas and have utilized Superior Asphalt, Inc.’s Manatee County Agreement No. 20-TA005220CD Road Building Materials and Services for a quote in the amount of $510,820.


ATTACHMENT:


Piggybacking Agreement for Paving Project


COST AND FUNDING SOURCE:


$510,820 is to be paid from Port cash


CONSEQUENCES IF DEFERRED:


Delay in paving certain areas in need of improvements


LEGAL COUNSEL REVIEW: Yes


RECOMMENDATION:


Move to approve and authorize the Chairman to execute to execute the Piggybacking Agreement for Paving Project between Manatee County Port Authority and Superior Asphalt, Inc. in the amount of $510,820 for paving certain areas on the Port.

PIGGYBACKING AGREEMENT FOR PAVING PROJECT


THIS PIGGYBACKING AGREEMENT (“Agreement”) is entered into on this

8th day of October , 2024 (“Effective Date”), by and between Manatee County

Port Authority, a political entity of the State of Florida with its place of business located at Port Manatee, 300 Tampa Bay Way, Suite One, FL 34221 ("Authority"), and Superior Asphalt, Inc., a Florida Corporation with its principal place of business located at 4801 15TH STREET EAST BRADENTON, FL 34203 (“Contractor”)(collectively, the “Parties”).


WITNESSETH


WHEREAS, pursuant to 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 governmental entities pursuant to a “piggyback” procedure; and


WHEREAS, the Contractor was the successful competitive respondent to Manatee County’s Invitation for Bid No. 24-TA005220CD for Road Building Materials and Services (“Solicitation”); and

WHEREAS, as the successful competitive respondent to the Solicitation, Contractor subsequently entered into a contract with Manatee County dated August 27, 2024, together with any renewals thereof or amendments thereto (collectively the “Original Contract”), a copy of which is attached, along with copies of the Solicitation, the Contractor’s response to the Solicitation, and the Solicitation evaluation tabulation and award notice, as applicable, as Composite Exhibit A; and


WHEREAS, the Contractor has 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 in the scope of work attached as Exhibit B (“Authority Project”); and

WHEREAS, the Contractor represents and warrants that the Contractor has acted at all times in accordance with the provisions of Florida law with respect to the Solicitation, its response thereto, and the award thereof, and the Original Contract; and

WHEREAS, the Contractor is willing to perform the Authority Project pursuant to the terms of the Original Contract with only the modifications set forth in this Agreement which addresses the logistics of the Contractor now contracting with the Authority; and

WHEREAS, Parties desire to enter into this Agreement for the Contractor to accomplish the Authority Project on the same terms, conditions, and specifications as the Original Contract.


NOW, THEREFORE, in consideration of the mutual promises and agreements set forth herein, and for other good and valuable consideration, the receipt and adequacy of which is hereby acknowledged, the Parties agree as follows:


Page 1 of 10


  1. The above recitals and all exhibits hereto are tn..1e and con·ect and incorporated herein by reference. The Cona·actor's representations and wan-anties set.f'orth 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. The Contractor shall fully indemnify, defend and hold harmless the Authority and its representatives, employees, o:fficers, and commissioners, from any and all damages, causes of action, or claims of any kind related to the Contractor's representatjons and warranties set forth herein, the veracity ofsuch representations and warranties, and all matters related thereto.

  2. The scope of work is identified in the Original Contract, and ·the Contractor's scope of work with the Authority is more specifically defined in Exhibit B attached hereto and incorporated herein. The Contractor agrees to furnish all labor, equipment, machines, and the skill necessary for the entire -work effort as set forth in the Original Contract to the satisfaction of the Authority or its duly authorized representative.

  3. The terms and conditions of the Original Contract are hereby incorporated into this Agreement by reference. The Contractorshall complete the Authority Project on the same terms, conditions, and scope as set forth in the Original Contract, except as specifically modified herein solely to account for the Auth.ority as the ..E?u.rchaser. Such modifications shall not include any increase in the prices or changes to the scope of the work in the Original Agreement. The Contractor's work on the Authority Project shall at all times be at the same unit prices as set :forth in the Original Contract.

  4. In interpreting this Agreement and resolving any ambigu.ities or conflicts between this Agreement and the Original Contract, including any exhibits and addenda, this Agreement takes precedence over-the Orig:inal Contract and its exhibits and addenda and any inconsistency between

Local Government Prompt Payment Act. Payment due date for purchase of goods or services other than construction services is net 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 the Contractor, where necessary.


  1. Prior to this Agreement taking effect, the Contractor shall have in place the insurance coverages required by the Original Contract and shall provide certificates of insurance reflecting the Authority, its agents, employees, and public officials as named additional insureds. Prior to commencement of the Authority Project, the Contractor shall have in place the bonds required by the Original Contract for the benefit of the Authority.

  2. The Parties recognize that the Contractor is an independent contractor. The Contractor agrees to assume liability for and indemnify, hold harmless, and defend the Authority, its commissioners, directors, officers, employees, agents, and attorneys of, from, and against all liability and expense, including reasonable attorneys' fees in connection with any and all claims, demands, damages, actions, causes of action, and suits in equity of whatever kind or nature, including claims for personal injury, property damage, relief, or loss of use, arising out of the execution, performance nonperformance of the duties of the Contractor under this Agreement, the enforcement of this Agreement, or resulting from the activities of the Contractor in any way connected to this Agreement, but only to the extent not solely due to or caused by the negligence of the Authority, its commissioners, directors, officers, employees, agents and attorneys. The Contractor's liability hereunder shall include all attorneys' fees and costs incurred by the Authority, in the enforcement of this indemnification provision. This indemnification provision includes claims made by any employees of the Contractor against the Authority, and the Contractor hereby waives its entitlement, if any, to immunity under section 440.11, Florida Statutes. Nothing contained in this Agreement, and specifically this paragraph requiring the Contractor to indemnify the Authority, is intended to nor shall it be construed as an additional waiver of sovereign immunity by the Authority beyond the Authority’s expressed written contractual obligations contained within this Agreement, nor shall it be construed as a waiver of any defenses or limitations to any claims, including those based on the doctrine of sovereign immunity or section 768.28, Florida Statutes. The obligations contained in this paragraph shall survive the termination of this Agreement, however terminated and shall not be limited by the amount of any insurance required to be obtained or maintained under this Agreement or the Original Contract.


  3. Pursuant to section 119.0701, Florida Statutes, for any tasks performed by the Contractor on behalf of the Authority, the 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 the 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 the Contractor be transferred to the Authority, the

    Contractor shall transfer, at no cost, to the Authority, all Public Records in possession of the Contractor within 30 days of such request or (ii) if no such request is made by the Authority, the Contractor shall keep and maintain the Public Records required by the Authority to perform the work contemplated by this Agreement. If the 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 30 days of transferring the Public Records. If the Contractor keeps and maintains Public Records pursuant to (d)(ii) above, the 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. If the 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 or immediate termination of the contract. The provisions of this section only apply to those tasks in which the Contractor is acting on behalf of the Authority.

    IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: (941) 722-6621; RECORDSCUSTODIAN@SEAPORTMANATEE.ORG; PORT MANATEE, 300 TAMPA BAY WAY, SUITE ONE, PALMETTO, FL 34221.

  4. This Agreement represents the entire agreement. No prior discussions or negotiations will be enforceable, unless included in this Agreement.

  5. This Agreement is not assignable. Any modification to this Agreement must be made in writing, duly executed by both Parties.


  6. This Agreement shall be construed by and controlled under the laws of the State of Florida. The Parties consent to jurisdiction over them in the State of Florida and agree that venue for any state action arising under this Agreement shall lie solely in the courts located in Pinellas County, Florida, and for any federal action shall lie solely in the United States District Court, Middle District of Florida, Tampa Division.


  7. If any one or more part, term, or provision of this Agreement shall be held to be invalid, illegal, or unenforceable in any respect by a court of competent jurisdiction, the validity, legality, and enforceability of the remaining provisions hereof shall not in any way be affected or impaired thereby and this Agreement shall be treated as though the invalidated portion(s) had never been a part hereof.


  8. 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.


  9. 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.


  10. 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.


  11. This Agreement must be executed by the Parties’ respective duly authorized official(s) and will take effect as of the Effective Date and remain in effect as provided in the Original Contract.


  12. Contractor shall comply with all applicable provisions of sections 448.09 and 448.095, Florida Statutes, as may be amended. The definitions in section 448.095(1), Florida Statutes, as may be amended, apply to this section of the Agreement. Contractor shall register with and use the

    U.S. Department of Homeland Security’s E-Verify system to verify the work authorization status of all employees of Contractor. Contractor may not enter into a contract with a subcontractor to perform work under this Agreement unless and until the subcontractor registers with and uses the E-Verify system. If Contractor enters into a contract with a subcontractor to perform work under this Agreement, Contractor must obtain a properly executed affidavit from the subcontractor stating that the subcontractor does not employ, contract with, or subcontract with an unauthorized alien. Contractor must maintain copies of all such affidavits for the duration of this Agreement. Authority may terminate this Agreement for cause if Authority determines that Contractor or Contractor’s subcontractor has not complied with any applicable provision of sections 448.09 or 448.095, Florida Statutes, as may be amended. Authority will terminate this Agreement for cause if Authority has a good faith belief that Contractor has knowingly violated subsection 448.09(1), Florida Statutes, as may be amended. If the Authority has a good faith belief that a subcontractor knowingly violated section 448.09(1), Florida Statutes, as may be amended, but Authority determines that Contractor otherwise complied with section 448.09(1), Florida Statutes, as may be amended, Authority will notify Contractor as such, and Contractor must immediately terminate Contractor’s contract with said subcontractor. If this Agreement is terminated under section 448.095(c), F.S.: (a) such termination is not a breach of this Agreement and may not be considered as such; (b) Contractor may not be awarded a public contract for at least 1 year after the date on which the Agreement is terminated; and (c) Contractor is liable for any additional costs incurred by the Authority as a result of the termination of the Agreement.


  13. 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.


  14. In the event the Authority, in its sole discretion, determines that sufficient budgeted funds are not available to appropriate for payments due to the Contractor under this Agreement, the

    Authority shall notify the 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.


  15. Contractor agrees that Contractor does not and will not, nor will it allow a subcontractor to, use any funds from the Authority for the purpose of issuing an identification card or document to any individual who does not provide proof of lawful presence in the United States.


  16. By executing this Agreement and each and every renewal hereof (if renewal is separately provided for herein), pursuant to section 287.135, Florida Statutes, Contractor 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) it is not on the Scrutinized Companies with Activities in Iran Terrorism Sectors List, (d) that it does not have Business operations or is engaged in business in Cuba or Syria, and (e) that it is not engaged or engaging in a Boycott of Israel, and that all such certifications were true at the time it submitted its bid or proposal for this Agreement, as of the Effective Date of this Agreement, and as of the effective date of any renewal of this Agreement. Notwithstanding anything contained in this Agreement to the contrary, the Authority may terminate this Agreement immediately for cause if: (1) Contractor is found to have submitted a false certification regarding (a) – (e) above in accordance with section 287.135(5), Florida Statutes, (2) Contractor is found to have been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or is or has been engaged in Business operations in Cuba or Syria or a Boycott of Israel, or (3) Contractor is found to have been placed on a list created pursuant to section 215.473, Florida Statutes, relating to scrutinized active business operations in Iran. Such termination shall be in addition to any and all remedies available to the Authority at law or in equity. The terms “Boycott of Israel” and “Business operations” used in this section are defined as in Section 287.135, Florida Statutes. The Lists referred to in this section are those Lists in and maintained pursuant to section 287.135, Florida Statutes.


  17. Pursuant to section 286.101, Florida Statutes, Contractor 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. Contractor’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. Contractor represents that within one

    (1) year before proposing any contract to the Authority, Contractor provided a copy of such disclosure to the Florida Department of Financial Services.


  18. By executing this Agreement and each and every renewal hereof (if renewal is separately provided for herein), pursuant to section 786.06, Florida Statutes, Contractor certifies, represents, and warrants that it does not use coercion for labor services, as those terms are defined in section

786.06. Contractor will provide to the Authority an affidavit signed by an officer or representative of Contractor under penalty of perjury attesting that Contractor does not use coercion for labor or services. Notwithstanding anything contained in this Agreement to the contrary, the Authority may

terminate this Agreement immediately if Contractor is found to have submitted a false attestation. Such termination shall be in addition to any and all remedies available to the Authority at law or in equity.


[Signature page follows]


IN WITNESS VVHEREOF, the Parties have caused this Agreement to be executed as of the Effective Date.


MANATEE COUNTY PORT AUTHORITY:


By:


Print Name & Title

Kevin Van Ostenbridge. Chairman


ATTEST:


Clerk

CONTRACTOR:


ff1-- V\A. \....,c::-y-IV Ge. p,.,_6.:-

Print Name & Title


(Corporate Seal)



Witness Signature

.,,;{?,

Composite Exhibit A

Original Contract with Solicitation, Contractor’s Response, Evaluation Tabulation, and Award


Page 9 of 10

MANATEE COUNTY GOVERNMENT

INTENT TO AWARD


r


Intent to Award (Rev. 10-25-22)


IFB NO./ TITLE

24-TA005220CD-Road

Building Materials and Services


DATE POSTED


MC


DS



PROCUREMENT REPRESENTATIVE

Chris Daley, Procurement Project Manager

PROJECTED AWARD DATE

August 27, 2024


DEPARTMENT /DIVISION


Public Works Deprtment

AUTHORIZED BY

DATE

Jacob Erickson, MBA, Digitally signed by Jacob

Erickson, MBA, CPPO, NIGP-CPP

CPPO, NIGP-CPP Date: 2024.08.13 13:29:11 -04'00'


Jacob Erickson, Purchasing Official

NOTICE OF INTENT TO AWARD

The Manatee County Procurement Division provides notice of its intent to award a contract with Ajax Paving Industries of Florida, LLC; Asphalt Paving Systems, Inc.; C-Squared Certified General Contractor, Inc.; Gator Grading & Paving, LLC; Gilliam Construction, LLC; Oneco Concrete & Asphalt, Inc.; Pavement Technology, Inc.; Superior Asphalt, Inc.; and Woodruff & Sons, Inc. for the provision of Road Building Materials and Services.

ENABLING/REGULATING AUTHORITY


Manatee County Procurement Ordinance, Sec 2-26.

BACKGROUND/EVALUATION


The Work in this solicitaiton includes the provision of all necessary labor, materials, equipment, supplies, licensing, transportation and other components necessary to provide road building and materials services that will meet the requirements of the County, on an as needed basis.


The solicitation was advertised on April 24, 2024 on the Manatee County website and DemandStar. It was also provided to the Manatee County Chamber of Commerce, the Manasota Black Chamber of Commerce, Gulf Coast Builders Exchange and Gulf Coast Latin Chamber of Commerce for release to their members and in the Bradenton Herald and Temp News newspapers. Responses were received from the following firms:


1. Ajax Paving Industries of Florida, LLC, Venice, FL 2. Asphalt Paving Systems, Inc., Zephyrhills, FL

3. C-Squared Certified General Contractors, Inc., 4. Gator Grading & Paving, LLC, Palmetto, FL Sarasota, FL

5. Gilliam Construction, LLC, Palmetto, FL 6. Oneco Concrete & Asphalt, Inc., Bradenton, FL

7. Pavement Technology, Inc., Westlake, OH 8. Superior Asphalt, Inc., Bradenton, FL

9. Woodruff & Sons, Inc., Bradenton, FL


EVALUATION SUMMARY:


All nine (9) frims were deemed to be responsible and responsive bidders. A bid tabulation of the results is attached to this Notice of Intent to Award.


RECOMMENDATION

The Procurement Division a d the Public Works Depar ment recommend award to all nine (9) fi ms.

ATTACHMENTS

(List in order of attached)

Bid Tabulation

COST

$10 Million {Annual estimate



AGREEMENT No. 24-TA005220CD


ROAD BUILDING MATERIALS AND SERVICES

between MANATEE COUNTY

(COUNTY)


and


SUPERIOR ASPHALT, INC. (CONTRACTOR)

AGREEMENT FOR ROAD BUILDING MATERIALS AND SERVICES

THIS AGREEMENT is made and entered into as of this

27th


day of August ,

20 24   (“Effective Date”), 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 SUPERIOR ASPHALT, INC., a Florida corporation, (“CONTRACTOR”) with offices located at 4801 15th Street East, Bradenton, Florida 34203, 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 mateials 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 24-TA005220CD 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

  1. This Agreement shall commence on the September 1, 2024 and remain in force for an initial term of three (3) years, unless terminated by COUNTY pursuant to Article 9.


  2. COUNTY reserves the right to extend the initial term of three (3) years for an additional two (2), one-year periods.

ARTICLE 4. COMPENSATION

  1. CONTRACTOR shall be compensated for the Services and all expenditures incurred in providing the Services.


  2. 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

  1. 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.


  2. COUNTY shall approve of all invoices prior to payment.


  3. 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.


  4. 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.

  5. All costs of providing the Services shall be the responsibility of CONTRACTOR.

  6. 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 12 of this Agreement.

ARTICLE 6. RESPONSIBILITIES OF CONTRACTOR

  1. 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.


  2. CONTRACTOR shall perform the Services in accordance with the terms and conditions of this Agreement.


  3. CONTRACTOR shall ensure that all employees assigned to render the Services are duly qualified, registered, licensed or certified to provide the Services required.


  4. CONTRACTOR shall be responsible for collecting all existing data required for the successful completion of each Task.


  5. 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.


  6. 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.


  7. 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.


  8. 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.


  9. 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

  1. 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.


  2. COUNTY shall make available, at no cost to CONTRACTOR, information relative to the project that is useful in the performance of the Services.


  3. COUNTY shall provide prompt notice to CONTRACTOR whenever COUNTY observes or otherwise becomes aware of any defect in the performance of the Services.


  4. 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.


  5. 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.


  6. 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

  1. TERMINATION FOR CAUSE:


    1. 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:

      1. Failure to provide Services that comply with the specifications herein or that fail to meet COUNTY’S performance standards;

      2. Failure to perform the Services within the time specified in this Agreement; or

      3. Work that is at a rate that disrupts the overall performance of this Agreement.


    2. 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.

    3. 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.


    4. 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.


    5. 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:


      1. Stop the Services on the date and to the extent specified;

      2. Terminate and settle all orders and subcontracts relating to the performance of the terminated Services;

      3. Transfer all work in process, completed work, and other materials related to the terminated Services as directed by COUNTY; and

      4. Continue and complete all parts of the Services that have not been terminated.

  2. 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:


  1. Working with COUNTY to jointly develop a mutually agreed upon Transition Services plan to facilitate the termination of the Services;


  2. Executing the Transition Services plan activities;


  3. Answering questions regarding the Services on an as-needed basis; and


  4. Providing such other reasonable Services needed to effectuate an orderly transition to a new service provider or to COUNTY.

ARTICLE 11. DISPUTE RESOLUTION

  1. 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 Purchasing Official.


  2. 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

  1. 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.


  2. 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.


  3. 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:


  1. Keep and maintain public records that would ordinarily be required by COUNTY to perform the service.

  2. 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.


  3. 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.


  4. 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: lacy.pritchard@mymanatee.org


Mail or hand delivery:

Attn: Records Manager 1112 Manatee Avenue West Bradenton, FL 34205

ARTICLE 16. INDEMNIFICATION

  1. 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.


  2. 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

  1. 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.


  2. Certificates of Insurance and copies of policies evidencing the insurance coverage specified in Exhibit D shall be filed with the Purchasing 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.


  3. 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.


  4. 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 Purchasing 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:


Alan Mulvey, Vice President

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 7613

Email: phil.catalano@mymanatee.org


To CONTRACTOR: Superior Asphalt, Inc.

Attn: Vice President Alan Mulvey

4801 15th Street East Bradenton, FL 34203

Phone: (941) 755-2850

Email: amulvey@superiorasphaltinc.net

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. E-VERIFY


The CONTRACTOR, and any subcontractor thereof, shall register with and use the E-Verify system to verify the work authorization status of all new employees of the CONTRACTOR or subcontractor. The CONTRACTOR hereby represents and warrants that it has, and shall remain throughout the duration of this Agreement, registered with, and uses and shall continue to use, the E-Verify system. The CONTRACTOR shall not enter into any contract with a subcontractor for services hereunder unless such subcontractor also has registered with and uses the E-Verify system. If the CONTRACTOR enters into a contract with a subcontractor, the subcontractor shall provide the CONTACTOR with an affidavit stating that the subcontractor does not employ,

contract with, or subcontract with an unauthorized alien. The CONTRACTOR shall maintain a copy of such affidavit for the duration of this Agreement.


Pursuant to Section 488.095(5)(c)3, Florida Statutes, the COUNTY is authorized to terminate this Agreement if it has a good faith belief that the CONTRACTOR has knowingly violated Section 448.09(1), Florida Statutes, regarding the employment of someone not authorized to work by the immigration laws of the United States, the U.S. Attorney General, or the Secretary of the Department of Homeland Security. Such termination action is not considered a breach of contract.

ARTICLE 41. FUNDS FOR IDENTIFICATION DOCUMENTS

No funds provided by the COUNTY pursuant to this Agreement shall be used for the purpose of issuing an identification card or document to an individual who does not provide proof of lawful presence in the United States.

ARTICLE 42. 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.


Printed Name: , HI&& l'"'u'!ef; Title: l-/t..c... r'rc..1:,t.-t Date: , 12.J 2..c 2.4(


MANATEE COUNTY, a political subdivision of the State of Florida


Jacob ,.ickson, MBA, CPPO, NJGP-CPP Purchasing Official

Date: 8"/7 / 2 vJ


Manatee County BCC Agreement 16

EXHIBIT A, SCOPE OF SERVICES

    1. 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. Annually this Agreement totals approximately ten million dollars in materials and services.


    2. SCOPE

      Successful Bidder (hereinafter in this Scope referred to as 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.


    3. GENERAL REQUIREMENTS

      Contractor shall provide the following requirements:

      1. Materials. The road building materials portion of this Invitation for Bid 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.

      2. Services. The road building services portion of this Invitation of Bid 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 Contractor 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.


    4. SERVICE REQUIREMENTS

      Contractor’s services shall include but not be limited to:

      All materials and services provided, delivered or installed pursuant to any Agreement issued in connection with this Invitation for Bid shall meet or exceed the following:


      FDOT Standard Specifications for Road and Bridge Construction link is provided for you convenience.

      http://www.fdot.gov/programmanagement/implemented/specbooks/default.shtm

      Manatee County Transportations Standards, Utility Design Standards and Stormwater Design Standards link is provided for your convenience. http://www.mymanatee.org/departments/public_works/infrastructure_engineering


      1. Detailed Cost Package. The 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 bid. The detailed cost package shall include itemized costs based on Contractor’s bid 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 the 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.

      2. 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 Contractor 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.

      3. Quality Control. The Contractor shall:

        1. Develop and maintain a program to assure quality control of the services provided.

        2. 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.

        3. Continue to coordinate each subcontractor to ensure that corrections are made in a timely manner so as to not affect the mutually agreed schedule.

      4. Layout of Work. The Contractor:

        1. 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.

        2. 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.

      5. 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. Bidders shall include a per day surcharge on the bid 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.

      6. 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.

      7. Protection of Work, Persons and Property. The Contractor shall:

        1. 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.

        2. Provide, protect, and maintain all passageways, guard fences, lights, and other facilities required by the public authority or local conditions.

        3. 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.

        4. Comply with Florida Department of Commerce Safety Regulation and any local safety regulations.

      8. Clean-up. The Contractor shall:

        1. 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.

        2. 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.

      9. 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.


    5. TECHNICAL REQUIREMENTS

      Contractor’s equipment, products, and services shall meet the technical specifications outlined in Exhibit E.


    6. 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 successful bidder(s) 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.


    7. 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

  1. FEES

    Fees for the goods and services detailed in this Agreement shall be as indicated in this

    Exhibit B.


  2. 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]



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION I - AGGREGATE


I.1 CRUSHED STONE #4 (FDOT SPEC 901)


LOCATION OF VENDOR'S PLANT:

Palmetto

DISTANCE OF VENDOR'S PLANT TO MANATEE COUNTY YARD

:  5511 39th Street East, Bradenton 34203


25


/ MILES

PRICE F.O.B. VENDOR'S PLANT:

$70.00

/ PER TON

PRICE VENDOR DELIVERED TO MANATEE COUNTY YARD:



4680 66th Street West, Bradenton FL 34210


$93.00


/ PER TON



5511 39th Street East, Bradenton FL 34203


$93.00


/ PER TON


2908 12th Street Court East, Bradenton FL 34208


$93.00


/ PER TON


36650 Arcadia Avenue, Myakka FL 34251 (MYAKKA YARD)

$93.00

/ PER TON


8500 69th Street East, Palmetto FL 34221 (ERIE ROAD)

$93.00

/ PER TON

DELIVERY DAYS AFTER RECEIPT OF ORDER:

10

/ DAYS

I.2 CRUSHED STONE #57 (FDOT SPEC 901)


LOCATION OF VENDOR'S PLANT:

Palmetto

DISTANCE OF VENDOR'S PLANT TO MANATEE COUNTY YARD

:  5511 39th Street East, Bradenton 34203


25


/ MILES

PRICE F.O.B. VENDOR'S PLANT:

$70.00

/ PER TON

PRICE VENDOR DELIVERED TO MANATEE COUNTY YARD:


4680 66th Street West, Bradenton FL 34210

$93.00

/ PER TON



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION I - AGGREGATE



5511 39th Street East, Bradenton FL 34203

$93.00

/ PER TON


2908 12th Street Court East, Bradenton FL 34208

$93.00

/ PER TON


36650 Arcadia Avenue Myakka FL 34251 (MYAKKA YARD)

$93.00

/ PER TON


8500 69th Street East, Palmetto FL 34221 (ERIE ROAD)

$93.00

/ PER TON

DELIVERY DAYS AFTER RECEIPT OF ORDER:

10

/ DAYS

I.3 COARSE AGGREGATE 3/8" (FDOT SPEC 901)


LOCATION OF VENDOR'S PLANT:

Palmetto

DISTANCE OF VENDOR'S PLANT TO MANATEE COUNTY YARD

:  5511 39th Street East, Bradenton 34203


25


/ MILES

PRICE F.O.B. VENDOR'S PLANT:

$70.00

/ PER TON

PRICE VENDOR DELIVERED TO MANATEE COUNTY YARD


4680 66th Street West, Bradenton FL 34210

$93.00

/ PER TON


5511 39th Street East, Bradenton FL 34203

$93.00

/ PER TON


2908 12th Street Court East, Bradenton FL 34208

36650 Arcadia Avenue Myakka FL 34251 (MYAKKA YARD)

$93.00

/ PER TON


$93.00

/ PER TON


8500 69th Street East, Palmetto FL 34221 (ERIE ROAD)

$93.00

/ PER TON

DELIVERY DAYS AFTER RECEIPT OF ORDER:

10

/ DAYS

I.4 COARSE MASONRY SAND (ASTM C144)




Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION I - AGGREGATE


LOCATION OF VENDOR'S PLANT:

Lake Wales, FL

DISTANCE OF VENDOR'S PLANT TO MANATEE COUNTY YARD

:  5511 39th Street East, Bradenton 34203

90

/ 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

$67.00

/ PER TON


5511 39th Street East, Bradenton FL 34203

$67.00

/ PER TON


2908 12th Street Court East, Bradenton FL 34208

$67.00

/ PER TON


36650 Arcadia Avenue Myakka FL 34251 (MYAKKA YARD)

$67.00

/ PER TON


8500 69th Street East, Palmetto FL 34221 (ERIE ROAD)

$67.00

/ PER TON

DELIVERY DAYS AFTER RECEIPT OF ORDER:

10

/ DAYS

I.4A TACK SAND (FDOT SPEC 902-6)


LOCATION OF VENDOR'S PLANT:

Punta Gorda

DISTANCE OF VENDOR'S PLANT TO MANATEE COUNTY YARD

:  5511 39th Street East, Bradenton 34203

90

/ MILES

PRICE F.O.B. VENDOR'S PLANT:

$32.00

/ PER TON

PRICE VENDOR DELIVERED TO MANATEE COUNTY YARD


4680 66th Street West, Bradenton FL 34210

$60.00

/ PER TON


5511 39th Street East, Bradenton FL 34203

$60.00

/ PER TON


2908 12th Street Court East, Bradenton FL 34208

$60.00

/ PER TON



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION I - AGGREGATE



36650 Arcadia Avenue Myakka FL 34251 (MYAKKA YARD)

$60.00

/ PER TON


8500 69th Street East, Palmetto FL 34221 (ERIE ROAD)

$60.00

/ PER TON

DELIVERY DAYS AFTER RECEIPT OF ORDER:

10

/ DAYS

I.5 CONCRETE SAND (ASTM C33)


LOCATION OF VENDOR'S PLANT:

Lakw Wales, FL

DISTANCE OF VENDOR'S PLANT TO MANATEE COUNTY YARD

:  5511 39th Street East, Bradenton 34203

90

/ 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

$67.00

/ PER TON

5511 39th Street East, Bradenton FL 34203

$67.00

/ PER TON


36650 Arcadia Avenue Myakka FL 34251 (MYAKKA YARD)

$67.00

/ PER TON


8500 69th Street East, Palmetto FL 34221 (ERIE ROAD)

$67.00

/ PER TON


2908 12th Street Court East, Bradenton FL 34208

$67.00

/ PER TON

DELIVERY DAYS AFTER RECEIPT OF ORDER:

10

/ DAYS

I.6 FILL DIRT CY (FDOT SPEC 120-2)




ZONE 1

0 - 2,000 CY

$42.00

/ PER CY

OVER 2,000 CY

$42.00

/ PER CY


ZONE 2

0 - 2,000 CY

$42.00

/ PER CY

OVER 2,000 CY

$42.00

/ PER CY



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION I - AGGREGATE



PRICE


ZONE 3

0 - 2,000 CY

$42.00

/ PER CY

OVER 2,000 CY

$42.00

/ PER CY

VENDOR


DELIVERED


0 - 2,000 CY

$42.00

/ PER CY

TO JOB SITE

ZONE 4A

OVER 2,000 CY

$42.00

/ PER CY



ZONE 4B

0 - 2,000 CY

$42.00

/ PER CY

OVER 2,000 CY

$42.00

/ PER CY



ZONE 5

0 - 2,000 CY

$42.00

/ PER CY

OVER 2,000 CY

$42.00

/ PER CY

DELIVERY DAYS AFTER RECEIPT OF ORDER:

10

/ DAYS

I.7 FILL DIRT TON (FDOT SPEC 120-2)


LOCATION OF VENDOR'S PLANT:

Bradenton

PRICE F.O.B. VENDOR'S PLANT:

$13.00

/ PER TON



ZONE 1

0 - 500 TONS

$42.00

/ PER TON

OVER 500 TONS

$42.00

/ PER TON



ZONE 2

0 - 500 TONS

$42.00

/ PER TON

OVER 500 TONS

$42.00

/ PER TON



ZONE 3

0 - 500 TONS

$42.00

/ PER TON

OVER 500 TONS

$42.00

/ PER TON

PRICE


VENDOR


DELIVERED


0 - 500 TONS

$42.00

/ PER TON

TO JOB SITE



ZONE 4A






OVER 500 TONS

$42.00

/ PER TON



ZONE 4B

0 - 500 TONS

$42.00

/ PER TON

OVER 500 TONS

$42.00

/ PER TON



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION I - AGGREGATE




ZONE 5

0 - 500 TONS

$42.00 / PER TON

OVER 500 TONS

$42.00 / 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:

Punta Gorda

DISTANCE OF VENDOR'S PLANT TO MANATEE COUNTY YARD

:  5511 39th Street East, Bradenton 34203


90 / MILES

PRICE F.O.B. VENDOR'S PLANT:

$19.00 / PER TON

PRICE VENDOR DELIVERED TO MANATEE COUNTY YARD :

5511 39th Street East, Bradenton 34203

$48.00 / PER TON


PRICE VENDOR DELIVERED TO JOB SITE


ZONE 1

0 - 500 TONS

$48.00 / PER TON

OVER 500 TONS

$48.00 / PER TON


ZONE 2

0 - 500 TONS

$48.00 / PER TON

OVER 500 TONS

$48.00 / PER TON


ZONE 3

0 - 500 TONS

$48.00 / PER TON

OVER 500 TONS

$48.00 / PER TON


ZONE 4A

0 - 500 TONS

$48.00 / PER TON

OVER 500 TONS

$48.00 / PER TON


ZONE 4B

0 - 500 TONS

$48.00 / PER TON

OVER 500 TONS

$48.00 / PER TON


ZONE 5

0 - 500 TONS

$48.00 / PER TON

OVER 500 TONS

$48.00 / PER TON

DELIVERY DAYS AFTER RECEIPT OF ORDER:

10 / DAYS



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION I - AGGREGATE


I.9 SHELL BASE BANK RUN SHELL @ <16% MOISTURE CONTENT (FDOT SPEC 911)


LOCATION OF VENDOR'S PLANT:

Punta Gorda

DISTANCE OF VENDOR'S PLANT TO MANATEE COUNTY YARD

:  5511 39th Street East, Bradenton 34203


90


/ MILES

PRICE F.O.B. VENDOR'S PLANT:

$19.00

/ PER TON

PRICE VENDOR DELIVER TO MANATEE COUNTY YARD



4680 66th Street West, Bradenton FL 34210


$48.00


/ PER TON



5511 39th Street East, Bradenton FL 34203


$48.00


/ PER TON


2908 12th Street Court East, Bradenton FL 34208


$48.00


/ PER TON


36650 Arcadia Avenue Myakka FL 34251 (MYAKKA YARD)


$48.00


/ PER TON


8500 69th Street East, Palmetto FL 34221 (ERIE ROAD)


$48.00


/ PER TON



0 - 500 TONS

$48.00

/ PER TON


ZONE 1



OVER 500 TONS

$48.00

/ PER TON



ZONE 2

0 - 500 TONS

$48.00

/ PER TON

OVER 500 TONS

$48.00

/ PER TON



ZONE 3

0 - 500 TONS

$48.00

/ PER TON

OVER 500 TONS

$48.00

/ PER TON

PRICE




Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION I - AGGREGATE


VENDOR

DELIVERED TO JOB SITE


ZONE 4A

0 - 500 TONS

$48.00 / PER TON

OVER 500 TONS

$48.00 / PER TON


ZONE 4B

0 - 500 TONS

$48.00 / PER TON

OVER 500 TONS

$48.00 / PER TON


ZONE 5

0 - 500 TONS

$48.00 / PER TON

OVER 500 TONS

$48.00 / PER TON

DELIVERY DAYS AFTER RECEIPT OF ORDER:

10 / DAYS


I.10 SUBBASE STABILIZATION MATERIALS (FDOT SPEC 914 )


LOCATION OF VENDOR'S PLANT:

Punta Gorda

DISTANCE OF VENDOR'S PLANT TO MANATEE COUNTY YARD

:  5511 39th Street East, Bradenton 34203

90 / MILES

PRICE F.O.B. VENDOR'S PLANT:

$13.00 / PER TON


PRICE VENDOR DELIVERED TO JOB SITE


ZONE 1

0 - 500 TONS

$42.00 / PER TON

OVER 500 TONS

$42.00 / PER TON


ZONE 2

0 - 500 TONS

$42.00 / PER TON

OVER 500 TONS

$42.00 / PER TON


ZONE 3

0 - 500 TONS

$42.00 / PER TON

OVER 500 TONS

$42.00 / PER TON


ZONE 4A

0 - 500 TONS

$42.00 / PER TON

OVER 500 TONS

$42.00 / PER TON


ZONE 4B

0 - 500 TONS

$42.00 / PER TON

OVER 500 TONS

$42.00 / PER TON



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION I - AGGREGATE




ZONE 5

0 - 500 TONS

$42.00

/ PER TON

OVER 500 TONS

$42.00

/ PER TON


DELIVERY DAYS AFTER RECEIPT OF ORDER:


10


/ DAYS

I.11 WASHED SHELL 1/2"


LOCATION OF VENDOR'S PLANT:

Punta Gorda

DISTANCE OF VENDOR'S PLANT TO MANATEE COUNTY YARD

:  5511 39th Street East, Bradenton 34203

90

/ MILES

PRICE F.O.B. VENDOR'S PLANT:

$51.00

/ PER TON


PRICE VENDOR DELIVER TO MANATEE COUNTY YARD



4680 66th Street West, Bradenton FL 34210


$102.00


/ PER TON



5511 39th Street East, Bradenton FL 34203


$102.00


/ PER TON


36650 Arcadia Avenue Myakka FL 34251 (MYAKKA YARD)


$102.00


/ PER TON


8500 69th Street East, Palmetto FL 34221 (ERIE ROAD)


$102.00


/ PER TON


2908 12th Street Court East, Bradenton FL 34208


$102.00


/ PER TON



ZONE 1

0 - 500 TONS

$102.00

/ PER TON



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION I - AGGREGATE



PRICE VENDOR DELIVERED TO JOB SITE


OVER 500 TONS

$102.00

/ PER TON


ZONE 2

0 - 500 TONS

$102.00

/ PER TON

OVER 500 TONS

$102.00

/ PER TON


ZONE 3

0 - 500 TONS

$102.00

/ PER TON

OVER 500 TONS

$102.00

/ PER TON


ZONE 4A

0 - 500 TONS

$102.00

/ PER TON

OVER 500 TONS

$102.00

/ PER TON


ZONE 4B

0 - 500 TONS

$102.00

/ PER TON

OVER 500 TONS

$102.00

/ PER TON


ZONE 5

0 - 500 TONS

$102.00

/ PER TON

OVER 500 TONS

$102.00

/ PER TON


DELIVERY DAYS AFTER RECEIPT OF ORDER:


10


/ DAYS


I.12 WASHED SHELL 1"


LOCATION OF VENDOR'S PLANT:

Punta Gorda

DISTANCE OF VENDOR'S PLANT TO MANATEE COUNTY YARD

:  5511 39th Street East, Bradenton 34203


90


/ MILES


PRICE F.O.B. VENDOR'S PLANT:


$46.00


/ PER TON


PRICE VENDOR DELIVER TO MANATEE COUNTY YARD


4680 66th Street West, Bradenton FL 34210

$97.00

/ PER TON



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION I - AGGREGATE




5511 39th Street East, Bradenton FL 34203


$97.00


/ PER TON


36650 Arcadia Avenue Myakka FL 34251 (MYAKKA YARD)


$97.00


/ PER TON


8500 69th Street East, Palmetto FL 34221

(ERIE ROAD)

$97.00

/ PER TON


2908 12th Street Court East, Bradenton FL 34208


$97.00


/ PER TON


PRICE VENDOR DELIVERED TO JOB SITE


ZONE 1

0 -

500 TONS

$97.00

/ PER TON

OVER 500 TONS

$97.00

/ PER TON


ZONE 2

0 -

500 TONS

$97.00

/ PER TON

OVER 500 TONS

$97.00

/ PER TON


ZONE 3

0 -

500 TONS

$97.00

/ PER TON

OVER 500 TONS

$97.00

/ PER TON


ZONE 4A

0 -

500 TONS

$97.00

/ PER TON

OVER 500 TONS

$97.00

/ PER TON


ZONE 4B

0 -

500 TONS

$97.00

/ PER TON

OVER 500 TONS

$97.00

/ PER TON


ZONE 5

0 -

500 TONS

$97.00

/ PER TON

OVER 500 TONS

$97.00

/ PER TON


DELIVERY DAYS AFTER RECEIPT OF ORDER:


10


/ DAYS



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION I - AGGREGATE



I.13 WASHED SHELL 3"




LOCATION OF VENDOR'S PLANT:


Punta Gorda

DISTANCE OF VENDOR'S PLANT TO MANATEE COUNTY YARD

:  5511 39th Street East, Bradenton 34203


90


/ MILES


PRICE F.O.B. VENDOR'S PLANT:


$38.00


/ PER TON


PRICE VENDOR DELIVER TO MANATEE COUNTY YARD



4680 66th Street West, Bradenton FL 34210


$9.00


/ PER TON



5511 39th Street East, Bradenton FL 34203


$90.00


/ PER TON



36650 Arcadia Avenue Myakka FL 34251 (MYAKKA YARD)


$90.00


/ PER TON



8500 69th Street East, Palmetto FL 34221 (ERIE ROAD)


$90.00


/ PER TON



2908 12th Street Court East, Bradenton FL 34208


$90.00


/ PER TON



ZONE 1

0 - 500 TONS

$90.00

/ PER TON

OVER 500 TONS

$90.00

/ PER TON



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION I - AGGREGATE



PRICE VENDOR DELIVERED TO JOB SITE


ZONE 2

0 - 500 TONS

$90.00

/ PER TON

OVER 500 TONS

$90.00

/ PER TON


ZONE 3

0 - 500 TONS

$90.00

/ PER TON

OVER 500 TONS

$90.00

/ PER TON


ZONE 4A

0 - 500 TONS

$90.00

/ PER TON

OVER 500 TONS

$90.00

/ PER TON


ZONE 4B

0 - 500 TONS

$90.00

/ PER TON

OVER 500 TONS

$90.00

/ PER TON


ZONE 5

0 - 500 TONS

$90.00

/ PER TON

OVER 500 TONS

$90.00

/ PER TON


DELIVERY DAYS AFTER RECEIPT OF ORDER:


10


/ DAYS


I.14 SHELL SCREENINGS TDS 1/2"


LOCATION OF VENDOR'S PLANT:

Punta Gorda

DISTANCE OF VENDOR'S PLANT TO MANATEE COUNTY YARD

:  5511 39th Street East, Bradenton 34203


90


/ MILES


PRICE F.O.B. VENDOR'S PLANT:


$38.00


/ PER TON


PRICE VENDOR DELIVER TO MANATEE COUNTY YARD



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION I - AGGREGATE




4680 66th Street West, Bradenton FL 34210


$67.00


/ PER TON



5511 39th Street East, Bradenton FL 34203


$67.00


/ PER TON


36650 Arcadia Avenue Myakka FL 34251 (MYAKKA YARD)


$67.00


/ PER TON



8500 69th Street East, Palmetto FL 34221 (ERIE ROAD)


$67.00


/ PER TON


2908 12th Street Court East, Bradenton FL 34208


$67.00


/ PER TON


PRICE VENDOR DELIVERED TO JOB SITE


ZONE 1

0 -

500 TONS

$67.00

/ PER TON

OVER 500 TONS

$67.00

/ PER TON


ZONE 2

0 -

500 TONS

$67.00

/ PER TON

OVER 500 TONS

$67.00

/ PER TON


ZONE 3

0 -

500 TONS

$67.00

/ PER TON

OVER 500 TONS

$67.00

/ PER TON


ZONE 4A

0 -

500 TONS

$67.00

/ PER TON

OVER 500 TONS

$67.00

/ PER TON


ZONE 4B

0 -

500 TONS

$67.00

/ PER TON

OVER 500 TONS

$67.00

/ PER TON


ZONE 5

0 -

500 TONS

$67.00

/ PER TON



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION I - AGGREGATE




OVER 500 TONS

$67.00 / PER TON

DELIVERY DAYS AFTER RECEIPT OF ORDER:

10 / DAYS


I.15 LIMEROCK BASE MATERIAL (FDOT SPEC SECTION 911)


LOCATION OF VENDOR'S PLANT:

Punta Gorda

DISTANCE OF VENDOR'S PLANT TO MANATEE COUNTY YARD

:  5511 39th Street East, Bradenton 34203


90 / MILES

PRICE F.O.B. VENDOR'S PLANT:

$19.00 / PER TON



5511 39th Street East, Bradenton FL 34210


$48.00


/ PER TON



PRICE VENDOR DELIVERED TO JOB SITE


ZONE 1

0 - 500 TONS

$48.00 / PER TON

OVER 500 TONS

$48.00 / PER TON


ZONE 2

0 - 500 TONS

$48.00 / PER TON

OVER 500 TONS

$48.00 / PER TON


ZONE 3

0 - 500 TONS

$48.00 / PER TON

OVER 500 TONS

$48.00 / PER TON


ZONE 4A


0 - 500 TONS


$48.00 / PER TON

OVER 500 TONS

$48.00 / PER TON


ZONE 4B

0 - 500 TONS

$48.00 / PER TON


OVER 500 TONS


$48.00 / PER TON



0 - 500 TONS


$48.00 / PER TON



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION I - AGGREGATE



ZONE 5


OVER 500 TONS


$48.00


/ PER TON


DELIVERY DAYS AFTER RECEIPT OF ORDER:


10


/ DAYS

I.16 CRUSHED CONCRETE AGGREGATE BASE MATERIALS (MANATEE CO SPECS)


LOCATION OF VENDOR'S PLANT:

Bradenton

DISTANCE OF VENDOR'S PLANT TO MANATEE COUNTY YARD

:  5511 39th Street East, Bradenton 34203


45


/ MILES

PRICE F.O.B. VENDOR'S PLANT:

$32.00

/ PER TON

PRICE VENDOR DELIVERED TO MANATEE COUNTY YARD :

5511 39th Street East, Bradenton 34203


$55.00


/ PER TON


PRICE VENDOR DELIVERED TO JOB SITE


ZONE 1

0 - 500 TONS

$55.00

/ PER TON

OVER 500 TONS

$55.00

/ PER TON


ZONE 2

0 - 500 TONS

$55.00

/ PER TON

OVER 500 TONS

$55.00

/ PER TON


ZONE 3

0 - 500 TONS

$55.00

/ PER TON

OVER 500 TONS

$55.00

/ PER TON


ZONE 4A

0 - 500 TONS

$55.00

/ PER TON

OVER 500 TONS

$55.00

/ PER TON


ZONE 4B

0 - 500 TONS

$55.00

/ PER TON

OVER 500 TONS

$55.00

/ PER TON


0 - 500 TONS

$55.00

/ PER TON



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION I - AGGREGATE



ZONE 5

OVER 500 TONS

$55.00

/ PER TON

DELIVERY DAYS AFTER RECEIPT OF ORDER:

10

/ DAYS

I.17 GRADED AGGREGATE BASE (FDOT SPEC 204)


LOCATION OF VENDOR'S PLANT:

Bradenton

DISTANCE OF VENDOR'S PLANT TO MANATEE COUNTY YARD

:  5511 39th Street East, Bradenton 34203


45


/ MILES

PRICE F.O.B. VENDOR'S PLANT:

$32.00

/ PER TON



5511 39th Street East, Bradenton FL 34210


$60.00


/ PER TON



PRICE VENDOR DELIVERED TO JOB SITE


ZONE 1

0 - 500 TONS

$60.00

/ PER TON

OVER 500 TONS

$60.00

/ PER TON


ZONE 2

0 - 500 TONS

$60.00

/ PER TON

OVER 500 TONS

$60.00

/ PER TON


ZONE 3

0 - 500 TONS

$60.00

/ PER TON

OVER 500 TONS

$60.00

/ PER TON


ZONE 4A

0 - 500 TONS

$60.00

/ PER TON

OVER 500 TONS

$60.00

/ PER TON


ZONE 4B

0 - 500 TONS

$60.00

/ PER TON

OVER 500 TONS

$60.00

/ PER TON


ZONE 5

0 - 500 TONS

$60.00

/ PER TON

OVER 500 TONS

$60.00

/ PER TON

DELIVERY DAYS AFTER RECEIPT OF ORDER:

10

/ DAYS

I.18 #7 COARSE AGGREGATE 1/2" (FDOT SPEC 901)


LOCATION OF VENDOR'S PLANT:

Palmetto



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION I - AGGREGATE


DISTANCE OF VENDOR'S PLANT TO MANATEE COUNTY YARD

:  5511 39th Street East, Bradenton 34203


25


/ MILES

PRICE F.O.B. VENDOR'S PLANT:

$70.00

/ PER TON

PRICE VENDOR DELIVERED TO MANATEE COUNTY YARD:


4680 66th Street West, Bradenton FL 34210

$132.00

/ PER TON

5511 39th Street East, Bradenton FL 34203

$132.00

/ PER TON


36650 Arcadia Avenue Myakka FL 34251

(MYAKKA YARD)

$132.00

/ PER TON


2908 12th Street Court East, Bradenton FL 34208

$132.00

/ PER TON


8500 69th Street East, Palmetto FL 34221 (ERIE ROAD)

$132.00

/ PER TON

DELIVERY DAYS AFTER RECEIPT OF ORDER:

10

/ DAYS



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL


SECTION II - LIQUID ASPHALT


II.1 ASPHALT EMULSION TYPE RS-1 (SPEC FDOT 300)


LOCATION OF VENDOR'S PLANT:

Tampa

DISTANCE OF VENDOR'S PLANT TO MANATEE COUNTY YARD:

75

/ MILES

PRICE F.O.B. VENDOR'S PLANT:

$13.00

/ PER GAL

PRICE VENDOR DELIVER TO MANATEE COUNTY YARD

$33.00

/ PER GAL

DELIVERY DAYS AFTER RECEIPT OF ORDER:

10

/ DAYS

II.2 ASPHALT EMULSION TYPE RS-2 (SPEC FDOT 300)


LOCATION OF VENDOR'S PLANT:

Tampa

DISTANCE OF VENDOR'S PLANT TO MANATEE COUNTY YARD:

75

/ MILES

PRICE F.O.B. VENDOR'S PLANT:

$13.00

/ PER GAL

PRICE VENDOR DELIVER TO MANATEE COUNTY YARD

$33.00

/ PER GAL

DELIVERY DAYS AFTER RECEIPT OF ORDER:

10

/ DAYS

II.3 EPRS (Emulsion Prime Type RS) (SPEC FDOT 300)


LOCATION OF VENDOR'S PLANT:

Tampa

DISTANCE OF VENDOR'S PLANT TO MANATEE COUNTY YARD:

75

/ MILES

PRICE F.O.B. VENDOR'S PLANT:

$13.00

/ PER GAL



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL


SECTION II - LIQUID ASPHALT


PRICE VENDOR DELIVER TO MANATEE COUNTY YARD

$33.00 / PER GAL

DELIVERY DAYS AFTER RECEIPT OF ORDER:

10 / DAYS



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, 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

$36.00

/ PER SY

2,001 - 10,000 SY

$18.00

/ PER SY

OVER 10,000 SY

$15.00

/ PER SY



8" DEPTH

0 - 2,000 SY

$36.00

/ PER SY

2,001 - 10,000 SY

$18.00

/ PER SY

OVER 10,000 SY

$15.00

/ PER SY



12" DEPTH

0 - 2,000 SY

$366.00

/ PER SY

2,001 - 10,000 SY

$18.00

/ PER SY

OVER 10,000 SY

$15.00

/ PER SY


DELIVERY DAYS AFTER RECEIPT OF ORDER:

10

/ 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

$37.00

/ PER SY

2,001 - 10,000 SY

$19.00

/ PER SY

OVER 10,000 SY

$14.00

/ PER SY



8" DEPTH

0 - 2,000 SY

$37.00

/ PER SY

2,001 - 10,000 SY

$19.00

/ PER SY



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION III - PAVEMENT BASE CONSTRUCTION




OVER 10,000 SY

$14.00

/ PER SY



12" DEPTH

0 - 2,000 SY

$37.00

/ PER SY

2,001 - 10,000 SY

$19.00

/ PER SY

OVER 10,000 SY

$14.00

/ PER SY


DELIVERY DAYS AFTER RECEIPT OF ORDER:

10

/ DAYS


III.3


PRIME AND MAT - Specification: Seal and Sand, (FDOT SPEC 300)



0 - 500 SY

$3.00

/ PER SY


501 - 1,000 SY

$2.00

/ PER SY


1,001 - 2,500 SY

$1.60

/ PER SY


OVER 2,500 SY

$1.30

/ PER SY


DELIVERY DAYS AFTER RECEIPT OF ORDER:

10

/ DAYS


III.4


EXCAVATION (DIRT REMOVAL) SEE SPEC



0 - 200 CY

$115.00

/ PER CY


201 - 2,000 CY

$30.00

/ PER CY


OVER 2,000 CY

$21.00

/ PER CY


DELIVERY DAYS AFTER RECEIPT OF ORDER:

10

/ DAYS


III.5

GRADE AND SHAPE FORESLOPE, BACKSLOPE & PULLING OF DITCHES - SEE SPEC



0 - 200 SY

$250.00

/ PER SY



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION III - PAVEMENT

BASE CONSTRUCTION



201 - 2,000 SY

$30.00

/ PER SY


OVER 2,000 SY

$21.00

/ PER SY


DELIVERY DAYS AFTER RECEIPT OF ORDER:

10

/ DAYS

III.6

TRAFFIC MAINTENANCE SIGNS AND BARRICADES RENTAL



(A)

BARRICADES



TYPE A


(without light)


$1.00

/ PER UNIT DAY

TYPE II (without light) - 48" minimum length

$1.00

/ PER UNIT DAY


TYPE III (without light) - 72" minimum length


$1.00

/ PER UNIT DAY


BARRICADE LIGHTS



(B)


TYPE A


- FLASHING


$1.00

/ PER UNIT DAY



TYPE B


- STEADY BURN


$1.00

/ 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 COLLARS



24" HIGH


$1.00

/ PER UNIT DAY



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION

III

-

PAVEMENT BASE CONSTRUCTION




36" HIGH


$1.00

/ PER UNIT DAY


(E)

TRAFFIC SIGNS - REFLECTORIZED FACED WITH ENGINEERING GRADE OR BETTER MATERIAL. EXACT TYPE TO BE ORDERED TO FIT JOB SITE:



36" x 36"


$1.00

/ PER UNIT DAY


48" x 48"


$1.00

/ PER UNIT DAY


18" x 24"


$1.00

/ PER UNIT DAY


60" x 30"


$1.00

/ PER UNIT DAY


48" x 30"


$1.00

/ PER UNIT DAY


(F)

ARROW BOARDS - SELF CONTAINED, TRAILER MOUNTED, 48"H x 60"W MINIMAL SIZE



ARROW(S) ONLY


$50.00

/ PER UNIT DAY


VARIABLE MESSAGE


$100.00

/ PER UNIT DAY


(G)

PRE-CAST CONCRETE TEMPORARY BARRIER WALL SECTIONS PER FLORIDA DOT INDEX NO. 415



PER SECTION - 12" MINIMUM LENGTH


$1,000.00

/ PER UNIT DAY


DELIVERY DAYS AFTER RECEIPT OF ORDER:

10

/ DAYS



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION III - PAVEMENT BASE CONSTRUCTION


III.7

FILL DIRT PLACING (PLACE, SHAPE, AND COMPACT FILL) SEE SPEC




ZONE 1

0 - 200 CY

$65.00

/ PER CY

201 - 2,000 CY

$25.00

/ PER CY

OVER 2,000 CY

$15.00

/ PER CY



ZONE 2

0 - 200 CY

$65.00

/ PER CY

201 - 2,000 CY

$25.00

/ PER CY

OVER 2,000 CY

$15.00

/ PER CY



ZONE 3

0 - 200 CY

$65.00

/ PER CY

201 - 2,000 CY

$25.00

/ PER CY

OVER 2,000 CY

$15.00

/ PER CY



ZONE 4A

0 - 200 CY

$65.00

/ PER CY

201 - 2,000 CY

$25.00

/ PER CY

OVER 2,000 CY

$15.00

/ PER CY



ZONE 4B

0 - 200 CY

$65.00

/ PER CY

201 - 2,000 CY

$25.00

/ PER CY

OVER 2,000 CY

$15.00

/ PER CY



ZONE 5


0 - 200 CY


$65.00


/ PER CY

201 - 2,000 CY

$25.00

/ PER CY

OVER 2,000 CY

$15.00

/ PER CY


DELIVERY DAYS AFTER RECEIPT OF ORDER:

10

/ DAYS

III.8

HYDRO SEEDING (Water & Fertilizer are separate bid items) - SEE SPEC




Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION III - PAVEMENT BASE CONSTRUCTION




ZONE 1

0 - 500 SY

$15.00

/ PER SY

501 - 5,000 SY

$4.00

/ PER SY

5,001 - 12,000 SY

$3.00

/ PER SY

12,001 - 22,000 SY

$1.50

/ PER SY

OVER 22,000 SY

$1.00

/ PER SY



ZONE 2

0 - 500 SY

$15.00

/ PER SY

501 - 5,000 SY

$4.00

/ PER SY

5,001 - 12,000 SY

$3.00

/ PER SY

12,001 - 22,000 SY

$1.50

/ PER SY

OVER 22,000 SY

$1.00

/ PER SY



ZONE 3

0 - 500 SY

$15.00

/ PER SY

501 - 5,000 SY

$4.00

/ PER SY

5,001 - 12,000 SY

$3.00

/ PER SY

12,001 - 22,000 SY

$1.50

/ PER SY

OVER 22,000 SY

$1.00

/ PER SY



ZONE 4A

0 - 500 SY

$15.00

/ PER SY

501 - 5,000 SY

$4.00

/ PER SY

5,001 - 12,000 SY

$3.00

/ PER SY

12,001 - 22,000 SY

$1.50

/ PER SY

OVER 22,000 SY

$1.00

/ PER SY



ZONE 4B

0 - 500 SY

$15.00

/ PER SY

501 - 5,000 SY

$4.00

/ PER SY

5,001 - 12,000 SY

$3.00

/ PER SY

12,001 - 22,000 SY

$1.50

/ PER SY



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION III - PAVEMENT BASE CONSTRUCTION




OVER 22,000 SY

$1.00

/ PER SY



ZONE 5

0 - 500 SY

$15.00

/ PER SY

501 - 5,000 SY

$4.00

/ PER SY

5,001 - 12,000 SY

$3.00

/ PER SY

12,001 - 22,000 SY

$1.50

/ PER SY

OVER 22,000 SY

$1.00

/ PER SY


DELIVERY DAYS AFTER RECEIPT OF ORDER:

10

/ DAYS

III.9

SODDING - BAHIA (Water & Fertilizer are separate bid items) SEE

SPEC




ZONE 1

0 - 50 SY

$33.00

/ PER SY

51 - 500 SY

$20.00

/ PER SY

OVER 500 SY

$10.00

/ PER SY



ZONE 2

0 - 50 SY

$33.00

/ PER SY

51 - 500 SY

$20.00

/ PER SY

OVER 500 SY

$10.00

/ PER SY



ZONE 3

0 - 50 SY

$33.00

/ PER SY

51 - 500 SY

$20.00

/ PER SY

OVER 500 SY

$10.00

/ PER SY



ZONE 4A

0 - 50 SY

$33.00

/ PER SY

51 - 500 SY

$20.00

/ PER SY

OVER 500 SY

$10.00

/ PER SY



ZONE 4B

0 - 50 SY

$33.00

/ PER SY

51 - 500 SY

$20.00

/ PER SY

OVER 500 SY

$10.00

/ PER SY



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION III - PAVEMENT BASE CONSTRUCTION




ZONE 5


0 - 50 SY


$33.00


/ PER SY

51 - 500 SY

$20.00

/ PER SY

OVER 500 SY

$10.00

/ PER SY


DELIVERY DAYS AFTER RECEIPT OF ORDER:

10

/ DAYS

III.10

SODDING - ST. AUGUSTINE (Water and Fertilizer are separate bid items) SEE SPEC




ZONE 1

0 - 50 SY

$40.00

/ PER SY

51 - 500 SY

$25.00

/ PER SY

OVER 500 SY

$15.00

/ PER SY



ZONE 2

0 - 50 SY

$40.00

/ PER SY

51 - 500 SY

$25.00

/ PER SY

OVER 500 SY

$15.00

/ PER SY



ZONE 3

0 - 50 SY

$40.00

/ PER SY

51 - 500 SY

$25.00

/ PER SY

OVER 500 SY

$15.00

/ PER SY



ZONE 4A

0 - 50 SY

$40.00

/ PER SY

51 - 500 SY

$25.00

/ PER SY

OVER 500 SY

$15.00

/ PER SY



ZONE 4B

0 - 50 SY

$40.00

/ PER SY

51 - 500 SY

$25.00

/ PER SY

OVER 500 SY

$15.00

/ PER SY



ZONE 5


0 - 50 SY


$40.00


/ PER SY

51 - 500 SY

$25.00

/ PER SY

OVER 500 SY

$15.00

/ PER SY



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION

III

-

PAVEMENT BASE CONSTRUCTION



DELIVERY DAYS AFTER RECEIPT OF ORDER:

10

/ DAYS

III.11

SODDING - BERMUDA (Water & Fertilizer are separate bid items) SEE SPEC




ZONE 1

0 - 50 SY

$40.00

/ PER SY

51 - 500 SY

$25.00

/ PER SY

OVER 500 SY

$15.00

/ PER SY



ZONE 2

0 - 50 SY

$40.00

/ PER SY

51 - 500 SY

$25.00

/ PER SY

OVER 500 SY

$15.00

/ PER SY



ZONE 3

0 - 50 SY

$40.00

/ PER SY

51 - 500 SY

$25.00

/ PER SY

OVER 500 SY

$15.00

/ PER SY



ZONE 4A

0 - 50 SY

$40.00

/ PER SY

51 - 500 SY

$25.00

/ PER SY

OVER 500 SY

$15.00

/ PER SY



ZONE 4B

0 - 50 SY

$40.00

/ PER SY

51 - 500 SY

$25.00

/ PER SY

OVER 500 SY

$15.00

/ PER SY



ZONE 5

0 - 50 SY

$40.00

/ PER SY

51 - 500 SY

$25.00

/ PER SY

OVER 500 SY

$15.00

/ PER SY


DELIVERY DAYS AFTER RECEIPT OF ORDER:

10

/ DAYS

III.12

WATER FOR SEEDING, SODDING & TREES - SEE SPEC




0 - 50 GAL

$135.00

/ PER GAL



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION III - PAVEMENT BASE CONSTRUCTION




ZONE 1

51 - 250 GAL

$10.00

/ PER GAL

251 - 500 GAL

$7.50

/ PER GAL

500 - 1000 GAL

$3.00

/ PER GAL



ZONE 2

0 - 50 GAL

$135.00

/ PER GAL

51 - 250 GAL

$10.00

/ PER GAL

251 - 500 GAL

$7.50

/ PER GAL

500 - 1000 GAL

$3.00

/ PER GAL



ZONE 3

0 - 50 GAL

$135.00

/ PER GAL

51 - 250 GAL

$10.00

/ PER GAL

251 - 500 GAL

$7.50

/ PER GAL

500 - 1000 GAL

$3.00

/ PER GAL



ZONE 4A

0 - 50 GAL

$135.00

/ PER GAL

51 - 250 GAL

$10.00

/ PER GAL

251 - 500 GAL

$7.50

/ PER GAL

500 - 1000 GAL

$3.00

/ PER GAL



ZONE 4B

0 - 50 GAL

$135.00

/ PER GAL

51 - 250 GAL

$10.00

/ PER GAL

251 - 500 GAL

$7.50

/ PER GAL

500 - 1000 GAL

$3.00

/ PER GAL



ZONE 5

0 - 50 GAL

$135.00

/ PER GAL

51 - 250 GAL

$10.00

/ PER GAL

251 - 500 GAL

$7.50

/ PER GAL

500 - 1000 GAL

$3.00

/ PER GAL



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION III - PAVEMENT BASE CONSTRUCTION



III.13

PAVEMENT REMOVAL - Excavate & remove existing pavement surface, base and subgrade as applicable SEE SPEC




4" DEPTH

0 - 100 SY

$195.00

/ PER SY

101 - 250 SY

$70.00

/ PER SY

251 - 500 SY

$30.00

/ PER SY

OVER 500 SY

$20.00

/ PER SY



6" DEPTH

0 - 100 SY

$200.00

/ PER SY

101 - 250 SY

$75.00

/ PER SY

251 - 500 SY

$35.00

/ PER SY

OVER 500 SY

$25.00

/ PER SY



8" DEPTH

0 - 100 SY

$205.00

/ PER SY

101 - 250 SY

$80.00

/ PER SY


251 - 500 SY


$40.00


/ PER SY

OVER 500 SY

$30.00

/ PER SY


DELIVERY DAYS AFTER RECEIPT OF ORDER:

10

/ DAYS

III.14

CEMENT TREATED AGGREGATE BASE - Manatee County Spec

403.1



LOCATION OF VENDOR'S PLANT:

MANATEE


PRICE F.O.B. VENDOR'S PLANT:

$48.00

/ PER TON


PRICE VENDOR DELIVERED TO:


ZONE 1

$76.00

/ PER TON


ZONE 2

$76.00

/ PER TON



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION III - PAVEMENT BASE CONSTRUCTION



ZONE 3

$76.00

/ PER TON


ZONE 4A

$76.00

/ PER TON


ZONE 4B

$76.00

/ PER TON


ZONE 5

$76.00

/ PER TON


DELIVERY DAYS AFTER RECEIPT OF ORDER:

10

/ 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)

$5,000.00

/ EACH


1,000 - 5,000 SY

$20.00

/ PER SY


OVER 5,000 SY

$15.00

/ PER SY


ADDITIVES

$200.00

/ TON


DELIVERY DAYS AFTER RECEIPT OF ORDER:

10

/ DAYS

III.16

EQUIPMENT RENTAL - DUMP TRUCK



FORD LNT 8000 OR EQUIVALENT WITH 5 CY CAPACITY (with

Operator)

$95.00

/PER HOUR


FORD LNT 8000 OR EQUIVALENT WITH 5 CY CAPACITY (with

Operator)

$5,000.00

/PER WEEK


FORD LNT 8000 OR EQUIVALENT WITH 15 CY CAPACITY (with

Operator)

$105.00

/PER HOUR


FORD LNT 8000 OR EQUIVALENT WITH 15 CY CAPACITY (with

Operator)

$5,300.00

/PER WEEK


23 YARD DUMP TRAILER WITH ROAD TRACTOR (with Operator)

$130.00

/PER HOUR



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION III - PAVEMENT BASE CONSTRUCTION



23 YARD DUMP TRAILER WITH ROAD TRACTOR (with Operator)

$6,700.00

/PER WEEK


DELIVERY DAYS AFTER RECEIPT OF ORDER:

10

/ DAYS

III.17

EROSION CONTROL PER F.D.O.T. SECTION 104



BAILED HAY OR STRAW

$15.00

/ PER EACH


FLOATING TURBIDITY BARRIERS

$20.00

/ PER LF


SAND BAGGING

$135.00

/ PER CY



STAKED SILT FENCE


$6.00


/ PER LF



FILTER SOCK (INLET PROTECTION)


$100.00


/ PER LF


DELIVERY DAYS AFTER RECEIPT OF ORDER:

10

/ DAYS

III.18

TOP SOIL FOR F.D.O.T. 162



MUCK BLANKET



0 - 200 SY

$250.00

/ PER SY



201 - 2,000 SY


$75.00


/ PER SY


OVER 2,000 SY

$50.00

/ PER SY


TOP SOIL



0 - 200 SY

$250.00

/ PER SY


201 - 2,000 SY

$75.00

/ PER SY


OVER 2,000 SY

$50.00

/ PER SY



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION III - PAVEMENT BASE CONSTRUCTION




DELIVERY DAYS AFTER RECEIPT OF ORDER:


10


/ DAYS

III.19

REWORKING AND SHOULDER SODDING ON EXISTING FACILITIES SEE SPEC



REWORK SHOULDERS

$75.00

/ PER SY


DELIVERY DAYS AFTER RECEIPT OF ORDER:

10

/ DAYS


III.20

CLIPPING OF SHOULDER AND CLEANUP FOR RESURFACING - SEE SPEC



0 - 200 LF

$15.00

/ PER LF


201 - 2,000 LF

$4.00

/ PER LF


OVER 2,000 LF

$2.00

/ PER LF


DELIVERY DAYS AFTER RECEIPT OF ORDER:

10

/ DAYS


III.21

CLIPPING SHOULDER AND REMOVAL OF MATERIAL TO

ESTABLISH DRAINAGE FINISHED SURFACE TO BE SODDED OR HYDRO -SEE SPEC



0 - 2,000 LF

$65.00

/ PER LF


2,001 - 5000 LF

$26.00

/ PER LF


OVER 5,001 LF

$13.00

/ PER LF


TRUCK MEASURE REMOVAL OF MATERIAL

$150.00

/ PER CY


DELIVERY DAYS AFTER RECEIPT OF ORDER:

10

/ DAYS

III.24

SURVEYING - To be used with other Road Building Bid items when required - SEE SPEC



HOURLY RATE



0 - 10 HOURS

$190.00

/ PER HOUR



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION III - PAVEMENT BASE CONSTRUCTION



11 - 21 HOURS

$190.00

/ PER HOUR


21 - 40 HOURS

$190.00

/ PER HOUR


40 + HOURS

$190.00

/ PER HOUR


DELIVERY DAYS AFTER RECEIPT OF ORDER:

10

/ DAYS


III.25

TREE REMOVAL & DISPOSAL (To include removal and disposal of root system) SEE SPEC



ALL

ZONES:

2"

-

4"

$1,500.00

/ EACH



5"

-

8"

$2,000.00

/ EACH



9"

-

12"

$2,700.00

/ EACH



13"

-

24"

$3,400.00

/ EACH



25"

-

36"

$4,000.00

/ EACH


OVER 36"

$5,500.00

/ EACH


DELIVERY DAYS AFTER RECEIPT OF ORDER:

10

/ DAYS

III.26

6' CONCRETE CURB STOPS - SEE SPEC

$75.00

/ EACH

III.26a

CONCRETE CURB STOP REMOVAL AND REINSTALL

$100.00

/ EACH



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL


SECTION IV - BASE AND SURFACE CONSTRUCTION/MATERIAL


FURNISH AND INSTALL NON AGGREGATE FLOWABLE FILL

IV.1 GROUT - CONTRACTOR SHALL FURNISH ALL LABOR, MATERIALS, EQUIPMENT AND SERVICES REQUIRED FDOT

SPEC 121


LOCATION OF VENDOR'S PLANT:


PRICE F.O.B. VENDOR'S PLANT:

$400.00

/ PER

TON

PRICE VENDOR DELIVER TO JOB SITE:


ZONE 1

0 - 500 TONS

$1,000.00

/ PER

TON

OVER 500 TONS

$1,000.00

/ PER

TON


ZONE 2

0 - 500 TONS

$1,000.00

/ PER

TON

OVER 500 TONS

$1,000.00

/ PER

TON


ZONE 3

0 - 500 TONS

$1,000.00

/ PER

TON

OVER 500 TONS

$1,000.00

/ PER

TON


ZONE 4A

0 - 500 TONS

$1,000.00

/ PER

TON

OVER 500 TONS

$1,000.00

/ PER

TON


ZONE 4B

0 - 500 TONS

$1,000.00

/ PER

TON

OVER 500 TONS

$1,000.00

/ PER

TON


ZONE 5

0 - 500 TONS

$1,000.00

/ PER

TON

OVER 500 TONS

$1,000.00

/ PER

TON

DELIVERY DAYS AFTER RECEIPT OF ORDER:


15


/ DAYS


IV.2 SAND ASPHALT HOT MIX - 1200# STABILITY - SEE SPEC


LOCATION OF VENDOR'S PLANT:

Oneco, FL

PRICE F.O.B. VENDOR'S PLANT:

$160.00

/ PER

TON



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL


SECTION IV - BASE AND SURFACE CONSTRUCTION/MATERIAL


PRICE VENDOR DELIVER TO JOB SITE:

ZONE 1

0 - 500 TONS

$181.00

/ PER

TON

OVER 500 TONS

$181.00

/ PER

TON

ZONE 2

0 - 500 TONS

$181.00

/ PER

TON

OVER 500 TONS

$181.00

/ PER

TON

ZONE 3

0 - 500 TONS

$181.00

/ PER

TON

OVER 500 TONS

$181.00

/ PER

TON

ZONE 4A

0 - 500 TONS

$181.00

/ PER

TON

OVER 500 TONS

$181.00

/ PER

TON

ZONE 4B

0 - 500 TONS

$181.00

/ PER

TON

OVER 500 TONS

$181.00

/ PER

TON

ZONE 5

0 - 500 TONS

$181.00

/ PER

TON

OVER 500 TONS

$181.00

/ PER

TON

DELIVERY DAYS AFTER RECEIPT OF ORDER:


15


/ DAYS

IV.3 ASPHALTIC BASE COURSE III - SEE SPEC


LOCATION OF VENDOR'S PLANT:

Oneco, FL

PRICE F.O.B. VENDOR'S PLANT:

$119.00

/ PER

TON

PRICE VENDOR DELIVER TO JOB SITE:


ZONE 1

0 - 500 TONS

$142.00

/ PER

TON

OVER 500 TONS

$142.00

/ PER

TON


ZONE 2

0 - 500 TONS

$142.00

/ PER

TON

OVER 500 TONS

$142.00

/ PER

TON



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL


SECTION IV - BASE AND SURFACE CONSTRUCTION/MATERIAL



ZONE 3

0 - 500 TONS

$142.00

/ PER

TON

OVER 500 TONS

$142.00

/ PER

TON


ZONE 4A

0 - 500 TONS

$142.00

/ PER

TON

OVER 500 TONS

$142.00

/ PER

TON


ZONE 4B

0 - 500 TONS

$142.00

/ PER

TON

OVER 500 TONS

$142.00

/ PER

TON


ZONE 5

0 - 500 TONS

$142.00

/ PER

TON

OVER 500 TONS

$142.00

/ PER

TON

DELIVERY DAYS AFTER RECEIPT OF ORDER:

15

/ DAYS

IV.4 FRICTION COURSE TYPE - FC 12.5 FDOT 337


LOCATION OF VENDOR'S PLANT:


PRICE F.O.B. VENDOR'S PLANT:

$147.00

/ PER

TON

PRICE VENDOR DELIVER TO JOB SITE:


ZONE 1

0 - 500 TONS

$170.00

/ PER

TON

OVER 500 TONS

$170.00

/ PER

TON


ZONE 2

0 - 500 TONS

$170.00

/ PER

TON

OVER 500 TONS

$170.00

/ PER

TON


ZONE 3

0 - 500 TONS

$170.00

/ PER

TON

OVER 500 TONS

$170.00

/ PER

TON


ZONE 4A

0 - 500 TONS

$170.00

/ PER

TON

OVER 500 TONS

$1,700.00

/ PER

TON


ZONE 4B

0 - 500 TONS

$170.00

/ PER

TON



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL


SECTION IV - BASE AND SURFACE CONSTRUCTION/MATERIAL



OVER 500 TONS

$170.00

/ PER

TON


ZONE 5

0 - 500 TONS

$170.00

/ PER

TON

OVER 500 TONS

$170.00

/ PER

TON


DELIVERY DAYS AFTER RECEIPT OF ORDER:


15


/ DAYS

IV.5 FRICTION COURSE TYPE - FC 9.5 FDOT 337


LOCATION OF VENDOR'S PLANT:

Oneco, FL

PRICE F.O.B. VENDOR'S PLANT:

$150.00

/ PER

TON

PRICE VENDOR DELIVER TO JOB SITE:


ZONE 1

0 - 500 TONS

$170.00

/ PER

TON

OVER 500 TONS

$170.00

/ PER

TON


ZONE 2

0 - 500 TONS

$170.00

/ PER

TON

OVER 500 TONS

$170.00

/ PER

TON


ZONE 3

0 - 500 TONS

$170.00

/ PER

TON

OVER 500 TONS

$170.00

/ PER

TON


ZONE 4A

0 - 500 TONS

$170.00

/ PER

TON

OVER 500 TONS

$170.00

/ PER

TON


ZONE 4B

0 - 500 TONS

$170.00

/ PER

TON

OVER 500 TONS

$170.00

/ PER

TON


ZONE 5

0 - 500 TONS

$170.00

/ PER

TON

OVER 500 TONS

$170.00

/ PER

TON


DELIVERY DAYS AFTER RECEIPT OF ORDER:


15


/ DAYS



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL


SECTION IV - BASE AND SURFACE CONSTRUCTION/MATERIAL


IV.6 EAM COLD MIX


LOCATION OF VENDOR'S PLANT:

Oneco, FL

PRICE F.O.B. VENDOR'S PLANT:

$320.00

/ PER

TON


DELIVERY DAYS AFTER RECEIPT OF ORDER:


15


/ DAYS

IV.7 ASPHALTIC CONCRETE TYPE S-1 - SEE SPEC


LOCATION OF VENDOR'S PLANT:

Oneco, FL

PRICE F.O.B. VENDOR'S PLANT:

$119.00

/ PER

TON

PRICE VENDOR DELIVER TO JOB SITE:


ZONE 1

0 - 500 TONS

$142.00

/ PER

TON

OVER 500 TONS

$142.00

/ PER

TON


ZONE 2

0 - 500 TONS

$142.00

/ PER

TON

OVER 500 TONS

$142.00

/ PER

TON


ZONE 3

0 - 500 TONS

$142.00

/ PER

TON

OVER 500 TONS

$142.00

/ PER

TON


ZONE 4A

0 - 500 TONS

$142.00

/ PER

TON

OVER 500 TONS

$142.00

/ PER

TON


ZONE 4B

0 - 500 TONS

$142.00

/ PER

TON

OVER 500 TONS

$142.00

/ PER

TON


ZONE 5

0 - 500 TONS

$142.00

/ PER

TON

OVER 500 TONS

$142.00

/ PER

TON

DELIVERY DAYS AFTER RECEIPT OF ORDER:

15

/ DAYS



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL


SECTION IV - BASE AND SURFACE CONSTRUCTION/MATERIAL


IV.8 ASPHALTIC CONCRETE TYPE S-111 - SEE SPEC


LOCATION OF VENDOR'S PLANT:

Oneco, FL

PRICE F.O.B. VENDOR'S PLANT:

$119.00

/ PER

TON

PRICE VENDOR DELIVER TO JOB SITE:


ZONE 1

0 - 500 TONS

$142.00

/ PER

TON

OVER 500 TONS

$142.00

/ PER

TON


ZONE 2

0 - 500 TONS

$142.00

/ PER

TON

OVER 500 TONS

$142.00

/ PER

TON


ZONE 3

0 - 500 TONS

$142.00

/ PER

TON

OVER 500 TONS

$142.00

/ PER

TON


ZONE 4A

0 - 500 TONS

$142.00

/ PER

TON

OVER 500 TONS

$142.00

/ PER

TON


ZONE 4B

0 - 500 TONS

$142.00

/ PER

TON

OVER 500 TONS

$142.00

/ PER

TON


ZONE 5

0 - 500 TONS

$142.00

/ PER

TON

OVER 500 TONS

$142.00

/ PER

TON

DELIVERY DAYS AFTER RECEIPT OF ORDER:


15


/ DAYS

IV.9 SUPER PAVE MIX 9.5 FDOT 334


LOCATION OF VENDOR'S PLANT:

Oneco FL

PRICE F.O.B. VENDOR'S PLANT:

$122.00

/ PER TON

PRICE VENDOR DELIVER TO JOB SITE:


0 - 500 TONS

$145.00

/ PER

TON



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL


SECTION IV - BASE AND SURFACE CONSTRUCTION/MATERIAL


ZONE 1

OVER 500 TONS

$145.00

/ PER

TON


ZONE 2

0 - 500 TONS

$145.00

/ PER

TON

OVER 500 TONS

$145.00

/ PER

TON


ZONE 3

0 - 500 TONS

$145.00

/ PER

TON

OVER 500 TONS

$145.00

/ PER

TON


ZONE 4A

0 - 500 TONS

$145.00

/ PER

TON

OVER 500 TONS

$145.00

/ PER

TON


ZONE 4B

0 - 500 TONS

$145.00

/ PER

TON

OVER 500 TONS

$145.00

/ PER

TON


ZONE 5

0 - 500 TONS

$145.00

/ PER

TON

OVER 500 TONS

$145.00

/ PER

TON

DELIVERY DAYS AFTER RECEIPT OF ORDER:


15


/ DAYS

IV.10 SUPER PAVE MIX 12.5 FDOT 334


LOCATION OF VENDOR'S PLANT:

Oneco, FL

PRICE F.O.B. VENDOR'S PLANT:

$123.00

/ PER

TON

PRICE VENDOR DELIVER TO JOB SITE:


ZONE 1

0 - 500 TONS

$146.00

/ PER

TON

OVER 500 TONS

$146.00

/ PER

TON


ZONE 2

0 - 500 TONS

$146.00

/ PER

TON

OVER 500 TONS

$146.00

/ PER

TON


ZONE 3

0 - 500 TONS

$146.00

/ PER

TON

OVER 500 TONS

$146.00

/ PER

TON



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL


SECTION IV - BASE AND SURFACE CONSTRUCTION/MATERIAL



ZONE 4A

0 - 500 TONS

$146.00

/ PER

TON

OVER 500 TONS

$146.00

/ PER

TON


ZONE 4B

0 - 500 TONS

$146.00

/ PER

TON

OVER 500 TONS

$146.00

/ PER

TON


ZONE 5

0 - 500 TONS

$146.00

/ PER

TON

OVER 500 TONS

$146.00

/ PER

TON

DELIVERY DAYS AFTER RECEIPT OF ORDER:

15

/ DAYS


IV.11 SWEEP, TACK, SPREAD & COMPACT SUPER PAVE MIXES <#100

- SEE SPEC


0 - 50 TONS

$211.00

/ PER

TON

50 - 200 TONS

$82.00

/ PER

TON

201 - 500 TONS

$64.00

/ PER

TON

OVER 500 TONS

$54.00

/ PER

TON


DELIVERY DAYS AFTER RECEIPT OF ORDER:


15


/ DAYS


IV.12 SWEEP, TACK, SPREAD & COMPACT SUPER PAVE MIXES >#100

- SEE SPEC


0 - 50 TONS

$213.00

/ PER

TON

50 - 200 TONS

$80.00

/ PER

TON

201 - 500 TONS

$47.00

/ PER

TON



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL


SECTION IV - BASE AND SURFACE CONSTRUCTION/MATERIAL


OVER 500 TONS

$38.00

/ PER

TON

DELIVERY DAYS AFTER RECEIPT OF ORDER:


15


/ DAYS


IV.13 SWEEP, TACK, SPREAD AND COMPACT 100# / SY OR MORE - SEE SPEC


20 - 60 TONS

$144.00

/ PER

TON

61 - 100 TONS

$76.00

/ PER

TON

101 - 500 TONS

$49.00

/ PER

TON

OVER 500 TONS

$36.00

/ PER

TON


DELIVERY DAYS AFTER RECEIPT OF ORDER:


15


/ DAYS


IV.14 SWEEP, TACK, SPREAD AND COMPACT SEE SPEC


50#/SY TO 99#/SY -


0 - 50 TONS

$196.00

/ PER

TON

50 - 200 TONS

$80.00

/ PER

TON

201 - 500 TONS

$52.00

/ PER

TON

OVER 500 TONS

$40.00

/ PER

TON


DELIVERY DAYS AFTER RECEIPT OF ORDER:


15


/ DAYS


IV.15 SWEEP, TACK, SPREAD AND COMPACT ROAD WIDENING -SEE SPEC




Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL


SECTION IV - BASE AND SURFACE CONSTRUCTION/MATERIAL


0 - 50 TONS

$184.00

/ PER

TON

50 - 200 TONS

$71.00

/ PER

TON

201 - 500 TONS

$64.00

/ PER

TON

OVER 500 TONS

$56.00

/ PER

TON


DELIVERY DAYS AFTER RECEIPT OF ORDER:


15


/ DAYS


IV.16 SWEEP, TACK, SPREAD AND COMPACT BASE REPAIR- SEE SPEC


0 - 50 TONS

$231.00

/ PER

TON

51 - 100 TONS

$150.00

/ PER

TON

101- 200 TONS

$100.00

/ PER

TON

201 - 500 TONS

$75.00

/ PER

TON

OVER 500 TONS

$50.00

/ PER

TON


DELIVERY DAYS AFTER RECEIPT OF ORDER:


15


/ DAYS


IV.17 SWEEP, TACK, SPREAD AND COMPACT PARKING LOTS -SEE SPEC


0 - 50 TONS

$231.00

/ PER

TON

50 - 200 TONS

$77.00

/ PER

TON

201 - 500 TONS

$73.00

/ PER

TON

OVER 500 TONS

$46.00

/ PER

TON


DELIVERY DAYS AFTER RECEIPT OF ORDER:

15

/ DAYS



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL


SECTION IV - BASE AND SURFACE CONSTRUCTION/MATERIAL



IV.18 CUT, SQUARE, SWEEP, TACK, SPREAD AND COMPACT PATCHING - SEE SPEC


1 - 5 TONS

$790.00

/ PER

TON

6 - 10 TONS

$460.00

/ PER

TON

11 - 15 TONS

$285.00

/ PER

TON

16 - 20 TONS

$210.00

/ PER

TON

21 - 25 TONS

$180.00

/ PER

TON

26 - 30 TONS

$165.00

/ PER

TON

OVER 30 TONS

$142.00

/ PER

TON


DELIVERY DAYS AFTER RECEIPT OF ORDER:


15


/ DAYS


IV.19 REWORK EXISTING ASPHALTIC CONCRETE PAVEMENT - SEE SPEC


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

$400.00

/ PER SY

1,001 - 5,000 SY

$375.00

/ PER SY

OVER 5,000 SY

$360.00

/ PER SY



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL


SECTION IV - BASE AND SURFACE CONSTRUCTION/MATERIAL



PER TON PRICE FOR TYPE III ASPHALTIC CONCRETE ADDED:


$142.00


/ PER TON


DELIVERY DAYS AFTER RECEIPT OF ORDER:


$15.00


/ DAYS

THIN LIFT ASPHALT MIX - Application of SP 4.75 for Surfacing and

IV.21 rut filling only. All prices to include Materials, Labor, Equipment, Traffic Control and Mobilization - SEE SPEC


LOCATION OF VENDOR'S PLANT:

Oneco, FL

PRICE VENDOR DELIVER TO JOB SITE:

0 - 40,000 SY

$12.00 / PER SY

40,001 - 100,000 SY

$11.25 / PER SY

OVER 100,000 SY

$11.00 / PER SY


SCARIFY AND SWEEP THERMO PLASTIC AS REQUIRED


$25.00


/ PER LF


DELIVERY DAYS AFTER RECEIPT OF ORDER:


15


/ DAYS

IV.30 PAVEMENT MILLING - SEE SPEC


AVERAGE CUT 1" TO 2"


0 - 1,000 SY

$14.50

/ PER SY

1001 - 2,000 SY

$8.50

/ PER SY

2,001 - 5,000 SY

$4.00

/ PER SY



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL


SECTION IV - BASE AND SURFACE CONSTRUCTION/MATERIAL


5,001 - 10,000 SY

$3.30

/ PER SY

OVER 10,000 SY

$3.10

/ PER SY

AVERAGE CUT OVER 2"


0 - 1,000 SY

$16.60

/ PER SY

1001 - 2,000 SY

$9.00

/ PER SY

2,001 - 5,000 SY

$4.50

/ PER SY

5,001 - 10,000 SY

$3.50

/ PER SY

OVER 10,000 SY

$3.25

/ PER SY


DELIVERY DAYS AFTER RECEIPT OF ORDER:


15


/ DAYS


IV.31 RECLAIMED ASPHALT - CREDIT - SEE SPEC


0 -

500 TONS

$5.00

/ PER

TON

501 - 1,000 TONS

$5.00

/ PER TON

OVER 1,000 TONS

$5.00

/ PER TON


DELIVERY DAYS AFTER RECEIPT OF ORDER:


15


/ DAYS


IV.32 RECLAIMED NON-ASPHALTIC BASE MATERIAL - CREDIT - SEE SPEC


0 -

500 TONS

$1.00

/ PER

TON



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL


SECTION IV - BASE AND SURFACE CONSTRUCTION/MATERIAL


501 - 1,000 TONS

$1.00

/ PER TON

OVER 1,000 TONS

$1.00

/ PER TON


DELIVERY DAYS AFTER RECEIPT OF ORDER:


15


/ DAYS


IV.33 PAINTED TRAFFIC LINES & MARKINGS - Specification: FDOT

Sections 710, 971-12, Index #17346



6" SKIP TRAFFIC STRIPE (2500 LF Project Min)


$1,900.00


/GROSS MILE


6" SOLID TRAFFIC STRIPE (2500 LF Project Min)


$3,100.00

/NET MILE


6" SOLID TRAFFIC STRIPE


$0.60


/LINEAR FOOT


8" SOLID TRAFFIC STRIPE (2500 LF Project Min)


$3,800.00

/NET MILE


8" SOLID TRAFFIC STRIPE


$0.70


/LINEAR FOOT

STOP BARS - 24" WIDTH

$4.50

/LINEAR FOOT

CROSSWALK - 12" WIDTH

$3.00

/LINEAR FOOT

18" SOLID WHITE TRAFFIC STRIPE

$4.00

/LINEAR FOOT

DELIVERY DAYS AFTER RECEIPT OF ORDER:

15

/ DAYS



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL


SECTION IV - BASE AND SURFACE CONSTRUCTION/MATERIAL



IV.34


PAINTED TRAFFIC PAVEMENT MARKERS - Specification: FDOT 710, 971-12, Index #17346


(A)


(All White)

LEGEND:



LEFT - 19 SQUARE FEET


$40.00


/ EACH


RIGHT - 27 SQUARE FEET


$45.00


/ EACH


STOP - 22 SQUARE FEET


$40.00


/ EACH


ONLY - 22 SQUARE FEET


$40.00


/ EACH


MERGE - 36 SQUARE FEET


$45.00


/ EACH


SCHOOL - 33 SQUARE FEET


$51.00


/ EACH


BUS - 21 SQUARE FEET


$40.00


/ EACH


TURN - 25 SQUARE FEET


$40.00


/ EACH



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL


SECTION IV - BASE AND SURFACE CONSTRUCTION/MATERIAL




RXR - 28 SQUARE FEET


$65.00


/ EACH


BIKE - 12 SQUARE FEET


$40.00


/ EACH

(B)


(All White)

ARROWS:



STRAIGHT - 12 SQUARE FEET


$40.00


/ EACH


LEFT - 16 SQUARE FEET


$40.00


/ EACH


RIGHT - 16 SQUARE FEET


$45.00


/ EACH


COMBINATION - 27 SQUARE FEET


$75.00


/ EACH

(C)


(All White)

SYMBOLS:



BICYCLIST - 3.9 SQUARE FEET


$45.00


/ EACH


DIAMOND - 6.5 SQUARE FEET


$40.00


/ EACH



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL


SECTION IV - BASE AND SURFACE CONSTRUCTION/MATERIAL




HANDICAPPED - 5.0 SQUARE FEET


$45.00


/ EACH


DELIVERY DAYS AFTER RECEIPT OF ORDER:


15


/ DAYS


IV.35 THERMOPLASTIC TRAFFIC STRIPES AND MARKINGS - Specs:

FDOT Section 711, Index #17346


6" SKIP TRAFFIC STRIPE - THERMOPLASTIC (2500 LF Project

Min)

$2,600.00

/ PER

GROSS MILE


6" SKIP TRAFFIC STRIPE - THERMOPLASTIC


$0.60

/PER LINEAR

FOOT


6" SOLID STRIPE - THERMOPLASTIC


$1.20

/PER LINEAR

FOOT

8" SOLID STRIPE - THERMOPLASTIC


$1.50

/PER

LINEAR FOOT


18" SOLID TRAFFIC STRIPE


$4.80

/PER LINEAR FOOT


12" CROSSWALK - THERMOPLASTIC


$4.20

/PER LINEAR FOOT

24" SOLID STOP BAR - THERMOPLASTIC


$6.00

/PER

LINEAR FOOT


DELIVERY DAYS AFTER RECEIPT OF ORDER:


15


/ DAYS



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL


SECTION IV - BASE AND SURFACE CONSTRUCTION/MATERIAL


IV.36 THERMOPLASTIC TRAFFIC PAVEMENT MARKINGS - Specs:

FDOT Section 711, 971-12, Index #17346


(A)


(All White)

LEGEND:



LEFT - 19 SQUARE FEET


$80.00


/ EACH


RIGHT - 27 SQUARE FEET


$85.00


/ EACH


STOP - 22 SQUARE FEET


$80.00


/ EACH


ONLY - 22 SQUARE FEET


$80.00


/ EACH


MERGE - 36 SQUARE FEET


$85.00


/ EACH


SCHOOL - 33 SQUARE FEET


$90.00


/ EACH


BUS - 21 SQUARE FEET


$80.00


/ EACH


TURN - 25 SQUARE FEET


$80.00


/ EACH



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL


SECTION IV - BASE AND SURFACE CONSTRUCTION/MATERIAL




RXR - 28 SQUARE FEET


$105.00


/ EACH


BIKE - 12 SQUARE FEET


$80.00


/ EACH

(B)


(All White)

ARROWS:



STRAIGHT - 12 SQUARE FEET


$80.00


/ EACH


LEFT - 16 SQUARE FEET


$80.00


/ EACH


RIGHT - 16 SQUARE FEET


$80.00


/ EACH


COMBINATION - 27 SQUARE FEET


$150.00


/ EACH

(C)


(All White)

SYMBOLS:



BICYCLIST - 3.9 SQUARE FEET


$220.00


/ EACH



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL


SECTION IV - BASE AND SURFACE CONSTRUCTION/MATERIAL




DIAMOND - 6.5 SQUARE FEET


$80.00


/ EACH


HANDICAPPED - 5.0 SQUARE FEET


$85.00


/ EACH


DELIVERY DAYS AFTER RECEIPT OF ORDER:


15


/ 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


$6.00


/ EACH

CLASS "B" MARKERS - FDOT SEC. 706-2.3.2 / 706-2.3.3(A): FURNISHED & INSTALLED


$6.00


/ EACH

DELIVERY DAYS AFTER RECEIPT OF ORDER:

15

/ 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

$4.00

/ LF



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL


SECTION IV - BASE AND SURFACE CONSTRUCTION/MATERIAL


1001 - 5000 LF

$3.00

/ LF


5001 - 10,000 LF


$2.50


/ LF

OVER 10,001 LF

$2.00

/ LF


DELIVERY DAYS AFTER RECEIPT OF ORDER:


15


/ DAYS

IV.39 MANHOLE ADJUSTMENT ADJUSTMENT RINGS - SEE SPEC


1 - 5 UNITS

$190.00

/ PER

UNIT

6 - 10 UNITS

$190.00

/ PER

UNIT

OVER 10 UNITS

$190.00

/ PER

UNIT


DELIVERY DAYS AFTER RECEIPT OF ORDER:


15


/ DAYS


IV.40 FDOT MANHOLE ADJUSTMENT SEE SPEC


1 - 5 UNITS

$2,500.00

/ PER

UNIT

6 - 10 UNITS

$2,500.00

/ PER

UNIT

OVER 10 UNITS

$2,500.00

/ PER UNIT


MOBILIZATION


$5,000.00


/ EA



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL


SECTION IV - BASE AND SURFACE CONSTRUCTION/MATERIAL



MAINTENANCE OF TRAFFIC FDOT STANDARDS 1 LANE


$2,500.00


/ PER DAY


MAINTENANCE OF TRAFFIC FDOT STANDARDS 2 LANE


$3,000.00


/ PER DAY


DELIVERY DAYS AFTER RECEIPT OF ORDER:


15


/ DAYS


IV.41

FDOT MANHOLE FURNISH AND INSTALL FRAME AND COVER MAX DEPTH 1' 6" SEE SPEC


1 - 5 UNITS

$3,500.00

/ PER

UNIT

6 - 10 UNITS

$3,500.00

/ PER

UNIT

OVER 10 UNITS

$3,500.00

/ PER

UNIT

MOBILIZATION

$5,000.00

/ EA


MAINTENANCE OF TRAFFIC FDOT STANDARDS 1 LANE


$2,500.00


/ PER DAY


MAINTENANCE OF TRAFFIC FDOT STANDARDS 2 LANE


$3,000.00


/ PER DAY


DELIVERY DAYS AFTER RECEIPT OF ORDER:


15


/ DAYS



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL


SECTION IV - BASE AND SURFACE CONSTRUCTION/MATERIAL



IV.42 FDOT VALVE BOX ADJUSTMENT - SEE SPEC


1 -

5 UNITS

$500.00

/ PER

UNIT

6 - 10 UNITS

$500.00

/ PER

UNIT

OVER 10 UNITS

$500.00

/ PER

UNIT

MOBILIZATION

$5,000.00

/ EA


MAINTENANCE OF TRAFFIC FDOT STANDARDS 1 LANE


$2,500.00


/ PER DAY


MAINTENANCE OF TRAFFIC FDOT STANDARDS 2 LANE


$3,000.00


/ PER DAY


DELIVERY DAYS AFTER RECEIPT OF ORDER:


15


/ DAYS


IV.43 WATER VALVE ADJUSTMENT - SEE SPEC


1 -

5 UNITS

$100.00

/ PER UNIT

6 - 10 UNITS

$100.00

/ PER

UNIT


OVER 10 UNITS


$100.00


/ PER UNIT


DELIVERY DAYS AFTER RECEIPT OF ORDER:


15


/ DAYS



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL


SECTION IV - BASE AND SURFACE CONSTRUCTION/MATERIAL



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

$2,500.00

/ LUMP

SUM

ZONE 2

$2,500.00

/LUMP

SUM

ZONE 3

$2,500.00

/LUMP

SUM

ZONE 4A

$2,500.00

/LUMP

SUM

ZONE 4B

$2,500.00

/LUMP

SUM

ZONE 5

$2,500.00

/LUMP

SUM


DELIVERY DAYS AFTER RECEIPT OF ORDER:


15


/ DAYS


IV.45 INDUCTIVE LOOP DETECTORS - FDOT Section 660


TYPE "A"

$2,200.00

/ EACH

TYPE "F" 6' x 20'

$2,600.00

/ EACH

TYPE "F" 6' x 40'

$2,600.00

/ EACH

LEAD RUNS

$3,200.00

/LF

DELIVERY DAYS AFTER RECEIPT OF ORDER:

15

/ DAYS

IV.46 MAINTENANCE OF TRAFFIC - SEE SPEC



Crew Complete (includes truck, foreman, two flaggers)


$2,500.00


/ DAY



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL


SECTION IV - BASE AND SURFACE CONSTRUCTION/MATERIAL



Flag Personnel (includes two flaggers only)


$800.00


/ DAY


Additional Flag Personnel (one flagger only)


$75.00


/ HOUR

Temporary Signal Detection

$500.00

/ DAY

Law Enforcement Personnel

$160.00

/ HOUR



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES


V.1 REMOVE STORM DRAIN - 12" TO 18" DIAMETER


0 - 100 LF

$57.00

/ PER LF

101 - 250 LF

$57.00

/ PER LF

251 - 500 LF

$57.00

/ PER LF

OVER 500 LF

$57.00

/ PER LF

DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS

V.2 REMOVE STORM DRAIN - 24" TO 48" DIAMETER



0 - 100 LF

$95.00

/ PER LF

101 - 250 LF

$95.00

/ PER LF

251 - 500 LF

$95.00

/ PER LF

OVER 500 LF

$95.00

/ PER LF

DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS

V.3 REMOVE STORM DRAIN - OVER 48" DIAMETER


0 - 100 LF

$152.00

/ PER LF

101 - 250 LF

$152.00

/ PER LF

251 - 500 LF

$152.00

/ PER LF

OVER 500 LF

$152.00

/ PER LF

DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS

V.4 REMOVE MITERED END

$1,000.00

/ EACH

V.5 REMOVE HEADWALL

$1,000.00

/ EACH

V.6 FURNISH & INSTALL H.D.P.E. PIPE 10"


WELLPOINTS (LUMP SUM)

$500.00

/ PER

DAY


$2,600.00

/ PER

WEEK



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES



TO 4' DEPTH

0 - 100 LF

$70.00

/ PER LF

101 - 250 LF

$68.00

/ PER LF

251 - 500 LF

$57.00

/ PER LF

OVER 500 LF

$57.00

/ PER LF


4' - 6' DEPTH

0 - 100 LF

$70.00

/ PER LF

101 - 250 LF

$68.00

/ PER LF

251 - 500 LF

$57.00

/ PER LF

OVER 500 LF

$57.00

/ PER LF


6' - 8' DEPTH

0 - 100 LF

$70.00

/ PER LF

101 - 250 LF

$68.00

/ PER LF

251 - 500 LF

$57.00

/ PER LF

OVER 500 LF

$57.00

/ PER LF


8' - 10' DEPTH

0 - 100 LF

$70.00

/ PER LF

101 - 250 LF

$68.00

/ PER LF

251 - 500 LF

$57.00

/ PER LF

OVER 500 LF

$57.00

/ PER LF

DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS

V.7 FURNISH & INSTALL H.D.P.E. PIPE 12"



WELLPOINTS (LUMP SUM)

$500.00

/ PER

DAY


$2,600.00

/ PER

WEEK


TO 4' DEPTH

0 - 100 LF

$70.00

/ PER LF

101 - 250 LF

$68.00

/ PER LF

251 - 500 LF

$57.00

/ PER LF

OVER 500 LF

$57.00

/ PER LF



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES



4' - 6' DEPTH

0 - 100 LF

$70.00

/ PER LF

101 - 250 LF

$68.00

/ PER LF

251 - 500 LF

$57.00

/ PER LF

OVER 500 LF

$57.00

/ PER LF


6' - 8' DEPTH

0 - 100 LF

$70.00

/ PER LF

101 - 250 LF

$68.00

/ PER LF

251 - 500 LF

$57.00

/ PER LF

OVER 500 LF

$57.00

/ PER LF


8' - 10' DEPTH

0 - 100 LF

$70.00

/ PER LF

101 - 250 LF

$68.00

/ PER LF

251 - 500 LF

$57.00

/ PER LF

OVER 500 LF

$57.00

/ PER LF

DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS

V.8 FURNISH & INSTALL H.D.P.E. PIPE 15"



WELLPOINTS (LUMP SUM)

$500.00

/ PER

DAY


$2,600.00

/ PER

WEEK


TO 4' DEPTH

0 - 100 LF

$70.00

/ PER LF

101 - 250 LF

$68.00

/ PER LF

251 - 500 LF

$57.00

/ PER LF

OVER 500 LF

$57.00

/ PER LF


4' - 6' DEPTH

0 - 100 LF

$70.00

/ PER LF

101 - 250 LF

$68.00

/ PER LF

251 - 500 LF

$57.00

/ PER LF

OVER 500 LF

$57.00

/ PER LF



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES



6' - 8' DEPTH

0 - 100 LF

$70.00

/ PER LF

101 - 250 LF

$68.00

/ PER LF

251 - 500 LF

$57.00

/ PER LF

OVER 500 LF

$57.00

/ PER LF


8' - 10' DEPTH

0 - 100 LF

$70.00

/ PER LF

101 - 250 LF

$68.00

/ PER LF

251 - 500 LF

$57.00

/ PER LF

OVER 500 LF

$57.00

/ PER LF


DELIVERY DAYS AFTER RECEIPT OF ORDER:


20


/ DAYS

V.9 FURNISH & INSTALL H.D.P.E. PIPE 18"



WELLPOINTS (LUMP SUM)

$500.00

/ PER

DAY


$2,600.00

/ PER

WEEK


TO 4' DEPTH

0 - 100 LF

$76.00

/ PER LF

101 - 250 LF

$70.00

/ PER LF

251 - 500 LF

$68.00

/ PER LF

OVER 500 LF

$68.00

/ PER LF


4' - 6' DEPTH

0 - 100 LF

$76.00

/ PER LF

101 - 250 LF

$70.00

/ PER LF

251 - 500 LF

$68.00

/ PER LF

OVER 500 LF

$68.00

/ PER LF


6' - 8' DEPTH

0 - 100 LF

$76.00

/ PER LF

101 - 250 LF

$70.00

/ PER LF

251 - 500 LF

$68.00

/ PER LF

OVER 500 LF

$68.00

/ PER LF



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES



8' - 10' DEPTH

0 - 100 LF

$76.00

/ PER LF

101 - 250 LF

$70.00

/ PER LF

251 - 500 LF

$68.00

/ PER LF

OVER 500 LF

$68.00

/ PER LF

DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS

V.10 FURNISH & INSTALL H.D.P.E. PIPE 24"



WELLPOINTS (LUMP SUM)

$500.00

/ PER

DAY


$2,600.00

/ PER

WEEK


TO 4' DEPTH

0 - 100 LF

$95.00

/ PER LF

101 - 250 LF

$89.00

/ PER LF

251 - 500 LF

$83.00

/ PER LF

OVER 500 LF

$78.00

/ PER LF


4' - 6' DEPTH

0 - 100 LF

$95.00

/ PER LF

101 - 250 LF

$89.00

/ PER LF

251 - 500 LF

$83.00

/ PER LF

OVER 500 LF

$78.00

/ PER LF


6' - 8' DEPTH

0 - 100 LF

$95.00

/ PER LF

101 - 250 LF

$89.00

/ PER LF

251 - 500 LF

$83.00

/ PER LF

OVER 500 LF

$78.00

/ PER LF


8' - 10' DEPTH

0 - 100 LF

$95.00

/ PER LF

101 - 250 LF

$89.00

/ PER LF

251 - 500 LF

$83.00

/ PER LF

OVER 500 LF

$78.00

/ PER LF



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES


DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS

V.11 FURNISH & INSTALL H.D.P.E. PIPE 30"


WELLPOINTS (LUMP SUM)

$500.00

/ PER

DAY


$2,600.00

/ PER

WEEK


TO 4' DEPTH

0 - 100 LF

$152.00

/ PER LF

101 - 250 LF

$140.00

/ PER LF

251 - 500 LF

$128.00

/ PER LF

OVER 500 LF

$128.00

/ PER LF


4' - 6' DEPTH

0 - 100 LF

$152.00

/ PER LF

101 - 250 LF

$140.00

/ PER LF

251 - 500 LF

$128.00

/ PER LF

OVER 500 LF

$128.00

/ PER LF


6' - 8' DEPTH

0 - 100 LF

$152.00

/ PER LF

101 - 250 LF

$140.00

/ PER LF

251 - 500 LF

$128.00

/ PER LF

OVER 500 LF

$128.00

/ PER LF


8' - 10' DEPTH

0 - 100 LF

$152.00

/ PER LF

101 - 250 LF

$140.00

/ PER LF

251 - 500 LF

$128.00

/ PER LF

OVER 500 LF

$128.00

/ PER LF

DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS

V.12 FURNISH & INSTALL H.D.P.E. PIPE 36"


WELLPOINTS (LUMP SUM)

$500.00

/ PER

DAY



$2,600.00

/ PER

WEEK



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES



TO 4' DEPTH

0 - 100 LF

$165.00

/ PER LF

101 - 250 LF

$152.00

/ PER LF

251 - 500 LF

$140.00

/ PER LF

OVER 500 LF

$140.00

/ PER LF


4' - 6' DEPTH

0 - 100 LF

$165.00

/ PER LF

101 - 250 LF

$152.00

/ PER LF

251 - 500 LF

$140.00

/ PER LF

OVER 500 LF

$140.00

/ PER LF


6' - 8' DEPTH

0 - 100 LF

$165.00

/ PER LF

101 - 250 LF

$152.00

/ PER LF

251 - 500 LF

$140.00

/ PER LF

OVER 500 LF

$140.00

/ PER LF


8' - 10' DEPTH

0 - 100 LF

$165.00

/ PER LF

101 - 250 LF

$152.00

/ PER LF

251 - 500 LF

$140.00

/ PER LF

OVER 500 LF

$140.00

/ PER LF

DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS

V.13 FURNISH & INSTALL H.D.P.E. PIPE 42"


WELLPOINTS (LUMP SUM)

$500.00

/ PER

DAY


$2,600.00

/ PER

WEEK


TO 4' DEPTH

0 - 100 LF

$230.00

/ PER LF

101 - 250 LF

$215.00

/ PER LF

251 - 500 LF

$200.00

/ PER LF

OVER 500 LF

$200.00

/ PER LF



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES



4' - 6' DEPTH

0 - 100 LF

$230.00

/ PER LF

101 - 250 LF

$215.00

/ PER LF

251 - 500 LF

$200.00

/ PER LF

OVER 500 LF

$200.00

/ PER LF


6' - 8' DEPTH

0 - 100 LF

$230.00

/ PER LF

101 - 250 LF

$215.00

/ PER LF

251 - 500 LF

$200.00

/ PER LF

OVER 500 LF

$200.00

/ PER LF


8' - 10' DEPTH

0 - 100 LF

$230.00

/ PER LF

101 - 250 LF

$215.00

/ PER LF

251 - 500 LF

$200.00

/ PER LF

OVER 500 LF

$200.00

/ PER LF

DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS

V.14 FURNISH & INSTALL H.D.P.E. PIPE 48"


WELLPOINTS (LUMP SUM)

$500.00

/ PER

DAY


$2,600.00

/ PER

WEEK


TO 4' DEPTH

0 - 100 LF

$255.00

/ PER LF

101 - 250 LF

$242.00

/ PER LF

251 - 500 LF

$230.00

/ PER LF

OVER 500 LF

$230.00

/ PER LF


4' - 6' DEPTH

0 - 100 LF

$255.00

/ PER LF

101 - 250 LF

$242.00

/ PER LF

251 - 500 LF

$230.00

/ PER LF

OVER 500 LF

$230.00

/ PER LF



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES



6' - 8' DEPTH

0 - 100 LF

$255.00

/ PER LF

101 - 250 LF

$242.00

/ PER LF

251 - 500 LF

$230.00

/ PER LF

OVER 500 LF

$230.00

/ PER LF


8' - 10' DEPTH

0 - 100 LF

$255.00

/ PER LF

101 - 250 LF

$242.00

/ PER LF

251 - 500 LF

$230.00

/ PER LF

OVER 500 LF

$230.00

/ PER LF


DELIVERY DAYS AFTER RECEIPT OF ORDER:


20


/ DAYS

V.15 FURNISH & INSTALL H.D.P.E. PIPE 54"


WELLPOINTS (LUMP SUM)

$500.00

/ PER

DAY


$2,600.00

/ PER

WEEK


TO 4' DEPTH

0 - 100 LF

$255.00

/ PER LF

101 - 250 LF

$242.00

/ PER LF

251 - 500 LF

$230.00

/ PER LF

OVER 500 LF

$230.00

/ PER LF


4' - 6' DEPTH

0 - 100 LF

$255.00

/ PER LF

101 - 250 LF

$242.00

/ PER LF

251 - 500 LF

$230.00

/ PER LF

OVER 500 LF

$230.00

/ PER LF


6' - 8' DEPTH

0 - 100 LF

$255.00

/ PER LF

101 - 250 LF

$242.00

/ PER LF

251 - 500 LF

$230.00

/ PER LF

OVER 500 LF

$230.00

/ PER LF



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES



8' - 10' DEPTH

0 - 100 LF

$255.00

/ PER LF

101 - 250 LF

$242.00

/ PER LF

251 - 500 LF

$230.00

/ PER LF

OVER 500 LF

$230.00

/ PER LF


DELIVERY DAYS AFTER RECEIPT OF ORDER:


20


/ DAYS

V.16 FURNISH & INSTALL H.D.P.E. PIPE 60"


WELLPOINTS (LUMP SUM)

$500.00

/ PER

DAY


$2,600.00

/ PER

WEEK


TO 4' DEPTH

0 - 100 LF

$255.00

/ PER LF

101 - 250 LF

$242.00

/ PER LF

251 - 500 LF

$230.00

/ PER LF

OVER 500 LF

$230.00

/ PER LF


4' - 6' DEPTH

0 - 100 LF

$255.00

/ PER LF

101 - 250 LF

$242.00

/ PER LF

251 - 500 LF

$230.00

/ PER LF

OVER 500 LF

$230.00

/ PER LF


6' - 8' DEPTH

0 - 100 LF

$255.00

/ PER LF

101 - 250 LF

$242.00

/ PER LF

251 - 500 LF

$230.00

/ PER LF

OVER 500 LF

$230.00

/ PER LF


8' - 10' DEPTH

0 - 100 LF

$255.00

/ PER LF

101 - 250 LF

$242.00

/ PER LF

251 - 500 LF

$230.00

/ PER LF

OVER 500 LF

$230.00

/ PER LF



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES



DELIVERY DAYS AFTER RECEIPT OF ORDER:


20


/ DAYS

V.17 FURNISH & INSTALL CONCRETE STORM DRAIN - 15" DIAMETER


WELLPOINTS (LUMP SUM)

$500.00

/ PER

DAY


$2,600.00

/ PER

WEEK


TO 4' DEPTH

0 - 100 LF

$115.00

/ PER LF

101 - 250 LF

$110.00

/ PER LF

251 - 500 LF

$105.00

/ PER LF

OVER 500 LF

$105.00

/ PER LF


4' - 6' DEPTH

0 - 100 LF

$115.00

/ PER LF

101 - 250 LF

$110.00

/ PER LF

251 - 500 LF

$105.00

/ PER LF

OVER 500 LF

$105.00

/ PER LF


6' - 8' DEPTH

0 - 100 LF

$115.00

/ PER LF

101 - 250 LF

$110.00

/ PER LF

251 - 500 LF

$105.00

/ PER LF

OVER 500 LF

$105.00

/ PER LF


8' - 10' DEPTH

0 - 100 LF

$115.00

/ PER LF

101 - 250 LF

$110.00

/ PER LF

251 - 500 LF

$105.00

/ PER LF

OVER 500 LF

$105.00

/ PER LF

DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS

V.18 FURNISH & INSTALL CONCRETE STORM DRAIN - 18" DIAMETER


WELLPOINTS (LUMP SUM)

$500.00

/ PER

DAY



$2,600.00

/ PER

WEEK



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES



TO 4' DEPTH

0 - 100 LF

$152.00

/ PER LF

101 - 250 LF

$145.00

/ PER LF

251 - 500 LF

$138.00

/ PER LF

OVER 500 LF

$131.00

/ PER LF


4' - 6' DEPTH

0 - 100 LF

$152.00

/ PER LF

101 - 250 LF

$145.00

/ PER LF

251 - 500 LF

$138.00

/ PER LF

OVER 500 LF

$131.00

/ PER LF


6' - 8' DEPTH

0 - 100 LF

$152.00

/ PER LF

101 - 250 LF

$145.00

/ PER LF

251 - 500 LF

$138.00

/ PER LF

OVER 500 LF

$131.00

/ PER LF


8' - 10' DEPTH

0 - 100 LF

$152.00

/ PER LF

101 - 250 LF

$145.00

/ PER LF

251 - 500 LF

$138.00

/ PER LF

OVER 500 LF

$131.00

/ PER LF

DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS

V.19 FURNISH & INSTALL CONCRETE STORM DRAIN - 24" DIAMETER


WELLPOINTS (LUMP SUM)

$500.00

/ PER

DAY


$2,600.00

/ PER

WEEK


TO 4' DEPTH

0 - 100 LF

$230.00

/ PER LF

101 - 250 LF

$220.00

/ PER LF

251 - 500 LF

$210.00

/ PER LF

OVER 500 LF

$210.00

/ PER LF


0 - 100 LF

$230.00

/ PER LF



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES



4' - 6' DEPTH

101 - 250 LF

$220.00

/ PER LF

251 - 500 LF

$210.00

/ PER LF

OVER 500 LF

$210.00

/ PER LF


6' - 8' DEPTH

0 - 100 LF

$230.00

/ PER LF

101 - 250 LF

$220.00

/ PER LF

251 - 500 LF

$210.00

/ PER LF

OVER 500 LF

$210.00

/ PER LF


8' - 10' DEPTH

0 - 100 LF

$230.00

/ PER LF

101 - 250 LF

$220.00

/ PER LF

251 - 500 LF

$210.00

/ PER LF

OVER 500 LF

$210.00

/ PER LF

DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS

V.20 FURNISH & INSTALL CONCRETE STORM DRAIN - 30" DIAMETER


WELLPOINTS (LUMP SUM)

$500.00

/ PER

DAY


$2,600.00

/ PER

WEEK


TO 4' DEPTH

0 - 100 LF

$355.00

/ PER LF

101 - 250 LF

$350.00

/ PER LF

251 - 500 LF

$345.00

/ PER LF

OVER 500 LF

$345.00

/ PER LF


4' - 6' DEPTH

0 - 100 LF

$355.00

/ PER LF

101 - 250 LF

$350.00

/ PER LF

251 - 500 LF

$345.00

/ PER LF

OVER 500 LF

$345.00

/ PER LF


6' - 8' DEPTH

0 - 100 LF

$355.00

/ PER LF

101 - 250 LF

$350.00

/ PER LF



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES



251 - 500 LF

$345.00

/ PER LF

OVER 500 LF

$345.00

/ PER LF


8' - 10' DEPTH

0 - 100 LF

$355.00

/ PER LF

101 - 250 LF

$350.00

/ PER LF

251 - 500 LF

$345.00

/ PER LF

OVER 500 LF

$345.00

/ PER LF

DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS

V.21 FURNISH & INSTALL CONCRETE STORM DRAIN - 36" DIAMETER EQUIVALENT

WELLPOINTS (LUMP SUM)

$500.00

/ PER

DAY


$2,600.00

/ PER

WEEK


TO 4' DEPTH

0 - 100 LF

$445.00

/ PER LF

101 - 250 LF

$435.00

/ PER LF

251 - 500 LF

$425.00

/ PER LF

OVER 500 LF

$425.00

/ PER LF


4' - 6' DEPTH

0 - 100 LF

$445.00

/ PER LF

101 - 250 LF

$435.00

/ PER LF

251 - 500 LF

$425.00

/ PER LF

OVER 500 LF

$425.00

/ PER LF


6' - 8' DEPTH

0 - 100 LF

$445.00

/ PER LF

101 - 250 LF

$435.00

/ PER LF

251 - 500 LF

$425.00

/ PER LF

OVER 500 LF

$425.00

/ PER LF


8' - 10' DEPTH

0 - 100 LF

$445.00

/ PER LF

101 - 250 LF

$435.00

/ PER LF

251 - 500 LF

$425.00

/ PER LF



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES



OVER 500 LF

$425.00

/ PER LF

DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS

V.22 FURNISH & INSTALL CONCRETE STORM DRAIN - 42" DIAMETER OR EQUIVAL


WELLPOINTS (LUMP SUM)

$500.00

/ PER

DAY


$2,600.00

/ PER

WEEK


TO 4' DEPTH

0 - 100 LF

$685.00

/ PER LF

101 - 250 LF

$675.00

/ PER LF

251 - 500 LF

$665.00

/ PER LF

OVER 500 LF

$665.00

/ PER LF


4' - 6' DEPTH

0 - 100 LF

$685.00

/ PER LF

101 - 250 LF

$675.00

/ PER LF

251 - 500 LF

$665.00

/ PER LF

OVER 500 LF

$665.00

/ PER LF


6' - 8' DEPTH

0 - 100 LF

$685.00

/ PER LF

101 - 250 LF

$675.00

/ PER LF

251 - 500 LF

$665.00

/ PER LF

OVER 500 LF

$665.00

/ PER LF


8' - 10' DEPTH

0 - 100 LF

$685.00

/ PER LF

101 - 250 LF

$675.00

/ PER LF

251 - 500 LF

$665.00

/ PER LF

OVER 500 LF

$665.00

/ PER LF

DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS

V.23 FURNISH & INSTALL CONCRETE STORM DRAIN - 48" DIAMETER OR EQUIVAL


WELLPOINTS (LUMP SUM)

$500.00

/ PER

DAY



$2,600.00

/ PER

WEEK



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES



TO 4' DEPTH

0 - 100 LF

$825.00

/ PER LF

101 - 250 LF

$815.00

/ PER LF

251 - 500 LF

$805.00

/ PER LF

OVER 500 LF

$805.00

/ PER LF


4' - 6' DEPTH

0 - 100 LF

$825.00

/ PER LF

101 - 250 LF

$815.00

/ PER LF

251 - 500 LF

$805.00

/ PER LF

OVER 500 LF

$805.00

/ PER LF


6' - 8' DEPTH

0 - 100 LF

$825.00

/ PER LF

101 - 250 LF

$815.00

/ PER LF

251 - 500 LF

$805.00

/ PER LF

OVER 500 LF

$805.00

/ PER LF


8' - 10' DEPTH

0 - 100 LF

$825.00

/ PER LF

101 - 250 LF

$815.00

/ PER LF

251 - 500 LF

$805.00

/ PER LF

OVER 500 LF

$805.00

/ PER LF

DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS

V.24 FURNISH & INSTALL CONCRETE STORM DRAIN - 54" DIAMETER OR EQUIVAL


WELLPOINTS (LUMP SUM)

$500.00

/ PER

DAY


$2,600.00

/ PER

WEEK


TO 4' DEPTH

0 - 100 LF

$1,025.00

/ PER LF

101 - 250 LF

$1,010.00

/ PER LF

251 - 500 LF

$1,000.00

/ PER LF

OVER 500 LF

$1,000.00

/ PER LF


0 - 100 LF

$1,025.00

/ PER LF



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES



4' - 6' DEPTH

101 - 250 LF

$1,010.00

/ PER LF

251 - 500 LF

$1,000.00

/ PER LF

OVER 500 LF

$1,000.00

/ PER LF


6' - 8' DEPTH

0 - 100 LF

$1,025.00

/ PER LF

101 - 250 LF

$1,010.00

/ PER LF

251 - 500 LF

$1,000.00

/ PER LF

OVER 500 LF

$1,000.00

/ PER LF


8' - 10' DEPTH

0 - 100 LF

$1,025.00

/ PER LF

101 - 250 LF

$1,010.00

/ PER LF

251 - 500 LF

$1,000.00

/ PER LF

OVER 500 LF

$1,000.00

/ PER LF

DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS

V.25 FURNISH & INSTALL CONCRETE STORM DRAIN - 60" DIAMETER OR EQUIVAL


WELLPOINTS (LUMP SUM)

$500.00

/ PER

DAY


$2,600.00

/ PER

WEEK


6' - 8' DEPTH

0 - 100 LF

$1,260.00

/ PER LF

101 - 250 LF

$1,200.00

/ PER LF

251 - 500 LF

$1,140.00

/ PER LF

OVER 500 LF

$1,140.00

/ PER LF


8' - 10' DEPTH

0 - 100 LF

$1,260.00

/ PER LF

101 - 250 LF

$1,200.00

/ PER LF

251 - 500 LF

$1,140.00

/ PER LF

OVER 500 LF

$1,140.00

/ PER LF

DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS

V.26 FURNISH & INSTALL CONCRETE STORM DRAIN - 66" DIAMETERM OR EQUIV




Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES


WELLPOINTS (LUMP SUM)

$500.00

/ PER

DAY


$2,600.00

/ PER

WEEK


6' - 8' DEPTH

0 - 100 LF

$1,800.00

/ PER LF

101 - 250 LF

$1,700.00

/ PER LF

251 - 500 LF

$1,650.00

/ PER LF

OVER 500 LF

$1,650.00

/ PER LF


8' - 10' DEPTH

0 - 100 LF

$1,800.00

/ PER LF

101 - 250 LF

$1,700.00

/ PER LF

251 - 500 LF

$1,650.00

/ PER LF

OVER 500 LF

$1,650.00

/ PER LF


DELIVERY DAYS AFTER RECEIPT OF ORDER:


20


/ DAYS

V.27 FURNISH & INSTALL CONCRETE STORM DRAIN - 72" DIAMETER OR EQUIVAL


WELLPOINTS (LUMP SUM)

$500.00

/ PER DAY


$2,600.00

/ PER WEEK


6' - 8' DEPTH

0 - 100 LF

$2,250.00

/ PER LF

101 - 250 LF

$2,200.00

/ PER LF

251 - 500 LF

$1,150.00

/ PER LF

OVER 500 LF

$1,150.00

/ PER LF


8' - 10' DEPTH

0 - 100 LF

$2,250.00

/ PER LF

101 - 250 LF

$2,200.00

/ PER LF



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES



251 - 500 LF

$1,150.00

/ PER LF

OVER 500 LF

$1,150.00

/ PER LF


DELIVERY DAYS AFTER RECEIPT OF ORDER:


20


/ DAYS

V.28


FURNISH & INSTALL CONCRETE STORM DRAIN 15" MITERED END


$2,530.00

/ PER EACH

V.29


FURNISH & INSTALL CONCRETE STORM DRAIN 18" MITERED END


$2,530.00

/ PER EACH

V.30


FURNISH & INSTALL CONCRETE STORM DRAIN 24" MITERED END


$3,100.00

/ PER EACH

V.31


FURNISH & INSTALL CONCRETE STORM DRAIN 30" MITERED END


$3,350.00

/ PER EACH


GRATING FOR MITERED END SECTION

$2,530.00

/ PER

EACH

V.32 FURNISH & INSTALL CONCRETE STORM DRAIN 36" OR EQUIV MITERED

END


$5,250.00

/ PER EACH

GRATING FOR MITERED END SECTION

$2,530.00

/ PER

EACH

V.33 FURNISH & INSTALL CONCRETE STORM DRAIN 42" OR EQUIV MITERED END


$6,150.00

/ PER

EACH

GRATING FOR MITERED END SECTION

$2,750.00

/ PER

EACH

V.34 FURNISH & INSTALL CONCRETE STORM DRAIN 48" OR EQUIV MITERED END


$7,400.00

/ PER

EACH

GRATING FOR MITERED END SECTION

$2,850.00

/ PER

EACH

V.35 FURNISH & INSTALL CONCRETE STORM DRAIN 54" OR EQUIV MITERED END


$13,300.00

/ PER EACH

GRATING FOR MITERED END SECTION

$3,600.00

/ PER EACH

V.36 FURNISH & INSTALL CONCRETE STORM DRAIN 60" OR EQUIV MITERED END


/ PER EACH

GRATING FOR MITERED END SECTION

$21,000.00

/ PER EACH

V.37 FURNISH & INSTALL CONCRETE STORM DRAIN 66" OR EQUIV MITERED END


/ PER EACH



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES


GRATING FOR MITERED END SECTION

$22,000.00

/ PER EACH


ALTERNATE MANHOLE ADJUSTMENT - Specification: Adjust manhole lid.

V.38 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

$2,300.00

/ PER UNIT

6 - 10 UNITS

$2,200.00

/ PER UNIT

OVER 10 UNITS

$2,150.00

/ PER UNIT

DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS

V.39 MANHOLE AND WATER VALVE ADJUSTMENT AS A PART OF BASE RECONSTRUCTION


MANHOLE ADJUSTMENT

$1,500.00

/ EACH

WATER VALVE ADJUSTMENT

$1,500.00

/ EACH

DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS

V.40 CONSTRUCT CONCRETE BLOCK CATCH BASIN 4'0"x5'4" - Specification:

Manatee County 202.1


TO 4' HEIGHT

$7,600.00

/ EACH

4.1' TO 6' HEIGHT

$8,800.00

/ EACH

6'1' TO 8' HEIGHT

$10,400.00

/ EACH

DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS


V.41 CONSTRUCT CONCRETE BLOCK CATCH BASIN 5'4"x5'4" - Specification:

Manatee County 202.1


TO 4' HEIGHT

$8,500.00

/ EACH



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES


4.1' TO 6' HEIGHT

$9,500.00

/ EACH

6'1' TO 8' HEIGHT

$11,000.00

/ EACH

DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS

V.42 CONSTRUCT CONCRETE BLOCK CATCH BASIN 6'4"x5'4" - Specification:

Manatee County 202.1


TO 4' HEIGHT

$8,800.00

/ EACH

4.1' TO 6' HEIGHT

$10,000.00

/ EACH


6'1' TO 8' HEIGHT


$11,800.00


/ EACH

DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS

V.43 CONSTRUCT P-5 CURB INLET - Spec: FDOT Section 425


CONSTRUCT P-5 CURB INLET

$10,000.00

/ EACH

DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS

V.44 CONSTRUCT J-5 CURB INLET - Spec: FDOT Section 425


CONSTRUCT J-5 CURB INLET

$10,000.00

/ EACH

DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS

V.45 CONSTRUCT J-6 CURB INLET - Spec: FDOT Section 425


CONSTRUCT J-6 CURB INLET

$10,500.00

/ EACH

DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS

V.46 CONSTRUCT TYPE 5 CURB INLET LID


CONSTRUCT TYPE 5 CURB INLET LID

$5,500.00

/ EACH

DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES


V.47 CONSTRUCT TYPE 6 CURB INLET LID


CONSTRUCT TYPE 6 CURB INLET LID

$6,500.00

/ EACH

DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS

V.48 CONSTRUCT P-6 CURB INLET


CONSTRUCT P-6 CURB INLET

$8,800.00

/ EACH

DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS

V.49 FURNISH & INSTALL 6" UNDERDRAIN (PIPE, SOCK, AGGREGATE) -

Specification: Manatee County 204


0 - 100 LF

$86.00

/ LF

100 - 500 LF

$73.00

/ LF

500 - 1,000 LF

$63.00

/ LF

OVER 1,000 LF

$58.00

/ LF

DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS

V.50 TIE UNDERDRAIN INTO EXISTING BOX

$1,000.00

/ EACH

V.51 FURNISH & INSTALL 6" UNDERDRAIN CLEAN-OUT WITH CONCRETE PAD


$780.00


/ EACH

V.52 INSTALL CONCRETE COLLAR


15" PIPE OR EQUIVALENT

0 -

4' DEPTH

$1,000.00

/ PER

EACH

4' -

8' DEPTH

$1,125.00

/ PER

EACH

18" PIPE OR EQUIVALENT

0 -

4' DEPTH

$1,000.00

/ PER

EACH

4' -

8' DEPTH

$1,125.00

/ PER

EACH

24" PIPE OR EQUIVALENT

0 -

4' DEPTH

$1,300.00

/ PER

EACH

4' -

8' DEPTH

$1,250.00

/ PER

EACH

30" PIPE OR EQUIVALENT

0 -

4' DEPTH

$2,500.00

/ PER

EACH

4' -

8' DEPTH

$2,800.00

/ PER

EACH


0 -

4' DEPTH

$2,500.00

/ PER

EACH



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES


36" PIPE OR

EQUIVALENT

4' - 8' DEPTH

$2,800.00 / PER

EACH

8' - 10' DEPTH

$3,100.00 / PER

EACH


42" PIPE OR EQUIVALENT

0 - 4' DEPTH

$3,200.00 / PER

EACH

4' - 8' DEPTH

$3,400.00 / PER

EACH

8' - 10' DEPTH

$4,000.00 / PER

EACH


48" PIPE OR EQUIVALENT

0 - 4' DEPTH

$3,500.00 / PER

EACH

4' - 8' DEPTH

$4,000.00 / PER

EACH

8' - 10' DEPTH

$4,300.00 / PER

EACH


54" PIPE OR EQUIVALENT

0 - 4' DEPTH

$5,700.00 / PER

EACH

4' - 8' DEPTH

$5,900.00 / PER

EACH

8' - 10' DEPTH

$7,000.00 / PER

EACH


60" PIPE OR EQUIVALENT

0 - 4' DEPTH

$5,900.00 / PER

EACH

4' - 8' DEPTH

$6,300.00 / PER

EACH

8' - 10' DEPTH

$6,800.00 / PER

EACH


66" PIPE OR EQUIVALENT

0 - 4' DEPTH

$10,000.00 / PER

EACH

4' - 8' DEPTH

$10,400.00 / PER

EACH

8' - 10' DEPTH

$10,700.00 / PER EACH


72" PIPE OR EQUIVALENT

0 - 4' DEPTH

$12,000.00 / PER EACH

4' - 8' DEPTH

$12,700.00 / PER EACH

8' - 10' DEPTH

$13,300.00 / PER EACH


84" PIPE OR EQUIVALENT

0 - 4' DEPTH

$11,600.00 / PER EACH

4' - 8' DEPTH

$12,700.00 / PER EACH

8' - 10' DEPTH

$13,300.00 / PER EACH



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES


DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS

V.53 REMOVE CONCRETE COLLAR




15" PIPE OR EQUIVALENT

0

-

4' DEPTH

$2,350.00

/ PER EACH

4'

-

8' DEPTH

$2,350.00

/ PER EACH


18" PIPE OR EQUIVALENT

0

-

4' DEPTH

$2,350.00

/ PER EACH

4'

-

8' DEPTH

$2,350.00

/ PER EACH


24" PIPE OR EQUIVALENT

0

-

4' DEPTH

$2,350.00

/ PER EACH

4'

-

8' DEPTH

$2,350.00

/ PER EACH


30" PIPE OR EQUIVALENT

0

-

4' DEPTH

$2,800.00

/ PER EACH

4'

-

8' DEPTH

$2,800.00

/ PER EACH


0

-

4' DEPTH

$2,800.00

/ PER



EACH

36" PIPE OR EQUIVALENT

4'

-

8' DEPTH

$2,800.00

/ PER EACH


8'

-

10' DEPTH

$2,800.00

/ PER



EACH


0

-

4' DEPTH

$3,900.00

/ PER



EACH

42" PIPE OR EQUIVALENT



4'

-

8' DEPTH

$3,900.00

/ PER

EACH


8'

-

10' DEPTH

$3,900.00

/ PER






EACH


0

-

4' DEPTH

$3,900.00

/ PER






EACH

48" PIPE OR EQUIVALENT

4'

-

8' DEPTH

$3,900.00

/ PER EACH


8'

-

10' DEPTH

$3,900.00

/ PER






EACH


0 - 4' DEPTH

$3,900.00

/ PER

EACH



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES


54" PIPE OR

EQUIVALENT

4'

- 8' DEPTH

$3,900.00

/ PER

EACH

8'

- 10' DEPTH

$3,900.00

/ PER

EACH


0

- 4' DEPTH

$4,600.00

/ PER



EACH

60" PIPE OR

4'

- 8' DEPTH

$4,600.00

/ PER

EQUIVALENT


EACH


8'

- 10' DEPTH

$4,600.00

/ PER



EACH


0

- 4' DEPTH

$4,600.00

/ PER



EACH

66" PIPE OR EQUIVALENT

4'

- 8' DEPTH

$4,600.00

/ PER EACH


8'

- 10' DEPTH

$4,600.00

/ PER



EACH


0

- 4' DEPTH

$5,200.00

/ PER



EACH

72" PIPE OR

EQUIVALENT

4'

- 8' DEPTH

$5,200.00

/ PER EACH


8'

- 10' DEPTH

$5,200.00

/ PER



EACH


0

- 4' DEPTH

$5,200.00

/ PER



EACH

84" PIPE OR

4'

- 8' DEPTH

$5,200.00

/ PER

EQUIVALENT


EACH

8'

- 10' DEPTH




$5,200.00

/ PER



EACH

DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS

V.54 REMOVE BOX INLET



UNDER 40" BOX

$2,100.00

/ PER EACH

40" X 48" BOX

$2,400.00

/ PER EACH

64" X 64" BOX

$3,000.00

/ PER EACH

DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS

V.55 REMOVE CONCRETE DRAINAGE STRUCTURE





Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES


REMOVAL OF DRAINAGE STRUCTURE

$2,400.00

/ PER CY

DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS

V.56 INLET MODIFICATION (ONE SIDE)



0 - 4' DEPTH

$5,700.00

/ PER



EACH

MODIFY 48" BOX

4' - 8' DEPTH

$5,700.00

/ PER EACH


8' - 10' DEPTH

$6,200.00

/ PER



EACH


0 - 4' DEPTH

$5,700.00

/ PER



EACH

MODIFY 64" BOX

4' - 8' DEPTH

$5,700.00

/ PER EACH


8' - 10' DEPTH

$6,200.00

/ PER



EACH

DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS

V.57 FURNISH AND INSTALL ELLIPTICAL PIPE 12" x 18"



WELLPOINTS (LUMP SUM)

$500.00

/ PER

DAY



$2,600.00

/ PER

WEEK


T0 4' DEPTH

0 - 100 LF

$185.00

/ PER LF

101 - 250 LF

$180.00

/ PER LF

251 - 500 LF

$180.00

/ PER LF

OVER 500 LF

$180.00

/ PER LF


4' - 6' DEPTH

0 - 100 LF

$185.00

/ PER LF

101 - 250 LF

$180.00

/ PER LF

251 - 500 LF

$180.00

/ PER LF



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES



OVER 500 LF

$180.00

/ PER LF


6' - 8' DEPTH

0 - 100 LF

$185.00

/ PER LF

101 - 250 LF

$180.00

/ PER LF

251 - 500 LF

$180.00

/ PER LF

OVER 500 LF

$180.00

/ PER LF


8' - 10' DEPTH

0 - 100 LF

$185.00

/ PER LF

101 - 250 LF

$180.00

/ PER LF

251 - 500 LF

$180.00

/ PER LF

OVER 500 LF

$180.00

/ PER LF

DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS

V.58 FURNISH AND INSTALL ELLIPTICAL PIPE 14" X 23"



WELLPOINTS (LUMP SUM)

$500.00

/ PER

DAY



$2,600.00

/ PER

WEEK


T0 4' DEPTH

0 - 100 LF

$220.00

/ PER LF

101 - 250 LF

$215.00

/ PER LF

251 - 500 LF

$215.00

/ PER LF

OVER 500 LF

$215.00

/ PER LF


4' - 6' DEPTH

0 - 100 LF

$220.00

/ PER LF

101 - 250 LF

$215.00

/ PER LF

251 - 500 LF

$215.00

/ PER LF



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES



OVER 500 LF

$215.00

/ PER LF


6' - 8' DEPTH

0 - 100 LF

$220.00

/ PER LF

101 - 250 LF

$215.00

/ PER LF

251 - 500 LF

$215.00

/ PER LF

OVER 500 LF

$215.00

/ PER LF


8' - 10' DEPTH

0 - 100 LF

$220.00

/ PER LF

101 - 250 LF

$215.00

/ PER LF

251 - 500 LF

$215.00

/ PER LF

OVER 500 LF

$215.00

/ PER LF

DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS

V.59 FURNISH AND INSTALL ELLIPTICAL PIPE 19" x 30"



WELLPOINTS (LUMP SUM)

$500.00

/ PER

DAY



$2,600.00

/ PER

WEEK


T0 4' DEPTH

0 - 100 LF

$350.00

/ PER LF

101 - 250 LF

$340.00

/ PER LF

251 - 500 LF

$340.00

/ PER LF

OVER 500 LF

$340.00

/ PER LF


4' - 6' DEPTH

0 - 100 LF

$350.00

/ PER LF

101 - 250 LF

$340.00

/ PER LF

251 - 500 LF

$340.00

/ PER LF



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES



OVER 500 LF

$340.00

/ PER LF


6' - 8' DEPTH

0 - 100 LF

$350.00

/ PER LF

101 - 250 LF

$340.00

/ PER LF

251 - 500 LF

$340.00

/ PER LF

OVER 500 LF

$340.00

/ PER LF


8' - 10' DEPTH

0 - 100 LF

$350.00

/ PER LF

101 - 250 LF

$340.00

/ PER LF

251 - 500 LF

$340.00

/ PER LF

OVER 500 LF

$340.00

/ PER LF

DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS

V.60 FURNISH AND INSTALL ELLIPTICAL PIPE 24" x 38"



WELLPOINTS (LUMP SUM)

$500.00

/ PER

DAY



$2,600.00

/ PER

WEEK


T0 4' DEPTH

0 - 100 LF

$510.00

/ PER LF

101 - 250 LF

$500.00

/ PER LF

251 - 500 LF

$500.00

/ PER LF


4' - 6' DEPTH

0 - 100 LF

$510.00

/ PER LF

101 - 250 LF

$500.00

/ PER LF

251 - 500 LF

$500.00

/ PER LF

OVER 500 LF

$500.00

/ PER LF


6' - 8' DEPTH

0 - 100 LF

$510.00

/ PER LF

101 - 250 LF

$500.00

/ PER LF



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES



251 - 500 LF

$500.00

/ PER LF

OVER 500 LF

$500.00

/ PER LF


8' - 10' DEPTH

0 - 100 LF

$510.00

/ PER LF

101 - 250 LF

$500.00

/ PER LF

251 - 500 LF

$500.00

/ PER LF

OVER 500 LF

$500.00

/ PER LF


DELIVERY DAYS AFTER RECEIPT OF ORDER:


20


/ DAYS

V.61 FURNISH AND INSTALL ELLIPTICAL PIPE 29" x 45"



WELLPOINTS (LUMP SUM)


$500.00

/ PER DAY




$2,600.00

/ PER WEEK


T0 4' DEPTH

0 - 100 LF

$660.00

/ PER LF

101 - 250 LF

$650.00

/ PER LF

251 - 500 LF

$650.00

/ PER LF

OVER 500 LF

$650.00

/ PER LF


4' - 6' DEPTH

0 - 100 LF

$660.00

/ PER LF

101 - 250 LF

$650.00

/ PER LF

251 - 500 LF

$650.00

/ PER LF

OVER 500 LF

$650.00

/ PER LF


6' - 8' DEPTH

0 - 100 LF

$660.00

/ PER LF

101 - 250 LF

$650.00

/ PER LF

251 - 500 LF

$650.00

/ PER LF

OVER 500 LF

$650.00

/ PER LF



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES



8' - 10' DEPTH

0 - 100 LF

$660.00

/ PER LF

101 - 250 LF

$650.00

/ PER LF

251 - 500 LF

$650.00

/ PER LF

OVER 500 LF

$650.00

/ PER LF


DELIVERY DAYS AFTER RECEIPT OF ORDER:


20


/ DAYS

V.62 FURNISH AND INSTALL ELLIPTICAL PIPE 34" x 53"



WELLPOINTS (LUMP SUM)

$500.00

/ PER

DAY




$2,600.00

/ PER WEEK


T0 4' DEPTH

0 - 100 LF

$910.00

/ PER LF

101 - 250 LF

$900.00

/ PER LF

251 - 500 LF

$900.00

/ PER LF

OVER 500 LF

$900.00

/ PER LF


4' - 6' DEPTH

0 - 100 LF

$910.00

/ PER LF

101 - 250 LF

$900.00

/ PER LF

251 - 500 LF

$900.00

/ PER LF

OVER 500 LF

$900.00

/ PER LF


6' - 8' DEPTH

0 - 100 LF

$910.00

/ PER LF

101 - 250 LF

$900.00

/ PER LF

251 - 500 LF

$900.00

/ PER LF

OVER 500 LF

$900.00

/ PER LF


8' - 10' DEPTH

0 - 100 LF

$910.00

/ PER LF

101 - 250 LF

$900.00

/ PER LF

251 - 500 LF

$900.00

/ PER LF



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES



OVER 500 LF

$900.00

/ PER LF


DELIVERY DAYS AFTER RECEIPT OF ORDER:


20


/ DAYS

V.63


FURNISH & INSTALL CONCRETE STORM DRAIN 12"X 18" MITERED END


$2,800.00

/ PER EACH

V.64


FURNISH & INSTALL CONCRETE STORM DRAIN 14" X 23" MITERED END


$2,800.00

/ PER EACH

V.65 FURNISH & INSTALL CONCRETE STORM DRAIN 19" X 30" MITERED END

$3,500.00

/ PER EACH

V.66 FURNISH & INSTALL CONCRETE STORM DRAIN 24" X 38" MITERED END

$4,700.00

/ PER

EACH

V.67 FURNISH & INSTALL CONCRETE STORM DRAIN 29" X 45" MITERED END

$10,800.00

/ PER EACH

V.68 FURNISH & INSTALL CONCRETE STORM DRAIN 34" X 53" MITERED END

$13,000.00

/ PER

EACH

GRATING FOR MITERED END SECTION

$3,200.00

/ PER

EACH

V.69 FURNISH & INSTALL RIPRAP - FDOT SPEC 530 (2000)



SAND CEMENT

$360.00

/ PER CY

RIP RAP RUBBLE

$300.00

/ PER

TON

BEDDING STONE

$300.00

/ PER

TON


V.70 FURNISH & INSTALL ROTOR SPRINKLER HEAD INCLUDING FITTINGS



0-5

$150.00

/ EACH

6 - 10

$150.00

/ EACH

OVER 10

$150.00

/ EACH

V.71 FURNISH & INSTALL POP-UP SPRINKLER HEAD INCLUDING FITTINGS



0-5

$150.00

/ EACH

6 - 10

$150.00

/ EACH

OVER 10

$1,500.00

/ EACH

V.72 FURNISH & INSTALL 3/4" TO 1" IRRIGATION LINE PER MFG. SPECIFICATONS



0 - 10 LF

$35.00

/ LF

11 - 50 LF

$35.00

/ LF

51 - 100 LF

$35.00

/ LF



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION V - STORMWATER, WASTEWATER & WATER UTILITIES



OVER 100 LF

$35.00

/ LF

V.73 FURNISH & INSTALL >1" TO 2" IRRIGATION LINE PER MFG. SPECIFICATONS



0 - 10 LF

$40.00

/ LF

11 - 50 LF

$40.00

/ LF

51 - 100 LF

$40.00

/ LF

OVER 100 LF

$40.00

/ LF



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL


SECTION VI - CURB AND GUTTER, SIDEWALKS AND DRIVEWAYS


VI.1 MIAMI CURB AND GUTTER - Spec: Manatee County 201.1


0 - 500 LF

$45.00

/ PER LF

501 - 2,000 LF

$42.00

/ PER LF

OVER 2,000 LF

$40.00

/ PER LF

DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS


VI.2


TYPE "F" BARRIER CURB AND GUTTER - Spec: Manatee County 201.2


0 - 500 LF

$45.00

/ PER LF

501 - 2,000 LF

$42.00

/ PER LF

OVER 2,000 LF

$40.00

/ PER LF

DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS

VI.3 MODIFIED TYPE "F" CURB 201.2


0 - 500 LF

$45.00

/ PER LF

501 - 2,000 LF

$42.00

/ PER LF

OVER 2,000 LF

$40.00

/ PER LF

DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS


VI.4


TYPE "AB" MEDIAN CURB AND GUTTER - Spec: Manatee County 201.3


0 - 500 LF

$45.00

/ PER LF



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL


SECTION VI - CURB AND GUTTER, SIDEWALKS AND DRIVEWAYS


501 - 2,000 LF

$42.00

/ PER LF

OVER 2,000 LF

$40.00

/ PER LF

DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS

VI.5 FDOT HEADWALLS


ITEMS INCLUDE REBAR

$2,100.00

/ PER CY


VI.6 TYPE "D" HIGHBACK CURB - Spec. Manatee County 201.4


0 - 500 LF

$45.00

/ PER LF

501 - 2,000 LF

$42.00

/ PER LF

OVER 2,000 LF

$40.00

/ PER LF

DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS

VI.7 INVERTED CROWN GUTTER -Spec: Manatee County 201.5


0 - 500 LF

$45.00

/ PER LF

501 - 2,000 LF

$42.00

/ PER LF

OVER 2,000 LF

$40.00

/ PER LF

DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS


VI.8 TYPE "A" VALLEY CROSSING - Spec. Manatee County 201.6


TYPE "A" VALLEY CROSSING

$70.00

/ PER LF



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL


SECTION VI


- CURB AND GUTTER, SIDEWALKS AND DRIVEWAYS


MIAMI CURB & GUTTER ON RADIUS

$65.00

/ PER LF

REMOVE NECESSARY PAVEMENT, BASE, CURB & GUTTER TO INSTALL NEW VALLEY CROSSING

$65.00

/ PER LF

DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS

VI.9 TYPE "B-B & C-C" VALLEY CROSSING - Spec: Manatee County 201.6


TYPE "B" VALLEY CROSSING

$70.00

/ PER LF

MIAMI CURB & GUTTER ON RADIUS

$65.00

/ PER LF

REMOVE NECESSARY PAVEMENT, BASE, CURB & GUTTER TO INSTALL NEW VALLEY CROSSING

$65.00

/ PER LF

DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS


VI.10 CONSTRUCT SIDEWALK / DRIVEWAY


2,500

PSI RANDOM x 4"

$65.00

/ PER SY

3,000

PSI RANDOM x 4"

$65.00

/ PER SY

2,500

PSI RANDOM x 4" WITH 6 x 6 #10 MESH

$70.00

/ PER SY

3,000

PSI RANDOM x 4" WITH 6 x 6 #10 MESH

$70.00

/ PER SY

2,500

PSI RANDOM x 6"

$75.00

/ PER SY

3,000

PSI RANDOM x 6"

$75.00

/ PER SY

2,500

PSI RANDOM x 6" WITH 6 x 6 #10 MESH

$80.00

/ PER SY

3,000

PSI RANDOM x 6" WITH 6 x 6 #10 MESH

$80.00

/ PER SY

5,000

PSI RANDOM x 5" WITH 2 #5 REBAR

$80.00

/ PER SY



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL


SECTION VI - CURB AND GUTTER, SIDEWALKS AND DRIVEWAYS


PREPARATION (GRADING, SHAPE, BASE PREPARATION TO INCLUDE 6" FILL AND/OR EXCAVATION


$18.00


/ PER SY

ADDITIONAL FILL

$40.00

/ PER CY

ADDITIONAL EXCAVATION

$40.00

/ PER CY

DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS

VI.11 MISCELLANEOUS CONCRETE FORMED AND POURED


3,000 PSI

$950.00

/ PER CY

4,000 PSI

$1,100.00

/ PER CY

DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS


VI.12 REBAR


ITEMS TO BE USED WITH MISCELLANEOUS

$4.00

/ PER LB

DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS

VI.13 REMOVE CONCRETE SIDEWALK / DRIVEWAY (2500 PSI)


4" THICKNESS:


0 - 100 SF

$12.00

/ PER SF

101 - 250 SF

$11.00

/ PER SF

251 - 500 SF

$10.00

/ PER SF

OVER 500 SF

$10.00

/ PER SF



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL


SECTION VI - CURB


AND GUTTER, SIDEWALKS AND DRIVEWAYS


6" THICKNESS:


0 - 100 SF

$12.00

/ PER SF

101 - 250 SF

$11.00

/ PER SF

251 - 500 SF

$10.00

/ PER SF

OVER 500 SF

$10.00

/ PER SF

DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS


VI.14 REMOVE CONCRETE CURB & GUTTER


0 - 100 SF

$26.00

/ PER SF

101 - 250 SF


$25.00

/ PER SF

251 - 500 SF


$24.00

/ PER SF

OVER 500 SF


$24.00

/ PER SF

DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS


VI.15 CONSTRUCT ASPHALT SIDEWALK / DRIVEWAY - Price to include excavation, asphalt material, labor and equipment


SAND ASPHALT - HOT MIX - 1200#


4' x 4"

$75.00

/ PER LF

5' x 4"

$90.00

/ PER LF

6' x 4"

$100.00

/ PER LF

8' x 4"

$132.00

/ PER LF

4' x 6"

$100.00

/ PER LF

5' x 6"

$115.00

/ PER LF



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL


SECTION VI


-


CURB AND GUTTER, SIDEWALKS AND DRIVEWAYS


6' x 6"

$140.00

/ PER LF

8' x 6"

$180.00

/ PER LF

ASPHALTIC CONCRETE - TYPE III


4' x 4"

$75.00

/ PER LF

5' x 4"

$90.00

/ PER LF

6' x 4"

$100.00

/ PER LF

8' x 4"

$132.00

/ PER LF

4' x 6"

$100.00

/ PER LF

5' x 6"

$115.00

/ PER LF

6' x 6"

$140.00

/ PER LF

8' x 6"

$180.00

/ PER LF

DELIVERY DAYS AFTER RECEIPT OF ORDER:

15

/ DAYS


VI.16 PREPARATION FOR CURB & GUTTER (NEW NOT REPLACED)


PREPARATION +/- 6"

$20.00

/ PER LF

ADDITIONAL FILL

$40.00

/ PER CY

ADDITIONAL EXCAVATION

$40.00

/ PER CY

DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS


VI.17 CONCRETE PUMPING


CONCRETE PUMPED

$450.00

/ HOUR

CONCRETE PUMPED

$3,200.00

/ DAY

DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL


SECTION VI - CURB AND GUTTER, SIDEWALKS AND DRIVEWAYS


VI.18 ADA TRUNCATED DOME FURNISHED/INSTALLED


Furnish and Install

$60.00

/ SQ FT

DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS

VI.19 STANDARD MAIL BOX RELOCATE

$350.00

EACH

VI.20 IRRIGATION CAP

$20.00

EACH



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION VII - TRAFFIC CONTROL


VII.1 FURNISH AND INSTALL AND REMOVE TEMPORARY CONCRETE BARRIER - (JERSEY BARRIER) Spec: FDOT Section 521


PRECAST TEMP PROTECTIONTRAFFIC CONTROL

$60.00

/ PER FT

DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS

VII.2 GUARDRAIL - Spec: FDOT 536-1 - Price Vendor Delivered & Installed per Job Site


0 - 250 LF

$60.00

/ PER LF

OVER 251 LF

$60.00

/ PER LF

DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS


VII.3 SHOP - BENT PANELS - Specification: FDOT 536-2 - Price Vendor Delivered and Installed per Job Site


0 - 12.5 LF

$250.00

/ PER LF

OVER 12.5 LF

$250.00

/ PER LF

DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS


VII.4 SPECIAL POST (MINIMUM 2 EACH) - Spec: FDOT Section 536-7 - Price

Vendor Delivered and Installed per Job Site


0 - 4

$450.00

/ PER EA

OVER 4

$450.00

/ PER EA

DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS

VII.5 TYPE IV ENDS (MIN. 2 EACH) Spec: FDOT 536-8 - Price Vendor

Delivered and Installed per Job Site


0 - 4

$6,500.00

/ PER EA

OVER 4

$6,500.00

/ PER EA



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION VII - TRAFFIC CONTROL


DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS

VII.6 GUARDRAIL POST REPLACEMENT Spec: FDOT 536-83 - Price Vendor

Delivered and Installed per Job Site


0 - 4

$400.00

/ PER EA

OVER 4

$400.00

/ PER EA

DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS

VII.7 GUARDRAIL REMOVAL AND DEPOSAL INCLUDING POST


0 - 24

$60.00

/ PER LF

OVER 24

$50.00

/ PER LF

DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS

VII.8 EXISTING SIGN REMOVAL AND DISPOSAL INCLUDING POST


0 - 5

$500.00

/ PER EA

6 - 10

$400.00

/ PER EA

OVER 10

$300.00

/ PER EA

DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION VIII - FENCING


FENCING - Includes furnishing all labor, materials, equipment and such miscellaneous items as necessary for complete installation of chain link fence system; fencing to be installed according to manufacturer's specifications, unless otherwise specified. Spec FDOT 550 (2016).


VIII.1

CHAIN LINK FENCING TYPE A



4' HEIGHT

0 - 100 LF

$35.00

/ PER LF

101 - 500 LF

$25.00

/ PER LF

OVER 501 LF

$20.00

/ PER LF

DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS

VIII.2

CHAIN LINK FENCING TYPE B



4' HEIGHT

0 - 100 LF

$35.00

/ PER LF

101 - 500 LF

$25.00

/ PER LF

OVER 501 LF

$23.00

/ PER LF


6' HEIGHT

0 - 100 LF

$37.00

/ PER LF

101 - 500 LF

$27.00

/ PER LF

OVER 501 LF

$25.00

/ PER LF


8' HEIGHT

0 - 100 LF

$45.00

/ PER LF

101 - 500 LF

$35.00

/ PER LF

OVER 501 LF

$33.00

/ PER LF

DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS

VIII.3

FENCE REMOVAL AND DISPOSAL (WOOD AND CHAIN LINK)



4' HEIGHT

0 - 100 LF

$30.00

/ PER LF

101 - 500 LF

$15.00

/ PER LF

OVER 501 LF

$15.00

/ PER LF



Superior Asphalt, Inc.


P.O. Box 2489

Oneco, FL

SECTION VIII - FENCING


FENCING - Includes furnishing all labor, materials, equipment and such miscellaneous items as necessary for complete installation of chain link fence system; fencing to be installed according to manufacturer's specifications, unless otherwise specified. Spec FDOT 550 (2016).



6' HEIGHT

0 - 100 LF

$30.00

/ PER LF

101 - 500 LF

$15.00

/ PER LF

OVER 501 LF

$15.00

/ PER LF

DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS

VIII.4

GATES




4' HEIGHT

4' WIDE

$900.00

/ PER EACH

8' WIDE

$1,300.00

/ PER EACH

16' WIDE

$1,700.00

/ PER EACH


6' HEIGHT

4' WIDE

$1,000.00

/ PER EACH

8' WIDE

$1,400.00

/ PER EACH

16' WIDE

$1,800.00

/ PER EACH


8' HEIGHT

4' WIDE

$1,200.00

/ PER EACH

8' WIDE

$1,600.00

/ PER EACH

16' WIDE

$2,000.00

/ PER EACH

DELIVERY DAYS AFTER RECEIPT OF ORDER:

20

/ DAYS

EXHIBIT C AGREEMENT NO. 24-TA005220CD


ATTACHM ENT E, CONFLICT OF INTEREST AFFIDAVTT

IFS No. 24-TA00S220CD STATE OF Flo-.r COUNTY OF M...,"'-0...,+e.,c_

BEFORE ME, the undersigned authority, this day personally appeared [INSERT NAME]             

A\A-- r.\'-"-\ v     . as [INSERT TITLE) V:c.s, fl.--  ,J.e."';- of [INSERT

CONSULTANT NAME] S\,,\,,y,e<;1ar Al"'-'""'\ t, -:Inc.. . with full authority to bind (hereinafter "CONSULTANT"), who being first duly sworn, deposes and says that CONSULTANT:

  1. Is not cu1Tent1y engaged and will not become engaged in any obligations, undertakings or contracts that will require CONSULTANT 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

  2. Has prnvided full disclosure of all potentially conflicting contractual relationships and ful I disclosure of contractual relationships deemed to raise a question of conflict(s); and

  3. Has provided full disclosure of prior work history and qualifications that may be deemed to raise a possible question of conflict(s).

    Affiant makes this Affidavit for the purpose of inducing Manatee County, a political subdivision of the Stale of Florida, to enter into this Agreement No.                             for


    DATED this '28,..1:!ay of     """"'<- , 20 2.'-/


    CONSULT ANT Signature


    The foregoing instrument was sworn to and acknowledged before me this day of  M.  

    , 202t_, by [NAME] Mao U\1\va-v , as [TITLE]  l(J. Qundeo+

                   of[CONSULTANT] SurY'.\O( Ac: 10.\+, • .®/ She is personally

    known to me or has produced     _::   =:=========---_[TYPE OF

    JDENTJFIC,f..TION] as identifi..cation.

    Notary Signature

    ,,i v/i; ..,,.

    LINDA MARINO

    f Y:-i Notary Public tate of Florida

    \ if Commission ii HH J119) 1

    '···'-:f:. tf:: •y My Comm. Expires Jan 10, 2027 Bonded through National Notary Assn.

    ....,,..,, u a u o a» a    "'"

    Commission No.                     


    Bidder must fully execute and return this form with its Bid.


    Manutce County BCC INVfTATION FORBTO

    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.


  1. INSURANCE REQUIREMENTS


    THE POLICIES ARE TO CONTAIN, OR BE ENDORSED TO CONTAIN, THE FOLLOWING PROVISIONS:


    Commercial General Liability and Automobile Liability Coverages


    1. “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.


    2. 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.

    3. 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.

  2. General Insurance Provisions Applicable To All Policies:


    1. 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.


    2. 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


    3. The project’s solicitation number and title shall be listed on each certificate.


    4. 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.


    5. 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.


    6. 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.


    7. The CONTRACTOR has sole responsibility for all insurance premiums and policy deductibles.


    8. 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.


    9. 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.


    10. 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.


    11. 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.


    12. No award shall be made until the Procurement Division has received the Certificate of Insurance in accordance with this section.

  3. 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.


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.fdot.gov/programmanagement/implemented/specbooks/default.shtm


Manatee County Specifications (Utility Design Standards, Transportation Design Standards and Storm Water Design Standards) can be found at: http://www.mymanatee.org/departments/public_works/infrastructure_engineering


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/


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.


  1. Regarding structural number on Crushed Concrete Base, Manatee County to approve SN 0.18 if following criteria is met and maintained:


    1. Limerock Bearing Ratio value of 150 or greater.

    2. Gradation conforms to FDOT Specifications 2007 (rev 8-07).

    3. Deleterious materials conform to FDOT Specifications2007 (rev 8-07)

    4. Delivery ticket indicates FDOT approved source, actual lot allocated to a particular project.

    5. Piles or lots to be inspected by Manatee County representative prior to acceptance.


  2. Regarding Limerock Bearing Ratio value:

    1. No Limerock Bearing Ratio value less than 150, with no under tolerance.

  3. Regarding source approval:

    1. 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.


  4. Regarding deleterious materials:

    1. 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.


  5. Material source inspection:

    1. 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.


  6. Import and placement of base product:

    1. 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.

    2. 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.


  7. Rejection of materials:

    1. 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.


  8. Compaction of material:

    1. 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:

  1. 40/100 pounds per acre - Pensacola Bahia

  2. 10/20 pounds per acre - Bermuda


Starter Grass Seed:

  1. May 1 through October 15 - Millet 40 pounds per acre

  2. April, October 15 to November - Millet 20 pounds

    - Rye 20 pounds

  3. 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:


    1. 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

    2. 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

1. 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


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.

SECTION E – TECHNICAL SPECIFICATIONS

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.


(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.

.

SECTION E – TECHNICAL SPECIFICATIONS

(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:

  1. Local sand.

  2. A blend of local sands.

  3. 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.

  4. 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-

      1. 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:


        1. 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.

        2. 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:

  1. 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.


  2. 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:

  1. A minimum 1 1/2 inch [40 mm] initial lift is required over an Asphalt Rubber Membrane Interlayer (ARMI).

  2. 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.

  3. 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:

  1. Assume responsibility for the design of asphalt mixes which incorporate RAP as a component part.

  2. 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.

  3. Mount a grizzly or grid with openings of a sufficient size to prevent clogging of the cold feed over the RAP cold bin.


  4. 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.


  5. If oversized RAP material appears in the completed recycled mix, cease plant operations and take appropriate corrective action.


  6. Ensure that the RAP material as stockpiled is reasonably uniform in characteristics and contains no aggregate particles which are soft or conglomerates of fines.


  7. 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.


  8. 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:

  9. Cut ten 6-inch [150 mm] cores in area(s) approved by the County. Fill the core holes immediately prior to opening to traffic.


  10. 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.


  11. Submit a request in writing to the County for any variance from the above outlined methods of obtaining samples for mix designs.


  12. 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.


  13. When the composition of stockpiled RAP to be used as a component in a mix design is not known, design the mix as follows:


  14. 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.

  15. Run a minimum of six extraction gradation analyses of the RAP. Take the samples at random locations around the stockpile(s).


  16. 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.


  17. 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:

  1. Consider the recycled crushed glass a local material and meet all requirements specified in 902-6.


  2. The percentage of recycled crushed glass in any bituminous mixture does not exceed 15% of the total aggregate weight.


  3. 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.


  4. 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.

  5. 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:

  1. The specific project on which the mixture will be used.

  2. The source and description of the materials to be used.

  3. 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.

  4. 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.


  5. 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.

  6. A single temperature at which the mixture is intended to be discharged from the plant.

  7. The laboratory density of the asphalt mixture for all mixes except Open- Graded Friction Courses.

  8. Evidence that the completed mixture will meet all specified physical requirements.

  9. 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

  1. 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.


  2. FUNCTIONS AND RESPONSIBILITIES:

    1. 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.


    2. 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.


      RECOMMENDATIONS FOR A SUCCESSFUL BIDDER QUALITY CONTROL PLAN

Table 331-4

      1. All Types of Plants

        1. Stockpiles

          1. Place materials in the correct stockpile.

          2. Use good stockpiling techniques.

          3. Inspect stockpiles for separation, contamination, segregation, etc.

        2. Incoming Aggregate

          1. Obtain gradations and bulk specific gravity (BSG) values from the aggregate supplier.

          2. Determine gradation of all component materials.

          3. Compare gradations and BSG to mix design.

        3. Cold Bins

          1. Calibrate the cold gate/feeder belt settings.

          2. Observe operation of cold feed for uniformity.

        4. Dryer

          1. Observe pyrometer for aggregate temperature control.

          2. Observe efficiency of the burner.

        5. Hot Bins

          1. Determine gradation of aggregates in each bin.

          2. Determine theoretical combined grading.

        6. Bituminous Mixture

          1. Determine asphalt content.

          2. Determine mix gradation.

          3. Check mix temperature.

          4. Verify modifier addition.

      2. Batch Plants

        1. For batch weights, determine percent used and weight to be pulled from each bin to ensure compliance with the mix design.

        2. Check mixing time.

        3. Check operations of weigh bucket and scales.

      3. Continuous Mix Plant

        1. Determine gate calibration chart for each bin.

        2. Determine gate settings for each bin to ensure compliance with the mix design.

        3. Determine gallons [cubic meters] per revolution or gallons [cubic meters] per minute to ensure compliance with the mix design.

      4. Drum Mixer Plant

        1. Calibrate the cold feed and prepare a calibration chart for each cold gate.

        2. Develop information for the synchronization of the aggregate feed, reclaimed asphalt pavement (RAP) feed and the bituminous material feed.


        3. 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:

          1. gradation of incoming aggregates

          2. gradation and asphalt content of RAP

          3. combined gradations of hot bins

          4. extracted asphalt content

          5. mix gradation

          6. 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.

  1. QUALITY CONTROL SYSTEM:


    1. 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.


    2. 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.

    3. 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.


    4. 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.


    5. Laboratories with Measuring and Testing Equipment. Furnish a fully equipped asphalt laboratory (permanent or portable) at the production site, and meeting the following requirements:


      1. 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.

      2. Lighting - Provide lighting in the lab adequate to illuminate all areas of


      3. Temperature Control - Equip the lab with heating and air conditioning

        units that provide a satisfactory working environment.


      4. 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.

      5. 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.


      6. 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.


    6. 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.


    7. 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.

    8. 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.


    9. 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.


    10. 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:

  1. the completion of a given mix type on a project.

  2. 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:

  1. The No. 40 [425 μm] sieve applies to Type S-I, S-II, S-III and FC-3.

  2. 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.


  1. (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)


  2. (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.

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.

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.

Table 1.1


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 been developed within the last year using the specific materials to be used on the project. Mix designs shall be developed by laboratories with experience in designing micro surfacing mixtures. When requested by the County, the mix design shall be verified by an independent laboratory not affiliated with the emulsion supplier or the Successful Bidder. 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.

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


  1. 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.


  2. Test procedure identical with ASTM D-244 except that 0.2 Normal Calcium Chloride solution shall be used in place of distilled water.


  3. Test procedure identical with ASTM D-244 except that distilled water shall be used in place of two percent sodium oleate solution.

  4. Test procedure is attached.


  5. 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:


  1. List the proposed Alternate on the Bid Form with the product name and price.


  2. 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


    1. APPARATUS

      1. Container may be glass, plastic or metal having a capacity of 6,000 ml.


      2. Graduated cylinder, 1,000 ml, or greater.

        3 Light transmittance measuring apparatus, such as Bausch and Lomb or Lumitron spectrophotometer.

        1. Graduated pipette having 1 ml capacity to 0.01 ml accuracy.

        2. Suction bulb for use with pipette.

        3. Test tubes compatible with spectrophotometer, ¾ " x 6", Bausch and Lomb, Catalog #33-17-81, (B&L).


    2. CALIBRATION OF SPECTROPHOTOMETER

      1. Calibrate spectrophotometer as follows:

        1. Set wavelength at 580 mu,

        2. Allow spectrophotometer to warm-up thirty minutes,

          `` (c) Zero percent light transmittance (%LT) scale,

          1. 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,

          2. 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.


      2. Calibrate the emulsion samples test tube as follows:

        1. Rinse out test tube with tap water three times and fill to top of circle mark,

        2. Calibrate spectrophotometer,

        3. 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.

    3. PROCEDURE

      1. Shake, stir or otherwise thoroughly mix emulsion to be tested. Place sample of emulsion in beaker and allow to stand one minute.

      2. Place 2,000 ml tap water in container.

      3. Suck 1.00 ml emulsion into pipette using suction bulb. Wipe off outside pipette.

      4. Using suction bulb, blow emulsion into container.

      5. Rinse pipette by sucking in diluted emulsion solution and blowing out. Continue until pipette is clean.

      6. Clean pipette with soap or solvent and water. Rinse with acetone.

      7. Stir diluted emulsion thoroughly.

      8. Rinse out tube to be used with the diluted emulsion three times and fill to top of circle.

      9. Calibrate spectrophotometer.


      10. Place diluted emulsion sample tube in spectrophotometer, cover and read

        %LT to nearest integer.

      11. Repeat steps 9 and 10 until three identical consecutive readings are achieved.


      12. 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 water shall be spread at the rate of 0.05 to 0.10 gallons per square yard, or as approved 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:

        1. Use 3/8” rock in concrete collars

        2. Concrete collars should be 30" x 30" minimum overall

        3. Use brick, concrete or iron rings to raise to grade

        4. Grout inside of manhole and/or chimneys

        5. 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:


        1. 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.


        2. 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.

        3. The use of a spreader bar attached to the cement tanker is unacceptable.

        4. Maintain all equipment in a satisfactory operational condition.


        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:


        1. 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.


        2. Roll with a self-propelled pneumatic-tired roller (20-25 ton) and/or a double-drum vibratory roller (10 ton or larger).

        3. 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.


        4. 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 themat.


        5. 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.

        6. 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.

        3) 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

        1. 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.

        2. 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.

        3. 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.


        4. 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.

        5. Compressive Strength shall be determined in accordance with ASTM D1633.

        6. 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.


        7. 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


        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


        1. Distilled water shall be used in place of the sodium oleate solution.

        2. 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.

        3. Heat the sample to 300 +/- 5F, until foaming ceases. Then cool the sample immediately and calculate the results.

        4. Test is performed on the residue from the emulsion.

        5. The ratio is (PC + A1) (S + A2) where: PC = polar compounds

          A1 = first acidaffins

          A2 = second acidaffins

          S = saturated hydrocarbons

        6. 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

        1. PROVISIONS APPLICABLE TO ALL TYPES:

          1. 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.


            1. 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.

            2. 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.


            3. 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.

          2. 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.

          3. 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.


          4. 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.

          5. 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.


          6. 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.


          7. 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.

          8. 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.


          9. 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.

          10. 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.


        2. 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.

        3. DENSITY CONTROL:

          1. 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.

          2. 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


          3. 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.

          4. 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.

        EXHIBIT F- Zone Map AGREEMENT NO. 24-TA005220CD

        Exhibit B Authority Project


        Page 10 of 10


        SUPERIOR ASPHALT, INC.

        BID QUOTATION

        P.O. BOX 2489

        ONECO. FL 34264

        PH. (_941) 755-2850

        FAX (941) 727-5980


        DATE: September 10, 2024


        TO: Seaport Manatee JOB NAME: Seaport Manatee Patching LOCATION: Dock Street F='ort Manatee


        WE ARE PLEASED TO QUOTE AS FOLLOWS:


        ITEM

        NO.

        ITEM

        DESCRIPTION

        BID

        QUANTITY


        UNIT

        UNIT

        PRICE


        TOTAL


        IV.44

        Mobilization

        2.00

        EA

        $2,500.00


        $5.000.00

        IV.3-0

        4" Milling

        7000.00

        SY

        $3.50


        $24,500.00

        IV.10 4" Type SP-12.S Asphalt 1540.00

        TON

        $146.00


        $224,840.00

        IV.16 Sweep,Tack,Spread.Compact101-200 Tn 1540.00

        TON

        $100.00


        $154,000.00

        111.16 Dump Trucks 976.00 HRS $105.00 $102,480.00

        October 17, 2024


        CONSENT

        AGENDA ITEM 3.K: BUDGET RESOLUTION – FY 2024 BACKGROUND:

        This resolution budgets a $3,000,0000 contribution from the U.S. Army Corp of Engineers for the Berth 12 extension project.


        ATTACHMENT:


        Budget Resolution PA-24-24


        COST AND FUNDING SOURCE:


        $3,000,000 contribution from U.S. Army Corp of Engineers.


        CONSEQUENCES IF DEFERRED:


        Delay in budget allocations.

        LEGAL COUNSEL REVIEW: N/A RECOMMENDATION:


        Move to adopt Budget Resolution PA-24-24.

        RESOLUTION PA-24-24 AMENDING THE ANNUAL BUDGET

        FOR MANATEE COUNTY PORT AUTHORITY FOR FISCAL YEAR 2023-2024


        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:


        1. 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.


        2. 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.


        3. 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 2023-2024 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

        BAAL093024A

        BU24000770


        ADOPTED with a quorum present and voting this the 17th day of October 2024.


        ATTEST: ANGELINA M. COLONNESO MANATEE COUNTY PORT AUTHORITY

        CLERK OF CIRCUIT COURT


        By:                                   

        BUDGET AMENDMENT RESOLUTION NO. PA-24-24 AGENDA DATE: October 17, 2024


        1. Fund: Port Capital Grants Port cash


          Section: Berth 12 Extension


          Description: Budgets a $3,000,000 capital contribution from the U.S. Army Corp of Engineers for the Berth 12 Extension project.


          Batch ID: BAAL093024A Reference: BU24000770

          October 17, 2024


          CONSENT

          AGENDA ITEM 3.L.: NOTICE OF PORT AUTHORITY MEETINGS SCHEDULE


          BACKGROUND:


          The Port Authority, as a special district, is required by Section 189.015 of the Florida Statutes to publish a schedule of the Authority’s regular meetings. The Authority annually adopts a Resolution scheduling its meetings for the fiscal year and has the Resolution published in the Bradenton Herald. It is now appropriate to adopt and publish Resolution PA-25-03, a schedule of the Port Authority’s meetings for the fiscal year 2024-2025.


          ATTACHMENT:


          Resolution PA-25-03 giving notice of Authority meetings.


          COST AND FUNDING SOURCE:


          N/A.


          CONSEQUENCES IF DEFERRED:


          Delay in complying with Section 189.015 of the Florida Statutes.


          LEGAL COUNSEL REVIEW: Yes


          RECOMMENDATION:


          Move to adopt Resolution PA-25-03 and instruct the Executive Director of the Port Authority to cause of a copy of said resolution to be published in the Bradenton Herald, in accordance with the requirements of section 189.015, of the Florida Statutes.

          RESOLUTION PA-25-03

          RESOLUTION OF THE MANATEE COUNTY PORT AUTHORITY GIVING NOTICE OF MEETINGS THEREOF.


          BE IT RESOLVED by the Manatee County Port Authority that:


          1. Regular meetings of said Port Authority shall be scheduled for the 3rd Thursday of each month, except for July, beginning at 9 a.m., or as soon thereafter as same may be commenced, in the meeting room on the 3rd floor of the Port Manatee Intermodal Center, 1905 Intermodal Circle, Palmetto, Florida, located at the intersection of South Dock Street and Reeder Road at Port Manatee, north of Palmetto, Florida on U.S. Highway 41. During the month of June and July, there shall be no regular meeting of said Port Authority.


          2. Regular meetings of said Port Authority shall be scheduled for each Tuesday beginning at 8:30 a.m., or as soon thereafter as same may be commenced, during each regularly scheduled Tuesday meeting of the Board of County Commissioners of Manatee County, Florida and in the same location as the Board of County Commissioners of Manatee County meeting, which is held at either the County Commission chambers on the 1st floor of the Manatee County Administrative Center, 1112 Manatee Avenue West, Bradenton, Florida or at the Manatee County Civic Center, 1 Haben Boulevard, Palmetto, FL 34221, as publicly announced.

          3. Meetings of said Port Authority shall be scheduled for each Thursday beginning at 9:00 a.m., 1:30 p.m. or as soon thereafter as same may be commenced, during each regularly scheduled Thursday meeting of Board of County Commissioners’ Land Use Meeting and which is held at either the County Commission chambers on the 1st floor of the Manatee County Administrative Center, 1112 Manatee Avenue West, Bradenton, Florida or at the Manatee County Civic Center, 1 Haben Boulevard, Palmetto, FL 34221, as publicly announced.


          4. Special meetings of said Port Authority may be scheduled to be held in the meeting room on the 3rd floor of the Port Manatee Intermodal Center, 1905 Intermodal Circle, Palmetto, Florida, located at the intersection of South Dock Street and Reeder Road at Port Manatee, north of Palmetto, Florida on U.S. Highway 41; in County Commission chambers on 1st floor of the Manatee County Administrative Center, 1112 Manatee Avenue West, Bradenton, Florida; or any other accessible public facility in Manatee County, Florida as determined from time to time by the Port Authority and publicly announced.


          5. Said Port Authority may consider and take action on any matter at a meeting of said Port Authority, including, but not limited to, matters listed on the agenda for a Port Authority meeting if such change in the schedule of the agenda in the discretion of the Chairman will expedite the business of the Port Authority.

          6. Pursuant to Section 286.0105 of the Florida Statutes, any person desiring to appeal any decision made by said Port Authority with respect to any matter considered at any meeting thereof will need a record of the proceedings, and for such purpose said person may need to ensure that a verbatim record of the proceedings is made, which record includes the testimony, evidence and other matters upon which the appeal is to be based.


          7. A copy of this resolution shall be published once in the Bradenton Herald, a newspaper of general paid circulation in Manatee County, Florida, in the section where legal notices and classified advertisements appear.


          8. Resolution PA-24-01 adopted October 19, 2023, giving notice of meetings of said Port Authority is hereby canceled.

        ADOPTED with a quorum present and voting this the 17th day of October 2024.


        ATTEST: ANGELINA M. COLONNESO MANATEE COUNTY PORT AUTHORITY CLERK OF CIRCUIT COURT


        By:                                

        Chairman

        October 17, 2024


        CONSENT

        AGENDA ITEM 3.M.: SEAPORT MANATEEE AND WORLD DIRECT

        SHIPPING, LLC LEASE


        BACKGROUND:


        World Direct Shipping LLC (WDS) has utilized SeaPort Manatee since 2014 for various cargo imports and exports from Mexico. WDS desires to establish intermodal rail terminal services at SeaPort Manatee. The proposed area to conduct the terminal services includes approximately five acres in Zone B which will be leased to WDS. The term of the lease is for two years with two renewals of two years each.


        ATTACHMENT:

        SeaPort Manatee and World Direct Shipping, LLC Lease


        COST AND FUNDING SOURCE:


        N/A


        CONSEQUENCES IF DEFERRED:


        Delay in commencement of intermodal rail terminal services improvements


        LEGAL COUNSEL REVIEW: Yes


        RECOMMENDATION:


        Move to approve and authorize the Chairman to execute the SeaPort Manatee and World Direct Shipping, LLC Lease between World Direct Shipping LLC and Manatee County Port Authority.

        SEAPORT MANATEE AND WORLD DIRECT SHIPPING, LLC LEASE


        THIS SeaPort Manatee and World Direct Shipping, LLC Lease Agreement (“Lease”) 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 SeaPort Manatee, 300 Tampa Bay Way, Suite One, Palmetto, Florida 34221 (“Authority”) and World Direct Shipping, LLC, a limited liability company duly organized and existing under the laws of the State of Florida, with a place of business located at 1905 Intermodal Circle, Palmetto, FL 34221 (“Lessee”) (collectively, the “Parties”).


        WHEREAS, the Authority owns and operates a public seaport facility in the northwestern portion of Manatee County, Florida, known as “SeaPort Manatee” and is seeking to encourage, develop and stimulate the flow of waterborne commerce through SeaPort Manatee, and


        WHEREAS, Lessee is desirous of leasing from the Authority a portion of the real property at SeaPort Manatee, and it is expedient and to the best interests of the Authority to lease the property to Lessee upon the terms and conditions set forth in this Lease, and


        WHEREAS, Lessee desires to use CSX Transportation, Inc. and Port Manatee Railroad, LLC rail services, Lessee has an agreement with CSX Transportation to perform intermodal terminal services at SeaPort Manatee, and Lessee intends to lease the demised premises from the Authority to conduct intermodal terminal services, and


        NOW THEREFORE, for and in consideration of the foregoing premises and the mutual covenants contained in this Lease, it is agreed by and between the Parties as follows:


        1. RECITALS. The above recitals are true and correct and agreed to by the Authority and Lessee as if such recitals were fully set forth in the Lease.


        2. DEMISED PREMISES. The Authority does demise, let and rent unto Lessee and Lessee shall hire and take as tenant approximately 5 acres of real property located in Manatee County, Florida

          identified as a portion of SeaPort Manatee, the legal description and sketch of which is attached and made a part of this Lease as Exhibit "A" (the “Demised Premises"), to have and to hold the same for the terms set forth below. The Parties desire Rail Improvements (as defined below) be constructed adjacent to the Demised Premises and recognize that, based on the design of the Rail Improvements, the size of the Demised Premise may need to be adjusted. Any adjustment to the size of the Demised Premises will be provided in a written amendment to this lease. Access to the Demised Premises for all truck and cargo activities will be from the south side of the Demised Premises. In accordance with the Master Plan, the Authority agrees, covenants and warrants Lessee to peacefully occupy, have, use, hold and quietly enjoy the Demised Premises subject to the provisions of this Lease. Lessee agrees to use the Demised Premises so as not to interfere with, interrupt, or impact the use or operation of any other tenant, user, or customer at SeaPort Manatee. The Demised Premises are leased and accepted by Lessee in its current “As Is-Where Is” condition with the 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.


        3. PURPOSE. Lessee shall use the Demised Premises solely for the purposes of drayage operations, the loading and unloading of rail cars, the provision of temporary restrooms, reach stacker operations, and the storage and staging of truck chassis and containers. Additionally, if Lessee intends to use the demised premise for any purpose other than those defined above, Lessee shall first obtain approval of the Authority before beginning such use. Lessee shall at its own expense comply with all federal, state, and local ordinances, laws, governmental orders and regulations relating to the use and conditions of the Demised Premises as used for the purposes set forth in this section (“Legal Requirements”). The Demised Premises will not be used for any unlawful purposes and Lessee will not use the Demised Premises in such a manner as to create a nuisance or otherwise violate any Legal Requirements that are now in force during the term of this Lease or which hereafter be in force. Lessee will neither suffer nor commit any waste of the Demised Premises. Lessee may not act or fail to act in a manner that would adversely affect the title of the Authority.


        4. TERM. The Effective Date of this Lease is the day the Authority issues a Notice to Proceed to construct the Authority funded Rail Improvements (as defined hereinafter). The duration or term of this Lease commences on the Effective Date and terminates two and one half (2.5) years from the Effective

          Date (“Initial Term”). As referred to in this Lease, a “Lease Year” commences on the Effective Date and on the annual anniversary date of the Effective Date of each year thereafter. The Parties may mutually agree in writing to extend the Lease Term for two (2) additional two-year periods (each an “Extended Term”). To extend the term, Lessee must notify the Authority in writing no later than 90 days prior to the expiration of the then existing term of this Lease and the Authority must consent to the extension.


        5. RENT. Commencing on the Effective Date, Lessee shall pay to the Authority rent for the Demised Premises, payable monthly in advance together with any applicable Florida sales taxes on rent payable at the same time.

          • Year 1: $3,000 per acre per month

          • Years 2+: the amount of the increase will be determined by multiplying the annual rent by the percentage of change and the most recently published U.S. Department of Labor All Urban Consumer Price Index ("CPI-U"), all items, not to exceed five percent (5%) in any year. 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 June 1, 2024, the adjustment for the annual rental due on June 1, 2025, will be calculated by using the index published for the most recent month available prior to June 1, 2025 and comparing it to the index published for the same month of the previous year subject to the 5% 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 must never be less than $3,000 per acre per month and will only increase in accordance with the above formula.


            The first month’s rent shall be paid and delivered to the Authority on the Effective Date. Any payment of rent received by the Authority after the close of business on the tenth calendar day of the month shall accrue interest at the rate of five percent (5%), commencing on the due date. If Lessee shall pay rent with a check or bank draft that is returned unpaid or uncollected, Lessee shall pay to the Authority, in addition to the total amount due, a processing fee for each returned check or bank draft in the amount provide in the then current SeaPort Manatee Tariff. In the event two (2) or more of Lessee’s checks or bank drafts are returned unpaid or uncollected in any twelve (12) month period during the Lease Term, the Authority may require, as a condition of Lessee’s continued use and/or occupation of the Demised

            Premises, that all subsequent payments of rent be in the form of a cashier’s check or money order.


        6. LESSEE IMPROVEMENTS. Lessee may construct, install or locate upon the Demised Premises and operate any improvements consistent with the paragraph of this Lease entitled “Purpose.” Lessee desires to construct an operation pad and may construct a 20-foot deep by 30 foot-wide paved access driveway at Lessee’s sole cost as an improvement at the Demised Premises. The purpose of the paved access driveway is to promote sustainable access to the Demised Premises and limit spillover of operations pad aggregates, if any, onto Authority roadways. Lessee guarantees that the transportation of aggregates from to the Demised Premises onto the Authority roadways will not cause any spillover of operations pad aggregate on to the Authority’s roadways. Should any spillover occur, the Lessee will be responsible for immediate cleanup of the spillover of aggregates onto Authority roadways. If the Lessee fails to address any spillover on the Authority’s roadway to the satisfaction of the Authority or Lessee has repeatedly failed to immediately cleanup the spillover after notice of the Authority, then Lessee agrees it will construct a paved access driveway, with dimensions of 20-foot deep by 30 foot- wide, within 30 days of written notice by the Authority. Failure to construct the paved access driveway within 30 days after the written request of the Authority is a material breach of this Lease and may result in the termination of this Lease by the Authority. Lessee shall submit to the Authority for approval the plans and specifications (including any Safety Data Sheet for proposed material used in construction of the improvement) for all improvements prior to commencing the construction, demolition, and installation of the improvements upon the Demised Premises. The Authority shall make a determination of whether the plans and specifications evidence an improvement(s) consistent with the goals, master plan, and objectives of SeaPort Manatee and do not conflict with any of the activities and facilities at SeaPort Manatee.


          Lessee must not commence the construction, demolition, or installation of any improvements without approval by the Authority and the Authority approval will not be arbitrarily or unreasonably withheld or delayed. Approvals will be deemed granted by the Authority if the Authority finds that such plans and specifications evidence an improvement or improvements consistent with the goals, Master Plan and objectives of SeaPort Manatee, do not conflict with any of the activities and facilities at SeaPort Manatee, and for which the County of Manatee, a subdivision of the State of Florida, is willing to issue a building

          permit, demolition permit, construction permit, development order, or other appropriate approval for the construction of the particular improvement or improvements. Lessee is solely responsible for compliance with Legal Requirements, including but not limited to the Florida Building Code, and making the improvements safe. Authority approval is limited as set forth above and does not represent Authority approval of the suitability of the construction methods or materials of the improvement or the suitability of the improvement related to the Lessee’s purpose at the Demised Premises.


          Before Lessee commences use of the improvements, Lessee shall furnish in a format specified by the Authority at least one complete set of the as built or record drawings and specifications for the completed improvements to indicate the extent, location, and size for the records of the Authority in connection with operations at SeaPort Manatee. For aggregate pad construction, when the Lessee provides the complete set of the as built or record drawings, the specifications for the completed improvements must include a precise map of the pad footprint, a survey or description of pad thickness, a description of the compaction method, and a certification by the installer(s) to the accuracy of the map, survey/description of thickness, and description of compaction method.


          In all contracts for the construction of improvements at the Demised Premises, Lessee shall require in its construction contracts that the contractor indemnify and hold harmless the Authority Indemnitee (hereinafter defined), from any damages, liabilities, or claims that arise out of the construction contract or construction at the Demised Premises and include the Authority as a co-obligee on any bonds required by the construction contract. The Authority reserves the right to require Lessee to furnish a performance bond and an unconditional payment bond for the construction or installation of any approved improvements each equal to one hundred percent (100%) of the construction price, guaranteeing to the Authority the completion and performance of the construction or installation, as well as full payment of all suppliers, material persons, laborers, or subcontractors performing services in connection with the improvements. The bonds shall be with a surety company which is qualified pursuant to the Authority standards for sureties on the Authority construction projects.


          Neither the Lessee nor anyone claim in, by, though, or under the Lessee including but not limited to contractors’ subcontractors material men, mechanics and laborers, shall have any right to rile or place

          any construction, materialmen’s or other liens of any kinds whatsoever upon the Authority’s fee simple interest in the Demised Premises or any portion thereof; on the contrary, any such liens are specifically prohibited and shall be null and void and of no force or effect.


        7. AUTHORITY FUNDED RAIL IMPROVEMENTS. Lessee intends to use rail to transport its cargo from SeaPort Manatee. The Authority is interested in providing rail services adjacent to the Demised Premises for Lessee use. Specifically, the Authority desires to obtain necessary grant funding to construct 670 feet of continuous rail track to allow the loading of ten connected rail cars with an overall length of 67 feet each. The constructed trackage will be connected to the Authority’s existing rail system by a rail spur extending north to south. It is anticipated that the rail spur will have a bend that will curve from the north to the southeast. Lessee agrees that it will not construct or allow vertical structures or vehicle parking in excess of 15 minutes to be located within 12 feet of any rail tracks adjacent to the Demised Premises. The Authority has executed a rail system grant with the Florida Department of Transportation (“FDOT”), which requires a 50 percent match by the Authority (“Rail Grant”). The FDOT funds are anticipated to be available for use in July 2024 and if so, construction could begin within a couple months from the effective date of the Rail Grant agreement. The Authority will be financially responsible for constructing a new spur with 670 feet of continuous track, which shall have a total capacity of ten (10) cars, or twenty (20) containers double stacked and that begins at the northwestern corner of the Demised Premises, runs adjacent to the Demised Premises and terminates before the roadway to the north of Warehouse 10 and associated surfacing (“Rail Improvements”). The Authority has budgeted Rail Grant match funds for fiscal year 2024/2025. Furthermore, the use and operation of the Rail Improvements is conditioned upon amending the agreement between the Authority and its current rail provider. If the Authority and its current rail provider are unable to amend their existing agreement related to the use and operation of Rail Improvements, then this Lease may be terminated by either of the Parties.


        8. IMPROVEMENT REMOVAL AND LAND RESTORATION. The Parties recognize that certain permanent improvements to be constructed, erected, or installed upon the Demised Premises may be of permanent benefit to the Authority upon the expiration of the term of this Lease. At least sixty (60) days prior to the expiration of the term of this Lease, the Authority shall notify Lessee in writing of the extent and location of any such permanent improvements that the Authority wants to remain in existence

          subsequent to the expiration or termination of this Lease, Lessee shall not take any action for the destruction or removal of those permanent improvements. Any such designated permanent improvements not destroyed or removed by Lessee will be a part of the Demised Premises and becomes the property of and owned by the Authority upon the expiration or termination of this Lease. All other permanent improvements not designated by the Authority, together with all equipment, furnishings, furniture, machinery and other items of personal property, must be removed by Lessee at no cost or expense to the

          Authority prior to the expiration or termination of this Lease and the Demised Premises must be cleared, cleaned and restored by Lessee to at least the condition as existed upon the commencement of this Lease.


        9. APPROVALS AND PERMITS. Lessee shall obtain all necessary building or construction approvals, development orders and permits required and issued by an appropriate governmental regulatory agency in connection with the improvements identified in the paragraph of this Lease entitled “Improvements” at no cost, expense, liability, or obligation to the Authority.


        10. EXISTING CONDITIONS. Subject to the provisions of the paragraph of this Lease entitled “Environmental Protection,” Lessee accepts the Demised Premises in its existing condition as of the date of this Lease and shall be solely responsible for all site clearance, site preparation, soil removal and soil replacement as a part of the construction or installation of the improvements provided for in this Lease at no cost or expense to the Authority. The Authority shall, to the extent same are available to it, furnish to Lessee any documentation or other information it may have relating to said existing conditions without guaranteeing or warranting the accuracy or completeness of the documentation.


        11. EXISTING FACILITIES. This Lease and the right of Lessee to the possession and use of the Demised Premises are subject to any existing electric lines, telephone lines, water and sewer lines or main, lift stations, substations and other utility facilities located through, under or upon the Demised Premises. The Authority, Florida Power & Light Company or its successor in interests, Frontier Communications Company or its successor in interests, Manatee County Public Works Department, U.S. Coast Guard, U.S. Department of Agriculture and their agents, employees, servants and subcontractors will have access to such facilities to the extent necessary for the operations, maintenance and repair of the facilities.

        12. MINIMUM ANNUAL GUARANTEED LIFTS. Reserved.


        13. TRUCK SCALES. If Lessee installs truck scales as an improvement to the Demised Premises, then Lessee can utilize its truck scales for Lessee’s cargo only.


        14. SWITCHING ALL INTERMODAL TRAFFIC, LIFT FEE. The Demised Premises has direct rail service and Lessee’s use of the Authority’s rail shall be subject to normal rules and charges of the effective SeaPort Manatee Tariff Item Number 120, which cross references to rail provider’s tariff: https://www.regional-rail.com/port-manatee-railroad/. Should the rates in the SeaPort Manatee Tariff Item Number 120 differ from the rates in the agreement between the Lessee and the Authority’s Regional Rail Service operator (“Rail Agreement”), the rates listed in the Rail Agreement shall govern. Inbound intermodal rail containers, arriving at the Port by rail and immediately destined for truck transportation and stripping off SeaPort, will not be subject to SeaPort Manatee Tariff Item Number 335, Non-Waterborne Freight Charges (i.e., Domestic Wharfage).


        15. SIGNS. Lessee at its sole expense and risk, but in conformity with all Legal Requirements and, subject to the prior written approval by the Authority (which approval will not be unreasonably withheld or delayed), may erect signs upon the Demised Premises and other appropriate places adjacent to road and thoroughfares within SeaPort Manatee.


        16. MAINTENANCE. Lessee shall cause the Demised Premises including any improvements thereon to be duly maintained and kept up throughout the duration or term of this Lease to the extent necessary to maintain the Demised Premises in a safe, tenantable and workable condition, including but not limited to the making of any repairs or replacement necessary to the Demised Premises due to damage done by any act of God, natural disaster, or Event of Default, negligence or omission of Lessee, its agents, employees, invitees, patrons, servants or any other persons whomsoever under the control of Lessee. The Authority may, in its sole discretion, conduct annual inspections for the purpose of identifying whether the Demised Premises and improvements are being kept in a safe, tenantable and workable condition, but the Authority has no maintenance, repair or replacement responsibilities for the Demised Premises or any improvements thereon. The Rail Improvements are not part of the Demised Premises.

        17. UTILITIES. Lessee shall arrange for and pay for all utilities to the Demised Premises, including initial deposits and other similar charges required by the various utility companies or utility systems for commencing service and for providing service (including, but not limited to, electrical consumption related to high voltage, portable or semiportable high voltage equipment, etc.) throughout the duration or term of this Lease.


        18. EASEMENT(S). The Authority reserves the right to maintain such easements on the Demised Premises as may now or in the future be determined to be necessary to serve the needs of SeaPort Manatee,

          and Lessee agrees to take the Demised Premises subject to said easement requirements. Such easements may be used for, among other things, ingress and egress for other lessees, the installation of water distribution, sewage collection, underground electrical and telephone conduits, above ground street lighting, and power poles. However, it is understood and agreed that the Authority will restore any improvements, which Lessee has made, if such improvements are damaged by any installation made by the Authority. Furthermore, the Authority shall take reasonable steps to insure that any such installation be the least disruptive to Lessee’s operations.


        19. COMMON AREAS. Subject to the restrictions set forth in the paragraph of this Lease entitled “Security,” Lessee and its employees and customers will have the nonexclusive right during the term of this Lease to use the parking areas, streets, driveways, aisles, sidewalks, curbs, delivery passages, loading areas, lighting facilities, and all other areas designated by the Authority from time to time, for use by any tenants of the Port (collectively, the “Common Areas”), in common with the Authority, other tenants of the Port, and other persons designated by the Authority.


        20. SECURITY. The Authority is subject to minimum standards, procedures and requirements imposed by federal and state laws and regulations, rules, policies, and procedures in effect from time to time concerning security at SeaPort Manatee, including the U.S. Maritime Transportation Security Act of 2002; Title 33, parts 101 and 105 of the U.S. Code of Federal Regulations; Chapter 311 of the Florida Statutes; and the security provisions of all tariffs in effect at SeaPort Manatee, each as amended, supplemented, restated or otherwise modified from time to time, in connection with the security of SeaPort Manatee as a seaport. SeaPort Manatee consists of various facilities operated by the Authority

          and various facilities operated by lessees pursuant to leases with the Authority, and the security of facilities operated by the Authority and facilities operated by Lessee pursuant to this Lease are beneficial to both Parties necessitating that there be a degree of cooperation between the Authority and Lessee. Lessee shall comply with all of the provisions of the above-mentioned laws and regulations applicable to the Demised Premises and to the activities and operations of Lessee at SeaPort Manatee.


          The Authority will submit a Port Security Plan amendment to the U.S. Coast Guard. The submission is for and contingent upon U.S. Coast Guard approval. U.S. Coast Guard may stipulate additional requirements beyond those provisions requested by the Authority. The amendment request will provide for a Check-in area at the Demised Premises for Non-TWIC holders. The Check-in area will be staffed by Authority personnel only, and subject to the SeaPort Manatee Tariff Item Number 445, Rates for Labor Furnished by the Port, and billable to Lessee monthly. Non-TWIC holders must check-in at Access Control, for each visit. Non-TWIC holders will be monitored from Access Control until they reach the Check-in area at the Demised Premises. Once at the Demised Premises, Non-TWIC holders will be escorted by Authority personnel. Non-TWIC holders will be monitored from the time they depart the Demised Premises until they leave the Port. The Lessee will produce and distribute educational materials about required security processes and advertise the benefits of becoming a TWIC card holder.


        21. ACCESS. Subject to the restrictions set forth in the paragraph entitled “Security” in this Lease, the Authority grants Lessee a continuous (24 hours per day, 7 days a week) right of ingress and egress through SeaPort Manatee to the Demised Premises. The Authority shall have free access to the Demised Premises at reasonable times and hours for the purpose of examination and inspection of the Demised Premises and all improvements located on the Demised Premises and for conducting the routine business and operations at SeaPort Manatee.


        22. TARIFF. Except as provided in the Paragraph above entitled “Switching All Intermodal Traffic, Lift Fee” and to the extent the rates, rules, and regulations of the Authority set forth in the then current SeaPort Manatee Tariff are not in conflict with or in degradation of the terms and conditions of this Lease, Lessee, throughout the term of this Lease shall abide by and comply with all of the rates, rules, and regulations

          of the Authority set forth in the then current SeaPort Manatee Tariff as published by the Authority. The covenant by Lessee to abide by and comply with the SeaPort Manatee Tariff was a material inducement for the Authority to enter into this Lease constituting substantial consideration to the Authority for this Lease, and any failure by Lessee to fully abide by and comply with the then current SeaPort Manatee Tariff, may at the option of the Authority constitute an Event of Default by Lessee entitling the Authority to exercise any or more of the remedies set forth in the paragraph of this Lease entitled “Events of Default.” Lessee acknowledges receipt from the Authority of a copy of the current SeaPort Manatee Tariff and Port Manatee Railroad’s Local Freight Tariff PMR-8001-C: https://www.regional- rail.com/wp-content/uploads/2024/05/PMR-Tariff-8001-C.pdf


        23. TAXES AND LICENSE FEES. Lessee shall timely pay any and all ad valorem taxes, special assessments, tangible and intangible personal property taxes, sales tax, use taxes, license fees, and any other tax, fee, or charge which may be levied or assessed against any portion of the Demised Premises or imposed in connection with the activities and operations of Lessee upon any portion of the Demised Premises or in connection with the possession of any portion of the Demised Premises by Lessee. Lessee has the right to contest the amount or validity, in whole or part, of any ad valorem tax or special assessment or to seek a reduction in the valuation of Demised Premises as assess for real estate property tax purposes by appropriate proceedings with the tax collector/property appraisers office, diligently conducted in good faith (but Lessee may continue to pursue such contest past the final due date for such tax only after payment of such tax). The Authority is not required to join in any proceedings referred to in this paragraph unless required by law, in which event the Authority will, upon written request by Lessee, join in proceedings or permit the proceeding to be brought in its name. Lessee covenants that the Authority must not suffer or sustain any costs or expenses (including, but not limited to attorneys’ fees) or any liability in connection with any such proceedings and Lessee agrees to pay all such costs and expenses. No consent to join in proceedings or permit the proceedings to be brought in its name will subject the Authority to material civil liability or the risk of any criminal liability.


        24. ENVIRONMENTAL MATTERS. Lessee shall comply with all federal, state, regional, county and local government laws, statutes, ordinances, rules and regulations applicable to its activities and operations on the Demised Premises, including but not limited to, the SeaPort Manatee Master Plan, the

        Memorandum of Agreement for Land Use Controls between the Authority and the Florida Department of Environmental Protection dated May 12, 2014, agency agreements, rules and regulations of general application at SeaPort Manatee, adopted by the Authority, which are not in degradation of any rights granted to Lessee under the terms of this Lease (“Laws”). Lessee must not allow, cause, condone, license, permit, or sanction any activities, conduct, or operations on the Demised Premises that enable or result in any contaminants, hazardous materials or substances, pollutants, toxic materials, per- and polyfluoroalkyl substances (PFAS), or substances or other waste (hereinafter collectively referred to as “substances”) to be accumulated, deposited, placed, released, spilled, stored, or used upon or under any portion of Demised Premises contrary to or in violation of any of said Laws.

        1. The Authority has the right at any time to examine or inspect the Demised Premises for any reason, including, but not limited to, performing an Environmental Site Assessment and determining the existence of said substances. Such inspections shall take place during the normal business hours of Lessee with reasonable notice to Lessee and at no cost or expense to Lessee. Lessee shall fully cooperate in the performance of such Environmental Site Assessments and inspections.

        2. Lessee shall immediately notify the Authority of any accumulation, deposit, placement, release, spill, storage, or use of any of said substances upon or under the demise premises. Such notification will be in addition to and will not replace any notice required by Laws.

        3. Throughout the term of this Lease, Lessee shall not use, generate, release, discharge, store, dispose, or transport any substances in, under, in, above, to, or from the Demised Premises in any manner other than in strict compliance with all Laws. If Lessee’s activities at the Demised Premises or Lessee’s use of the Demised Premises (a) result in a release of substances that are not in compliance with Laws or permits issued thereunder; (b) gives rise to any claim or requires a response under applicable laws or permits issued thereunder; (c) causes a significant public health effect; or (d) creates a nuisance, then Lessee shall, at is sole cost and expense: (i) immediately provide verbal notice thereof to the Authority as well as notice to the Authority in the manner required by this Lease, which notice must identify the substances involved and the emergency procedures taken or to be taken to remove and abate the condition; and (ii) promptly take all action in response to such situation required by applicable laws, provided that Lessee shall first obtain the Authority’s approval of the non-emergency remediation plan to be undertaken, which plan must be to the satisfaction of the Authority in its reasonable discretion.

        4. In the event any federal, state, regional, county, or local governments governmental authority with jurisdiction to enforce or regulate the construction and operation of the facilities of Lessee determines that there is any significant or substantial deviation from the conditions, restrictions, and limitations set forth above or any provisions of applicable Law (hereinafter referred to as “Violation”), the Authority shall have the right, upon providing due notice to Lessee, to require a hearing before the Authority for the purpose of determining the cause and extent of the Violation and to issue a notice to Lessee to correct such Violation within thirty (30) days or within such period of time as may be reasonable under the circumstances, such period of time to be determined by the Authority. In the event Lessee fails to correct the Violation within the period determined by the Authority, then and in that event, the Authority shall have the right to terminate the operation of any such facilities by Lessee until such Violation has been corrected or take such lawful action as may be appropriate under the circumstances.

        5. If Lessee fails to promptly take action to contain, remove or remediate, as appropriate, the substances or correct the Violation in accordance with subsection D. above, then the Authority will be entitled to take all actions that it deems appropriate to contain, remove or remediate the Violation or the substances released in a manner that is not in compliance with Laws, at Lessee’s sole expense and Lessee shall immediately reimburse the Authority for all such reasonable expenses due upon demand. In the event that the Authority has reasonable evidence that substances were used, generated, released, discharged, stored or disposed by Lessee at the Demised Premises in violation of Laws, the Authority will have the right to perform or cause to be performed environmental audits of the property, at Lessee’s expense, in and around the Demised Premises to determine whether any violation of applicable laws occurred. Lessee shall fully cooperate in the performance of such environmental audits.

        6. During a time period between 60 and 90 days prior to the expiration of the term of this Lease, the Authority shall have the right, in its sole discretion, to cause an environmental assessment, audit, or survey to be conducted or made of the Demised Premises by a competent qualified environmental consultant or engineer on substantially the same basis and using the same criteria as any Environmental Site Assessment carried out under subparagraph A above, identifying the existence and the levels or quantities of any of the above mentioned substances on or under any portion of the Demised Premises (“Lease End Assessment”). A copy of any Lease End Assessment obtained by the Authority pursuant to the provisions of this subparagraph must be

          immediately furnished to Lessee. If the Lease End Assessment demonstrates any the environmental condition or worsening of an existing environmental condition of the Demised Premises attributable to Lessee, Lessee shall cause any necessary action to be immediately taken to remediate such condition. After the expiration of the Lease term, unless otherwise agreed by the Authority and Lessee, Lessee will be deemed to be “holding over” until the remediation has been completed to the satisfaction of the Authority or any applicable regulatory agency. Lessee shall pay to the Authority rent in accordance with the paragraph of this Lease entitled “No Holding Over,” together with any applicable Florida sales taxes, for each and every month during the time Lessee is holding over due to required remediation. Lessee shall not conduct any activities or operations upon the Demised Premises during the time this remediation of the Demised Premises is being completed to the extent required by the applicable regulatory agencies without the express written consent of the Authority.

        7. The remedies granted to the Authority in this Lease are in addition to all other remedies which may be available to the Authority under the laws of the United States and the State of Florida and nothing in this Lease will be construed as limiting the remedies of the Authority or any federal, state, regional, county, or local government governmental authority with jurisdiction to regulate the construction and operation of the facilities.

        8. Nothing in this Lease will be construed to impair or limit the lawful rights of Lessee to challenge or contest any such Laws.


        25 . and 26. are Reserved.


        1. LESSEE’S INSURANCE. During the term of the Lease, Lessee shall provide, pay for, and maintain with insurance companies having at least an A.M. Best rating of A-/VIII or better and satisfactory to the Authority, the following types of insurance described in this Lease:


          1. All insurance must be from responsible insurance companies authorized to do business in the State of Florida. The required policies of insurance must be performable in Manatee County, Florida, and must be construed in accordance with the laws of the State of Florida.


          2. The Authority must be included as an Additional Insured on Lessee’s Commercial General Liability, Umbrella Liability, and Business Automobile Liability policies and provide the

            “Severability of Interest” provision (a/k/a “Separation of Insured’s” provision).


          3. Lessee shall deliver to the Authority, within 5 days of execution of this Lease and prior to possessing the Demised Premises, properly executed “Certificate(s) of Insurance,” setting forth the insurance coverage and limits required in this Lease. The Certificates must be signed by the authorized representative of the insurance company(s) shown on the Certificate of Insurance. In the event of a claim, certified, true, and exact copies of the insurance policies required in this Lease must be provided to the Authority, if requested by the Authority.


          4. Lessee shall take immediate steps to make up any impairment to any Aggregate Policy Limit upon notification of the impairment.


          5. Lessee authorizes the Authority and its insurance consultant to confirm all information furnished to the Authority with Lessee's insurance agents, brokers, surety, and insurance carriers.


          6. All insurance coverage of Lessee will be primary to any insurance or self-insurance program carried by the Authority. The Authority’s insurance or self-insurance programs or coverage must not be contributory with any insurance required of Lessee in this Lease.

          7. The acceptance of delivery to the Authority of any Certificate of Insurance evidencing the insurance coverage and limits required in the Lease does not constitute approval or agreement by the Authority that the insurance requirements in the Lease have been met or that the insurance policies shown in the Certificates of Insurance are in compliance with the Lease requirements.


          8. No work or occupancy of the Demised Premises may commence unless and until the required Certificate(s) of Insurance are in effect.

          9. The insurance coverage and limits required of Lessee under this Lease are designed to meet the minimum requirements of the Authority. They are not designed as a recommended insurance program for Lessee. Lessee alone shall be responsible for the sufficiency of its own insurance program. Should Lessee have any question concerning its exposures to loss under this Lease or the possible insurance coverage needed therefore, it should seek professional assistance.


              1. The Authority and its tenants may continue to operate their businesses on the Authority’s premises during the activities of Lessee. No property used in connection with their activities may be considered by Lessee’s insurance company as being in the care, custody, or control of Lessee.


              2. Should any of the required insurances specified in this Lease provide for a deductible, self- insured retention, self-insured amount, or any scheme other than a fully insured program, Lessee shall be fully responsible for the deductible, self-insured retention, self-insured amount or any other amounts not payable by Lessee’s insurers.


              3. Lessee shall give the Authority thirty (30) days advance written notice of any cancellation, intent not to renew any policy and/or any change that will reduce the insurance coverage required in this Lease, except for the application of the Aggregate Limits Provisions.

              4. Renewal Certificate(s) of Insurance must be provided to the Authority at least ten (10) days prior to expiration of current coverage.


              5. If Lessee fails to provide or maintain the insurance coverage required in this Lease at any time during the term of the Lease, the Authority may terminate or suspend this Lease.


              6. If Lessee utilizes contractors or sub-contractors to perform any work on the Authority property, Lessee will ensure all contractors and sub-contractors maintain the same types and amounts of insurance required of Lessee. In addition, Lessee will ensure that the contractors and sub-contractors insurances comply with all of the insurance requirements specified for Lessee contained within this Lease. Lessee shall obtain Certificates of Insurance comparable to those required of Lessee from all contractors and sub-contractors. Such Certificates of Insurances must be presented to the Authority upon request.


              7. Accident Reports. Lessee shall immediately notify the Authority of any accidents involving Lessee’s staff, vehicles, or equipment that occur while Lessee is performing services under this Lease and result in personal injuries or damage to public or private property. In all such cases, oral notice must be provided within nine (9) hours of the accident and a written report must be provided to the Authority within five (5) business days of the accident. If any issues are unresolved at that time, a subsequent report shall be provided to the Authority within five (5) business days following the ultimate disposition of the case. The oral and written reports shall include the date and time of the event, a description of the event, an estimate of the damages and injuries (if any) caused by the event, and a description of how the event and any associated damages and injuries were handled or will be handled.

                SPECIFIC INSURANCE COVERAGE AND LIMITS:


              8. All requirements in this Section must be complied with in full by Lessee unless excused from compliance in writing by the Authority.


              9. The amounts and types of insurance must conform to the following minimum requirements. Current Insurance Service Office (ISO) or National Council on Compensation Insurance (NCCI) policies, forms, and endorsements or broader must be used where applicable. Notwithstanding the foregoing, the wording of all policies, forms, and endorsements must be acceptable to the Authority.


                1. Workers’ Compensation and Employers’ Liability Insurance must be maintained in force during the term of this Lease for all employees engaged in this work under this Lease, in accordance with the laws of the State of Florida. The minimum acceptable limits are:


                  Workers’ Compensation Florida Statutory Requirements

                  Employer’s Liability $1,000,000.00 Limit Each Accident

                  $1,000,000.00 Limit Disease Aggregate

                  $1,000,000.00 Limit Disease Each Employee


                  When applicable, the policy must be endorsed to include the Longshore and Harbor Worker's Compensation Act and/or Maritime Coverage Endorsement (Jones Act Endorsement).

                  • Longshore & Harbor Worker’s Compensation Act Endorsement - When work will be performed on or over navigable waterways, a Longshore and Harbor Workers Endorsement must be provided to cover the employees’ wages, transportation, maintenance and cure, in accordance with applicable laws.


                  • Maritime Coverage Endorsement (Jones Act) - When Operations are to be performed upon navigable waterways and barges, Tug Boats, and all other vessels on the ocean and all intra-coastal rivers and canals, as well as drivers, divers, and underwater personnel are utilized, a Maritime Coverage Endorsement must be provided to cover the seamen, masters and members of a crew in accordance with applicable laws, providing remedy for damage or injury in the course of employment.


                2. Commercial General Liability Insurance must be maintained by Lessee on the Full Occurrence Form. Coverage must include but not be limited to Premises and Operations, Personal Injury, Contractual for this Lease, Independent Contractors. Limits of coverage are not be less than:


                  Bodily Injury & $1,000,000.00 Combined Single Limit each Property Damage Liability Occurrence and aggregate


                  The use of an Excess and/or Umbrella policy is acceptable if the level of protection provided by the Excess and/or Umbrella policy is no less restrictive then the Primary General Liability policy.


                3. Business Automobile Liability Insurance must be maintained by Lessee as to ownership, maintenance, use, loading and unloading of all owned, non-owned, leased, or hired vehicles with limits of not less than:


                  Bodily Injury $1,000,000.00 Limit Each Accident Property Damage Liability $1,000,000.00 Limit Each Accident

                  or

                  Bodily Injury & $1,000,000.00 Combined Single Limit Each Property Damage Liability Accident


                  If Lessee does not own automobiles, Lessee’s Commercial General Liability policy referenced in subsection 2 above must be endorsed to provide “Non Owned and Hired Automobile Liability” coverage.


                4. Terminal Operators Legal Liability Insurance must be maintained by Lessee that provides coverage for damage or loss to cargo while in the care, custody or control of Lessee, with limits of not less than $2,000,000.


                  If Lessee constructs, installs or locates upon the Demised Premises any improvements, then Lessee shall maintain the following:


                5. Professional Liability Insurance Lessee shall require all firms providing Professional services, including any architects and engineers, to carry professional liability insurance with coverage limits and terms that are commensurate with the nature and value of the services provided and the subject matter of their work (with limits of not less than $2,000,000) and such insurance must be maintained by Lessee for a minimum of four (4) years following the termination of this agreement that will respond to any claims arising out of any architectural and engineering services associated with this Lease.

                6. Builders Risk Insurance must be maintained by Lessee, for projects that Lessee has applied for or received a Manatee County building permit. Coverage should be provided on an “All Risk” basis to include the perils of Flood and Wind. Coverage must extend to all materials stored at the construction site that is intended to be included in the completed structure. Coverage should be provided on a “Completed Value’ basis. The minimum acceptable limits for this coverage shall the Full Replacement Value of the completed structure.


        2. INDEMNIFICATION. Regardless of whether or not there is any applicable insurance, Lessee agrees to assume liability for and indemnify, hold harmless, and defend and release the Authority and its Port Authority members, officers, agents and employees (collectively “Authority Indemnitee”) of, from, and against all liability and expense, including all fines, taxes, assessments, penalties, claims, suits, actions, demands, losses, damages, liabilities, remediation and response expenses, costs, and expenses (including, without limitation, reasonable attorneys’ fees, engineering fees and the costs and expense of appellate action, if any) (collectively, “Claims”), and causes of actions of every kind or

          character whatsoever in law or in equity, including claims for bodily or personal injury, loss of life, violation of Legal Requirements or Laws (including, without limitation, those matters described in the paragraph of this Lease entitled “Environmental Matters”), violation of grant requirements, property damage, relief, or loss of use, arising out of any occurrence in, upon, at, or about the Demised Premises or any part thereof caused in whole or in part, either directly or indirectly, by the act, omission, negligence, misconduct, or breach of this Lease by Lessee, its officers, employees, agents, representatives, contractors, subcontractors, licensees, invitees, or by any other person entering the Demised Premises under express or implied invitation of Lessee (“Lessee and Others”), or (2) a Lessee and Others use of the Demised Premises or improvements, or (3) to Lessee and Others operation at SeaPort Manatee, except to the extent provided by law that any such loss or damage is caused in whole or in part by the negligence or willful misconduct of the Authority Indemnitee. Lessee’s obligations under this paragraph are not limited in amount, and specifically are not limited to the amount of any insurance. The indemnification set forth in this Lease must survive and continue in full force and effect and is not terminated, discharged or released in whole or in part after the date of termination or expiration of this Lease.

          1. This indemnification provision includes claims made by any employees of Lessee against the Authority, and Lessee hereby waives its entitlement, if any, to immunity under section 440.11, Florida Statutes. Nothing contained in this Lease and specifically this indemnification provision is intended to nor shall it be construed as an additional waiver of sovereign immunity beyond the expressed written contractual obligations of the Authority contained within this Lease. Excluded from the Authority’s indemnification obligation are any claims for which the Authority is immune from suit under the doctrine of sovereign immunity or for any amount of a claim exceeding the limitations of liability established by section 768.28, Florida Statutes. Nothing in this Lease may be construed as consent by the Authority to be sued by third parties in any matter arising out of this Lease.

          2. Subject to the limitations set forth in this Section, Lessee shall assume control of the defense of any claim asserted by a third party against the Authority for which Lessee is obligated to indemnify, defend, and hold harmless the Authority under this Section and, in connection of such defense, shall appoint lead counsel in each case at Lessee’s expense. The Authority shall have the right, at its option, to participate in the defense of any third party claim, without relieving Lessee of any of its obligations hereunder. If Lessee assumes control of the defense of any third party claim in accordance with this Section, Lessee shall obtain the prior written consent (not to be unreasonably

            withheld, conditioned, or delayed) of the Authority before entering into any settlement of such claim. Notwithstanding anything to the contrary in this Section, Lessee shall not assume or maintain control of the defense of any third party claim, but shall pay the fees of counsel retained by the Authority and all reasonable expenses, including experts’ fees, if (a) an adverse determination with respect to the third party claim would, in the good faith judgment of the Authority, be detrimental in any material respect to the Authority’s reputation; (b) the third party claim seeks an injunction or equitable relief against the Authority; or (c) Lessee has failed or is failing to prosecute or defend vigorously the third party claim. Each party shall cooperate, and cause its agents to cooperate, in the defense or prosecution of any third party claim and shall furnish or cause to be furnished such records and information, and attend such conferences, discovery proceedings, hearings, trials, or appeals, as may be reasonably requested in connection therewith.

          3. The Parties recognize that Lessee is an independent contractor.


        3. GOVERNMENTAL IMMUNITY. Nothing in this Lease is intended to serve as a waiver of sovereign immunity by the Authority or may be construed as consent by the Authority to be sued by third parties in any matter arising out of this Lease. The Authority agrees to be fully responsible for the acts and omissions of its agents and employees to the extent permitted by law.


        4. LABOR DISPUTES. SeaPort Manatee consists of various facilities operated by tenants pursuant to leases with the Authority and by the Authority itself, and it is necessary for the operation of SeaPort Manatee that there is a degree of cooperation between Lessee and the Authority. In the event there are any strikes, boycotts, walkouts, picketing or other labor disputes at SeaPort Manatee impacting upon the activities and operations of Lessee pursuant to the provisions of this Lease then and in that event, Lessee shall cooperate with the Authority in taking reasonable action and undertakings necessary to preserve and protect normal lawful activities and operations at SeaPort Manatee. Such action may include the exchange of information between Lessee and the Authority or arranging for a separate entrance to certain facilities at SeaPort Manatee. Lessee shall exercise a reasonable effort to discourage and prevent any such labor disputes in connection with its activities and operations pursuant to the provisions of this Lease. In the event of any such labor dispute in connection with the activities and operation by Lessee, then and in that

          event, Lessee shall take all reasonable action necessary to resolve said disputes and to prevent the disruption of the normal activities and operations at SeaPort Manatee. Nothing in this Lease will be construed to impair or limit the lawful rights of employees of Lessee or the Authority, or to limit the lawful rights of any labor organization representing said employees.


        5. RELATIONSHIP BETWEEN THE PARTIES. The Authority is not exercising any dominion, control or supervision over the activities and operations of Lessee upon the Demised Premises, and the only interest the Authority has in and to activities and operations is as the lessor or landlord of the Demised Premises pursuant to the provisions of this Lease and as the owner and operator of SeaPort Manatee pursuant to the provisions of the then current SeaPort Manatee Tariff.


        6. ASSIGNMENT OR SUBLETTING. The Lease is binding upon and will inure to the benefit of the Parties and their respective successors and assigns. However, this Lease may not be assigned and no portion of the Demised Premises may be sublet by Lessee without the express written approval of the Authority. The Authority will not arbitrarily delay or refuse to permit such an assignment if Lessee furnishes evidence satisfactory to the Authority that the assignee has financial resources to secure the performance of the terms and conditions of this Lease, which are at least equal to those of Lessee. The Authority will not arbitrarily delay or refuse to permit subletting providing that Lessee always remains liable to the Authority for carrying out the terms and conditions of this Lease and further providing that Lessee provide the Authority with a duly executed copy of any such sublease. Approval of any assignment will be set forth in a written addendum or supplement to this Lease executed with the same formality as the execution of this Lease. Approval of any sublease will be set forth in a written Resolution of the Authority. Lessee may not assign, pledge, or otherwise transfer, as and for any other purposes, collateral security, in connection with any financing or refinancing this Lease or the improvements.


        7. LESSEE REPRESENTATIONS. 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:


          1. Lessee represents and warrants to the Authority that to its actual and constructive knowledge: 1) neither Lessee (which includes for purposes of this Section its parent and affiliate companies, owners, members, managers, shareholders, directors, officers,

            representatives, agents, employees, distributors, vendors and suppliers collectively) nor any of its funding sources are 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 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 a grantor of all or any part of Lessee’s obligations under this Lease are acting on behalf of a government or have been in the past ten 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 shall have the right then or thereafter to terminate this Lease at its sole and absolute discretion.

          2. In connection with any aspect of this Lease or other transaction involving Lessee, neither Lessee (which includes for purposes of this Section its parent and affiliate companies, owners, members, managers, shareholders, directors, officers, representatives, agents, employees, distributors, vendors and suppliers collectively) has engaged or will engage in prohibited conduct, as defined in the Foreign Corrupt Practices Acts, directly or indirectly in the performance of this Lease or otherwise on behalf of itself or Lessee. 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 and the Authority shall have the right to terminate the Lease.

          3. Lessee (which includes its officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of 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.

          4. 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,

            1. it is not on the Scrutinized Companies with Activities in Iran Terrorism Sectors List,

            2. that it does not have Business operations or is engaged in business in Cuba or Syria, and (e) that it is not engaged or engaging 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) – (e) 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.

          5. 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.

          6. Lessee agrees that Lessee does not and will not, nor will it allow a subcontractor to, use any funds from the Authority for the purpose of issuing an identification card or document to any individual who does not provide proof of lawful presence in the United States.


        8. LESSEE’S COMPLIANCE. Lessee shall comply with all applicable Legal Requirements and shall promptly comply with all governmental orders and directives for the correction, prevention, and abatement of any violation of applicable Legal Requirements, in, upon, or connected with the Demised Premises, all at Lessee’s sole expense. Lessee warrants that all improvements or alterations of the Demised Premises made by Lessee or Lessee’s employees, agents or contractors, either prior to Lessee’s occupancy of the Demised Premises or during the term of this Lease, will comply with all applicable Legal Requirements. Lessee will procure at its own expense all permits and licenses required by the transaction of its business in the Demised Premises. In addition, Lessee warrants that its use of the Demised Premises will be in strict compliance with all applicable Legal Requirements. During the term of this Lease, Lessee shall, at its sole cost and expense, make any modifications to the Demised Premises that may be required pursuant to any applicable Legal Requirements, now in force during the term of this Lease or which may hereinafter be in force.


          To the extent Lessee receives any notices of violations of any permit or applicable Legal Requirements issued by any governmental authority relating to the construction of the improvements, leasing of the Demised Premises, or the operations at the Demised Premises or concerning its other activities under this Lease (“Citation”), Lessee shall promptly respond to the Citation. Lessee shall provide notice and a copy of each Citation to the Authority promptly after the Citation is received by Lessee. Thereafter, Lessee shall keep the Authority informed on the ongoing status of Lessee’s efforts to address the Citation and Lessee shall provide notice to the Authority when the Citation has been satisfactorily resolved. Lessee shall pay all costs of investigating and responding to a Citation, all costs of correcting deficiencies and achieving compliance with applicable Legal Requirements, and all fines assessed as a result of Lessee's non- compliance.


        9. EMINENT DOMAIN. If during the term of this Lease there is any taking of any portion of the

          Demised Premises by eminent domain or condemnation that materially affects the demised property for the development, construction or operation of Lessee, in accordance with the paragraph of this Lease entitled “Purpose,” in the Authority’s reasonable determination, Lessee may terminate this Lease whereupon the Parties will be relieved from further liability under this Lease. Prior to any termination of Lease, the Authority will endeavor to provide facilities and acreage equivalent in size, value, and utility to the portion of the Demised Premises taken by eminent domain or condemnation.


          The Authority will be entitled to any compensation awarded for any taking, whether for the whole or a portion of the Demised Premises, for the Authority’s fee simple title interest and future rent loss. Lessee will be entitled to any compensation awarded for any taking, whether for the whole or a portion of the Demised Premises, improvements installed by Lessee that were taken, for Lessee’s leasehold interest, Lessee’s moving expenses, and the value of Lessee’s trade fixtures.


        10. EVENTS OF DEFAULT. Any of the following events constitute an "Event of Default" of this Lease by Lessee:

          1. If Lessee abandons or vacates the Demised Premises; or

          2. If the Rent, fees, charges, or other payments which Lessee agrees to pay or is obligated to pay hereunder are not received by the Authority within ten (10) business days after receipt of written notice of non-payment from the Authority; or

          3. If Lessee fails to observe, keep, or perform any of the terms, covenants, agreements, or conditions of this Lease for a period of ten (10) business days after receipt of written notice from the Authority; or

          4. If Lessee transfers substantial control of Lessee’s assets or Lessee’s business operations or activity to any other entity without prior written consent of the Authority, which will not be unreasonably withheld that is not otherwise provided by the paragraph of this Lease entitled “Assignment and Subletting”; or

          5. If Lessee files a voluntary petition for bankruptcy or otherwise seeks the benefit of any bankruptcy, reorganization, arrangement, or insolvency law or makes a general assignment for the benefit of creditors; or

          6. If Lessee is adjudicated bankrupt; or

          7. If any act occurs which deprives Lessee permanently of the rights, powers, or privileges

            necessary for the proper conduct and operation of Lessee’s business; or

          8. Any lien, claim or other encumbrance which is filed against the Demised Premises is not removed or if the Authority is not adequately secured by bond or otherwise, within thirty (30) calendar days after Lessee has received notice thereof; or

          9. The discovery of any material misrepresentation or fraudulent statement made to the Authority in connection with any lease or other application or forms submitted to the Authority in connection with this Lease or the Demised Premises, following written notice by the Authority and a failure by Lessee to explain the matter to the Authority’s satisfaction within thirty (30) calendar days; or

          10. By or pursuant to, or under authority of any legislative act, resolution or rule or any order or decree of any court or governmental board, agency or officer having jurisdiction, a receiver, trustee, or liquidator must take possession or control of all or substantially all of the property of Lessee, and such possession or control continues in effect for a period of thirty (30) calendar days; or

          11. Any business is conducted, or service is performed, or product is sold from the Demised Premises that is not specifically authorized by this Lease, and such activity does not cease within ten (10) calendar days after receipt of written notice to that effect; or

          12. If at any time Lessee uses or permits the Demised Premises to be used for any purpose which has not been authorized by this Lease; or

          13. If Lessee uses or permits the use of the Demised Premises in violation of any Legal Requirements (including, but not limited to, environmental laws); or

          14. If Lessee attempts to or does mortgage or pledge Lessee’s interest hereunder; or

          15. If Lessee’s interest under this Lease is being sold under execution or other legal process; or

          16. If Lessee’s interest under this Lease is being modified or altered by any unapproved assignment or unauthorized subletting, or by operation of law; or

          17. If any of the goods or chattels of Lessee used in, or incident to, the operation of Lessee’s business in the Demised Premises are being or have been seized, sequestered, or impounded by virtue of, or under authority of, any legal proceeding; or

          18. Lessee’s failure to comply with the material terms of all Port tariffs or the Authority rules and regulations and such failure continues for more than thirty (30) days after delivery of written

            notice of such Event of Default to Lessee by the Authority or the Authority’s agents; or

          19. Upon a lapse in coverage occurs with respect to any insurance required by this Lease or the Authority is not timely provided with any documentation required in this Lease with respect to such insurance;

          Then upon the occurrence of any Event of Default, or at any time thereafter during the continuance of the Event of Default, the Authority, by its Board, may, at its option, immediately terminate this Lease, and all rights of Lessee under this Lease. The Authority shall provide Lessee with notice of the effective termination date in writing. In the event of any such termination, Lessee and its sublessee(s) shall immediately quit and surrender the Demised Premises to the Authority and shall cease operations. In the event of any termination by the Authority, Lessee has no further rights under this Lease and further covenants and agrees to yield and deliver peaceably and promptly to the Authority, possession of the Demised Premises on the date of cessation of the letting, whether such cessation be by termination, expiration, or otherwise. The Authority, its agents, employees, and representatives have the right to enter the Demised Premises and remove all property, and to accelerate and declare immediately due and payable all unpaid rents, minimum guaranteed payments due under this Lease, and other sums required to be paid under this Lease. In addition, Lessee is liable for all damages incurred by the Authority in connection with Lessee’s default or the termination of this Lease upon such an Event of Default, including without limitation, all direct damages, such as collection costs and reasonable attorney’s fees, as well as indirect, consequential, and all other damages whatsoever. The exercise by the Authority of any right of termination will be without prejudice to and in addition to every other remedy at law or in equity. No remedy in this Lease conferred upon or reserved to the Authority is intended to be exclusive of any other remedy in this Lease provided or otherwise available, and each and every remedy will be cumulative.


        11. HABITUAL DEFAULT. Notwithstanding the foregoing, in the event Lessee defaults in the performance of or breaches any of the terms, covenants and conditions required in this Lease to be kept and performed by Lessee two (2) or more times in two (2) consecutive months, and regardless of whether Lessee has cured each individual condition of breach or Event of Default, Lessee may be determined by the Authority to be a “habitual violator.” At the time that such determination is made, the Authority shall issue to Lessee a written notice advising of such determination and citing the

          circumstances of the determination. Such notice must also advise Lessee that there will be no further notice or grace periods to correct any subsequent breaches or Events of Default and that any subsequent

          breaches or Events of Default, of whatever nature, taken with all previous breaches and defaults, will be considered cumulative and collectively, constitute a condition of non-curable default and grounds for immediate termination of this Lease. In the event of any such subsequent breach or Event of Default, the Authority may terminate this Lease. The Authority shall provide written notice to Lessee of the effective termination date.


        12. TERMINATION WITHOUT NOTICE. The occurrence of any of the following during the term of this Lease will immediately confer upon the Authority the right to terminate this Lease without notice, in its sole discretion upon the terms and conditions set forth below:

          1. If Lessee or an officer, director, executive, partner, or a shareholder, employee or agent who is active in the management of Lessee is found guilty or convicted of illegal conduct or activity (with or without an adjudication of guilt) as a result of a jury verdict, nonjury trial, entry of a plea of guilty or nolo contendere where the illegal conduct or activity (i) is considered to be a public entity crime as defined by Chapter 287, Florida Statutes, as amended, or (ii) is customarily considered to be a “white collar crime” or theft-related crime such as fraud, smuggling, bribery, embezzlement or misappropriation of funds, or (iii) involves an act of moral turpitude meaning conduct or acts that tend to degrade principals or owners in society or bring them into public hatred, contempt, scorn or ridicule, or that tends to shock, insult or offend the community or ridicule public morals or decency or harm the image of the Authority by virtue of its association with Lessee or (iv) results in a felony conviction. Lessee understands and agrees that neither the resignation nor the termination of the offending person does not impair the Authority’s right to terminate without notice under this Section; or


          2. Suspension or revocation of Lessee’s operations by a governmental unit or agency having jurisdiction over the Demised Premises and/or the business being conducted on the Demised Premises, regardless of the length of such suspension or revocation.


        13. NO HOLDING OVER. Failure of Lessee to surrender the Demised Premises in accordance

          with the provisions of this Lease upon termination or expiration of this Lease, and the subsequent holding over by Lessee, with or without the consent of the Authority, will result in the creation of a tenancy at will at triple the Rent payable commencing at the time of the date of termination or

          expiration. This provision does not give Lessee any right to hold over at the termination or expiration of the term of this Lease and will not be deemed to be a renewal of the Lease term by operation of law or otherwise.


        14. INSOLVENCY. If Lessee becomes insolvent or bankruptcy proceedings are begun by or against Lessee, and within thirty (30) days thereof, Lessee fails to secure a discharge thereof, or if Lessee should make an assignment for the benefit of creditors before the end of the term of this Lease, the Authority is irrevocably authorized, at its option, to terminate this Lease. The Authority may elect to accept rent and other required compensation from the receiver, trustee or other judicial officer during the term of their authority in their fiduciary capacity, without affecting the Authority’s rights under this Lease, but no receiver, trustee, or other judicial officer will have any right, title, or interest in the Demised Premises.


        15. FORCE MAJEURE AND ABATEMENT OF PAYMENTS.

          1. The Parties stipulate that Force Majeure shall not include the novel coronavirus Covid- 19 pandemic which is ongoing as of the date of the execution of this Lease. Acts, events, incidents or occurrences which would constitute a breach or default by Lessee under the provisions of this Lease which happen or occur solely as a result of acts of God, natural disasters or other circumstances which Lessee could not have foreseen that happen or occur through no action, fault, inaction, negligence or other conduct by Lessee, its agents, contractors, employees, invitees, licensees, servants, or subcontractors will not be deemed a breach or default by Lessee of this Lease. Except to the extent set forth below, the provisions of this paragraph will not apply to acts, events, incidents or occurrences caused by business events, economic factors or market conditions affecting or impacting upon Lessee or the activities and operations of Lessee upon the Demised Premises. Notwithstanding the foregoing, Lessee shall immediately take every reasonable effort or step to cure, remove or restore the conditions caused by any such act, event, incident or occurrence so that the activities, facilities and operations of Lessee upon the

            Demised Premises are placed as nearly as practicable in the condition and at the level as same existed prior to any such act, event, incident or occurrence. Without limiting the generality of the foregoing, the following will be considered force majeure events under this Lease: The taking of the quarry and/or operations of Lessee’s source(s) of materials permitted to be brought

            into SeaPort Manatee under this Lease for public or quasi-public use under any statute or decree or by right of eminent domain, by condemnation or by private purchase in lieu thereof by a body vested with the power of eminent domain, or by any governmental authority or person acting under governmental authority, or by expropriation, confiscation, nationalization or other similar event.

          2. If a special event of force majeure occurs, the Parties shall confer and agree upon the extent thereof, methods facilitation or removing such event and possible modifications to this Lease. If said matters are not agreed upon in writing within ninety (90) days after the date of such event, Lessee shall have the right to terminate this Lease without penalty upon Lessee giving the Authority written notice of said termination.


        16. FEDERAL MARITIME COMMISSION REQUIREMENTS. The Authority shall comply with all approval or filing requirements relating to this Lease under federal laws or regulations administered by the Federal Maritime Commission and Lessee shall fully comply with all such approval or filing requirements relating to commercial carrier and/or marine terminal operator schedules. If it is determined by the Federal Maritime Commission or by either of the Parties that this Lease is subject to approval or filing requirements under federal laws or regulations administered by the Federal Maritime Commission, the Parties, in cooperation with each other, shall promptly comply with said requirements. If the activities and operations of Lessee at SeaPort Manatee pursuant to the provisions of this Lease result in a determination by the Federal Maritime Commission that Lessee is a marine terminal operator and if the charges, fees, rates and other income received by Lessee from others in connection with the activities and operations of Lessee as a marine terminal operator are subject to approval or filing requirements under federal laws or regulations administered by the Federal Maritime Commission, Lessee will promptly comply with said requirements as a marine terminal operator including any required tariffs. If the Federal Maritime Commission by a duly entered order disapproves of any of the provisions of this Lease subject to the jurisdiction or regulations of the Federal Maritime Commission,

          the particular disapproved provisions will be deemed null and void and of no force and effect, with all of the remaining provisions of this Lease remaining in full force and effect.


        17. 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 Lessee transmitted by 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 Lessee, the Authority shall immediately notify Lessee of said request, however, in no event will the Authority delay production of the public records in order to provide notice to Lessee. The Authority will comply with said request to the extent required by law, unless 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 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, Lessee shall pay to the Authority an amount equal to the total amount of said attorneys’ fees, costs, damages, or penalties.


          Lessee agrees to comply with the Florida Public Records Act, as applicable, including, but not limited to section 119.0701, 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 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. Lessee agrees, to the extent required by law, to:

          1. keep and maintain public records that ordinarily and necessarily would be required by the public agency in performing the services of the Lease;

          2. 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;

          3. 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

          4. meet all requirements where retained public records and transfer, at no cost, to the Authority, all public records in possession of 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.

          Further, 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. 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 Lessee’s response to each request. Lessee understands and agrees that failure to provide access to the public records will be a material breach of the Lease and grounds for termination.


          IF LESSEE HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO LESSEE’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS OF THE AUTHORITY AT (941) 722- 6621, RECORDSCUSTODIAN@SEAPORTMANATEE.COM, SEAPORT MANATEE, 300 TAMPA BAY WAY, SUITE ONE, PALMETTO, FL 34221.


        18. 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:

            World Direct Shipping Attention: Robert Blazer

            Address: 1705 Piney Point Rd Lockbox 2, Palmetto, Florida 34221 Telephone: (941) 729-5828

            Email: sales@worlddirectshipping.com

          • If to the 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. 400 Tampa Street, Suite 1600

          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.


        19. GOVERNING LAW, JURISDICTION AND VENUE. The enforcement of this Lease and the interpretation of the provisions of the Lease are controlled and governed by the laws of the State of Florida. The Parties consent to jurisdiction over them in the State of Florida and agree that venue for any state action arising under this Agreement shall lie solely in the courts located in the 12th Judicial Circuit Manatee County, Florida, and for any federal action shall lie solely in the United States District Court, Middle District of the State of Florida.


          The Authority and Lessee recognize that this Lease involves relatively complex business transactions; that this Lease is lengthy, and its terminology is technical in nature and thus may be especially susceptible to misinterpretation; and in the event of a dispute as to rights and obligations under this Lease, a Judge rather than a jury would be the most efficient and qualified trier of fact. Accordingly, the Parties are each desirous of leaving their respective rights to a jury trial with respect to any litigation or other legal proceedings relating to or arising out of or in connection with this Lease or its subject matter as follows:


          EACH PARTY BY EXECUTION HEREOF DOES HEREBY KNOWINGLY, VOLUNTARILY

          AND INTENTIONALLY WAIVE, FOR THEMSELVES AND THEIR RESPECTIVE SUCCESSORS AND ASSIGNS, ANY RIGHT WHICH EITHER OF THEM MAY HAVE TO A TRIAL BY JURY IN RESPECT TO ANY LITIGATION, ACTION, SUIT, OR PROCEEDING WHETHER AT LAW OR IN EQUITY BASED ON THIS LEASE, ANY AMENDMENT OR ADDITION TO THIS LEASE, OR ANY COURSE OF CONDUCT, COURSE OF DEALING, (WHETHER ORAL OR WRITTEN) OR ACTIONS OF EITHER PARTY OR THEIR RESPECTIVE BOARD MEMBERS, OFFICERS, PRINCIPALS, EMPLOYEES, AGENTS, OR

          REPRESENTATIVES IN CONNECTION HEREWITH, WHETHER ARISING IN CONTRACT, TORT, OR OTHERWISE. NO PARTY SHALL SEEK TO CONSOLIDATE ANY LITIGATION, ACTION, SUIT, OR PROCEEDING WITH ANY OTHER ACTION IN WHICH A JURY TRIAL CANNOT BE OR HAS NOT BEEN WAIVED. THIS PROVISION IS MATERIAL AND MUTUAL INDUCEMENT TO ENTERING INTO THIS LEASE.


        20. AMENDMENTS. This Lease may not be modified, amended, or altered except by in a written document executed by the Authority and Lessee.


        21. WAIVER AND DELAY. No waiver or delay in enforcing the terms of this Lease will be construed as a waiver of any subsequent breach. No waiver of any portion of this Lease will be effective unless it is in writing and signed by the party against whom it is asserted.


        22. NO THIRD PARTY BENEFICIARIES. Neither the Authority nor Lessee intends to benefit a third party directly or indirectly by this Lease. Therefore, the Authority and Lessee agree that this Lease does not and is not intended to confer any rights or remedies upon any person or entity other than the Parties.


        23. LEASE ADMINISTRATION. The Authority authorizes the Executive Director of SeaPort Manatee, or his designee, to administer the terms and conditions of this Lease on behalf of the Authority and to make all managerial decisions on behalf of the Authority as they relate to the provisions of this Lease, including, but not limited to, those decisions in this Lease at the sections entitled “Purpose,” “Term,” “Improvements,” and “Maintenance.”.


        24. INTERPRETATION. The captions and headings contained in this Lease are for reference purposes

          only and will not affect the meaning or interpretation of this Lease. Whenever used in this Lease, the singular number will include the plural, the plural the singular, and the use of any gender will include all genders. The word including is to be construed without limitation unless otherwise expressly provided. References to specific law must be construed as including any and all laws, which subsequently amend, extend, consolidate, or replace the specific laws involved. References to specific standards, codes of practice, and/or guidelines must be construed as including any and all amendments, supplements, redrafts, and/or substitutes. This Lease is the product of mutual drafting, each party having been represented by or having the opportunity to be represented by counsel, and therefore shall not be construed against

          either party. This Lease, including all exhibits and addenda attached to this Lease, and other documents referenced in this Lease contain the complete Lease of the Parties for the Demised Premises. As used in this Lease, “business day” means any day that is not a Saturday, Sunday or a holiday recognized by SeaPort Manatee in its Tariff.


        25. ENTIRE AGREEMENT. This Lease sets forth the entire agreement between the Parties as to the subject matter hereof and supersedes all previous written or oral negotiations, agreements, bids, and/or understandings, except as provided in the World Direct Shipping Cargo and Freight Volume Agreement dated January 19, 2017, as amended and the Lease Agreement Between the Authority and World Direct Shipping, LLC dated February 16, 2023, as amended. There are no understandings, representations, warranties, or agreements with respect to the subject matter hereof unless set forth explicitly in this Lease.


        26. SEVERABILITY. In the event that any one or more of the provisions contained in this Lease

          is, for any reason, held to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability will not affect other provisions of this Lease.


        27. AUTHORITY TO EXECUTE. Each of the Parties covenants to the other party that it has lawful authority to enter into this Lease, that the governing body of each of the Parties has approved this Lease and that the governing body of each of the Parties has authorized the execution of this Lease in the manner set forth below.

        28. COUNTERPARTS; SIGNATURES. This Lease will become effective upon the Effective Date, if the Lease has been executed by all of the undersigned. This Lease may be executed in counterparts, each of which constitutes an original and all of which together will constitute one and the same instrument. This Lease may be executed by electronic signature technology and such electronic signature shall act as the Parties’ legal signatures on this Lease and shall be treated in all respects as an original handwritten signature.


        [Remainder of this Page Intentionally Blank; Signature Pages Follow]


        IN WITNESS WHEREOF, the Parties have caused this Lease to be duly executed this 8th day

        of Octobe: 202.4._.


        ATTEST: ANGELINA "ANGEL" COLONNESO

        Clerk of the Circuit Court

        MANATEE COUNTY PORT

        AUTHORITY

        By:                                         By:                       _ Chairman

        PORT AUTHORITY


        WITNESSES:

        N/A



        Printed Name


        NIA


        WORLD DIRECT SHIPPING, LLC



        ii' ..,.-j

        Printed;  M BL/12£1(

        Title:/4£/tl H?£8



        Printed Name LESSEE


        {26981/001/026830I9.DOCXv9}

        Page 37 of38

        EXHIBIT “A” – DEMISED PREMISES,

        WITH EXAMPLE RAIL SPUR AND AGGREGATE PAD


        Note: The final rail spur will be designed by an engineer, and placement of the rail spur and related trackage will determine the location of any adjacent operations pads, and the associated boundaries and land area of the demised premises.


        LEGAL DESCRIPTION


        LANDS LYING AND BEING IN SEC 1 TWN 33S RNG 17E DESC AS FOLLOWS: COM AT THE SE COR OF SEC 1 AND PROCEED N A DIST OF 1154.19 FT; TH W A DIST OF 1768.1 FT TO THE POB; TH CON’T W A DIST OF 448.11 FT; TH S A DIST OF 120.82 FT; TH SE 16 DEG 09 MIN 46 SEC A DIST OF 163.74 FT; TH SE 33 DEG 00 MIN 15 SEC A DIST OF 141.05 FT; TH SE 53 DEG 07 MIN 48 SEC A DIST OF 140.62 FT; TH SE 70 DEG 23 MIN 42 SEC A DIST OF 152.79 FT; TH S A DIST OF 43.05 FT; TH E A DIST OF 71.09 FT; TH N 575.16 FT BACK TO THE POB. APRX 5.00 ACRES.


        {26981/001/02683019.DOCXv9}

        October 17, 2024


        CONSENT

        AGENDA ITEM 3.N.: OTHER CRANES OPERATING AGREEMENT


        BACKGROUND:


        On June 20, 2024, the Authority approved the purchase of two used Gottwald mobile harbor cranes (other cranes) to enhance inventory as container volumes continue to rise. Logistec USA Inc. (Logistec) is the Port’s current crane operator with agreements approved in 2007 and 2010. The operation of the other cranes requires an agreement which has been aligned with the current agreements to expire on September 30, 2025. Logistec will pay the Authority for the other cranes fifty percent (50%) of the revenue collected. The Authority will be responsible for maintenance fees which will be deducted from the monthly revenue.


        Due to issues with the Port’s current crane in the aftermath of Hurricane Milton, it became necessary for the Executive Director to sign the Agreement granting Logistec use of the other cranes.


        ATTACHMENT:


        SeaPort Manatee Other Cranes Operating Agreement


        COST AND FUNDING SOURCE:


        CONSEQUENCES IF DEFERRED:


        Delay in operating agreement of other cranes


        LEGAL COUNSEL REVIEW: Yes


        RECOMMENDATION:


        Move to ratify and affirm approve the Executive Director’s execution of the SeaPort Manatee Other Cranes Operating Agreement between the Manatee County Port Authority and Logistec USA Inc.,

        SEAPORT MANATEE OTHER CRANES OPERATING AGREEMENT


        TI-IIS SEAPORT MANATEE CRANE OPERATlNG AGREEMENT C-AgreemenC)

        made and entered into by and between the MANATEE COUNTY PORT AUTHORITY. a political entity of the State of Florida. whose post office address is SeaPort Manatee. 300 Tampa Bay Way. Palmetto. Florida 34221. c·Authority"'), and LOGISTEC USA INC., a corporation organized and existing under the laws of the State of Delaware and duly authorized to transact business in the State of Florida. v\ hose principal address is 200 I East McComas Street, Baltimore. MD 21230 (..Logistec'·)(collectively, the '·Patties'·).

        WHEREAS the Authority owns and operates a public seaport facility in the northwestern portion of Manatee County. Florida. known as ··SeaPort Manatee..: and

        WHEREAS. on September l 1. 2007, that certain Port Manatee Mobile Harbor Container Crane /\cquisition and Operation Agreement was entered into between the Parties to finance the acquisition and operation of a crane at SeaPort Manatee by Logistec. as supplemented on February 21. 2008. by the Port Manatee Mobile Harbor Container Crane Acquisition and Operation Agreement Addendum W (..Crane# I Agreement..); and

        WHEREAS. on February 18, 20 I 0. that certain Port Manatee Mobile Harbor Container Crane #2 Agreement was entered into between the Parties to finance the acquisition and operation of an additional crane at Port Manatee by Logistec, as amended on August 18. 2011. by the Port Manatee Mobile Harbor Crane #2 Agreement /\111end111ent. amended on October 20, 201 I. by the Port Manatee Mobile Harbor Container Crane #2 Agreement Amendment dated August 18, 201 l. and amended on March 17. 2016 by the Porr Manatee Mobile Harbor Container Crane #2 Agreement Third Amendment ("'Crane #2 Agreement"·): and

        WHEREAS. on .January 9. 20:23. the First Amendment to Port Manatee Mobile Harbor Container Crane Acquisition and Operation Agreement was entered into which amended both Crane #I Agreement to align its termination date with Crane #2 Agreement. with both terminating on September 30. 2025: and

        WHEREAS the Parties wish to enter into this Agreement to provide for rhe operation of additional cranes, which are currently owned by or may be purchased by the Authority between January I. 2024. and September 30. ::>025 identified as 1997 Serial Number 12827800 and 2014 Serial Number 24140400 ("'Other Cranes··)

        NOW, TIIEREFORE. in consideration of the mutual promises and agreements set forth herein, and for other good and valuable consideration. the receipt and adequacy of which is hereby acknowledged, the Parties agree as follows:

        I. CRANE LEASE / RENT. The Authority grants. lets and rents the Other Cranes unto Logistec and Logistec does hereby hire and take as sole tenant of the Other Cranes lor the safe operation at the Port for a term from the Effective Date through September 30. 2025. Logistec shall obtain and maintain throughout the duration and term of this agreement a license issued by the Authority for the perfonnance of stevedoring and/or marine terminal operators services pursuant to the then current Port Manatee Tariff Logisrec shalI pay to the Authority as rent for the Other Cranes. filly percent (50%) of the revenue collectecl hy Logistec per month per Other Crane through the duration or term of this Agreement. Logistec shall provide a work order sbO\ving the hours for each of the Other Crane·s operations weekly and fifty percent of those hours at the tarin·rate will be paid by Logistec monthly. Logistec shall pay to the Authority any applicable Florida sales taxes on said rent to be paid at the same time said rent is paid.

        ' PURPOSE. Logistec shall use the Other Cranes solely for the purpose of safely loading and unloading containers and other appropriate cargo from vessels calling at SeaPori

        ManaLee. and for the purpose of conducting such other activities as are customarily associated with mobile harbor crane acti\'ities. The Other Cranes will not be used for any unlawful purposes and Logistec ..,,ill not use the Other Cranes in such a manner as to create a nuisance or otherwise violate any law. rule or regulaLion. and Logistec will neither suffer nor commit any waste of the Other Cranes.

  3. OPERATIONAL REQUIREMENTS. Logistec shall cause the Other Cranes to be operated and used in strict compliance with all applicable Occupational Safety and I lealth Administration and United States Coast Guard regulations and rules. together with any other

applicable federal. state or local govemmenL laws. ordinances. regulations or rules having control or jurisdiction over the activities and uses of mobile harbor cranes. The operation and use of the Other Cranes shall be carried out by qualified operators selected and trained by Logistec to optimize productivity and safety in the operation of the Other Cranes. Logistec shall take all measures necessa1y Lo operate, mobilize. and move the Other Cranes in observance of the declared capacity of the Dock Areas and to withstand the loading with the Other Cranes to prevent struclura! failure beyond rutting of the asphalt on the Dock Areas. The Other Cranes shall be subject to the rate schedule for services and rules ror the movement and operation as published in the Port Manalee Tariff. Considering that the Authority has the above mentioned Port Manatee Mobile I !arbor Container Crane# I l-lC# I ..)_ which is not currently in operation. Port Manatee Mobile Harbor Container Crane #2 ("'HC#T). and Logislec has its two (2) own private mobile harbor cranes c·LGT Cranes..) at the SeaPort Manatee. the Authority and Logistec agree that subject to capacity requirements. Logistec will first assign cargo to the HB#2. then to the LGT Cranes and finally 10 the Other Cranes. Should I-IC# I come into operations again. then Logistec "' ill first assign cargo to the HB# I. then 1-18#2, then lo the LGT Cranes and finally to the Other Cranes.

-+. RESERVED.


  1. BERTH CONDITIONS. The Parties have worked t0gether to determine the ability and capability of the berths. docks and other associated appunenances of SeaPort Manatee·s Berths 4. 5. 8. 9. I0. 11. and 14 (the --oock Area..) to safely accommodate the mobilization. movement and operation of the currently owned Other Cranes thereon and to prescribe written operating procedures and standards for the safe operation of the Other Cranes on the Dock Area. Prior to the installation of any additional SeaPort crane. the Parties shall work together to determine the ability and capability of the berths. docks and other associated appunenances of SeaPort Manatee·s Dock Area to safely accommodate rhe mobilization. movement and operation or the additional crane(s) thereon and to prescribe written operating procedures and standards for the safe operation of the Other Cranes on the Dock Area. lf Logistec intends to operate the Other Cranes in any location not included in the Dock Area, Logistec shall give the Authority sufficient written notice thereof and the circumstances in connection therewith lo enable the Autho1ity and its retained professional consulting engineers to determine if the particular location has the structural integrity for said intended operations. together with any conditions, limitations or other restrictions for the safe operation or the crane at said location. Within 60 days of the installation or an Other Crane. if the Parties determine that additional load spreading pads. steel plates or other accessories or appurtenances are required for the Dock Area to safely accommodate the mobilization, movement and operation or the Other

    Cranes thereon. Port shall acquire such accessories or appu11enances in the name or the


    Autl1Lirit) and cause same Lo be delivered lo and appropriately installed at SeaPort Manatee. An) such purchase b1 Logistec pursuant to this subsection shall be eviclence<l by a written addendum hereto executed by both Parties within sixt) (60) days or the acquisition.

  2. IAl1 TE A CE. Logistc1.:shall cause rhe Other Cranes lo be duly maintained and kept up throughout lhe duration or term of Lhis Agreement to lhe extent necessar) to maintain the Other Cranes in a sale and \\Orkable condition and in accordance with an) maintenance or sen ice guide or manual issued by the 111anulaclurer of the Other Crane . Logistcc \\ ill provide fuels. lluicls. and a mnintenance cure for the routine maintenance and bill to the Authorit) the associated reasonable actual costs. Logislec will deduct the reasonable rouline maintenance aclual costs from the month!) imoicc for use. Logistec \\ill advise the Authorit) when the extent of the repair or maintenance results in a Capital Repair Expense (hereinafter defined). Logistec and rhe Authority

    agree that a single significant repair be1ond normal and routine maintenance that is not Logistec·s


    failure to properly maintain or use the Other Cranes.\\ ill be considered a ··Capital Repair Expense·· and the costs ofa Capital Repair Expense up to one hundred and fifty thousand dollars ($150,000) shall be borne solel) b) the Authorit . In making the determination of v.helher a repair is a Capital Repair Expense, Lhe Authority ma) obtain an independent assessment or the repair to determine

    both the cause of the repair and value or the repair. If the independent :1ssessment demonstrates that the repair was caused by Logistec·s failure of to properly maintain or use Other Crane:,. then the repair shall 1101 be considered a Capital Repair Expense and Logistec \\ ill be solely responsible for such repair. Logistec agrees that should a Capital Repair Expense exceed one hundred and [ill) thousand dollars ($150.000). Logistec will be solel) responsible for the repair amount in excess or the one hundred and Ii ft) thousand dollars ($150.000) (hereinaIler the ··Repair Excess Amount'"). t\ddilionall). upon Logistec pa) ment of the Repair E:--cess Amount the Authority \\ ill credit Logistec the Rc:pair Excess Amount. in the form or five thousand dnllars ($5.000) per month as an offset against its 111onthl) rent. Should there be any outstanding

    anll)unt still O\\ed to Logistec at the end or this l\greement \\ ith respect to the Repair Excess


    Amount. such outstanding amount shall b paid the Authority to 1,ogistec on the termination nr the

    Agreement. Logistec shall also cause to be ckarcd. cleaned. and maintained acces:::. \,\a)S. berth and other areas damaged. Iiuered or otherwise made unsafe due to any act. defoull. negligence or omission of Logistec. its agents. emplo 1.:cs. invitees. patrons. servants. or other persons under the control or Logistec in connection with the operation of the Other Cranes. The Authority agree to provide a cop of all previous maintenance records. service guides or manuals Lo the Logistec with lO days of the execution of this Agreement. Logistec agrees 10 provide a copy of all its maintenance records on the Other Cranes on a monthly basis.

  3. TARIFF. To the extent same are not in conllict \\ith or in derogation ol'the terms and conditions of this Agreement. Logistec shall throughow the term or duration or Lhis

    /\greemcnt abide b) and compl) \.Vith all the rates. rules and regulmions of the Authorit) set forth in the then current SeaPort Manatee Tariff as published by the Authority and duly filed

    \\ ith the Federal Maritime Commission. This co, enant by Logistec to abide by and compI) "ith said SeaPort Manatee Tariff ,.,,as a material inducement for the Authority to enter into this Agreement constituting substantial consideration to the Authority for this agreement. and an) failure by Logistec Lo full1 abide by anJ comply therewith shall al the uption or the Authority

    constitute a default b) Logistcc entitling the Authorit) to exercise one or more of the remedies


    set fo11·h in this Agreement. Logisrec acknowledges receipt from the Authority or a copy ur the current 'caPort Manatee Tariff as published b the Authorit) and posted on the Authority·s website. and further acknowledges that Logistec understands all the provisions or said SeaPorr Manatee Tariff.

  4. LABOR DISPUTES. eaPort Manntee consists of ,·arious fltcilitks operated b> tenants pursuant to leases \\ith the Authorit) and by the Authority itselr. and it i necessar) for the operation of the SeaPort that there be a degree of cooperation bet\\cen Logistec and the

    Authority. In the event there are any strikes. boycotts. walkouts. picketing or other labor disputes at ScaPon lanatee impacting upon tJ,e acti, ities and operations of Logistec pursuant to the provisions of this Agreement. then and in that event. Logistec shall cooperate with the Amhority in taking reasonable actions and undert 1kings necessary to preserve and protect normal lawful acti,·ities and operations at SeaPort Manatee. Such action ma include the exchange of information between Logistec and the Authority. arranging for a separate entram:e to certain ra1:ilities at caPort l\ lanatee and the institution and prosecution or legal proceedings. Logistec shalI exercise a reasonable effort to discourage and pre,enl any such labor disputes in connection

    v,ith its activities and operations pursuant to the provisions or this Agreement. In the event ul'


    an) such labor dispute in connection "ith said activities and operations b) Logistec. then and in that event. Logistec shall take all reasonable action consistent with its requirements necessar) lo resolve said disputes and to prevent the clisruplion of Lhe normal activities and operations at SeaPort lanatee. Nothing herein shall be construed lo impair or limit the lawl'ul rights of employees or Logistec or the Authoril). or to limit the la\\ ful rights of an) labor organization representing said employees.

  5. AS lG ME1 T OR DI POSTION. This Agreement shall not be assigned b) either party withoul the prior "' ritten cunsent or the other part). The ownership and control of Logistec in connection \\ith the activities and operations or Logistcc pursuant to this Agreement shall not be altered. assigned. sold. transferred or otherwise disposed or "ithout the express

    \\rittcn apprtwal orthc Authority which shall not be umeasonabl) withheld. rrthis Agreement is


    assigned b) Logistcc to a third part). that third part) will :.t!>sume all of the obligations thereunder or Logistei: and the assignment \\ ill he subject ro the prior "ritten apprO\ al h) the

    Authority. which shall not be unreasonably withheld. The Authority shall not arbitrarily delay or refuse to permit such an assignment or disposition.

  6. INSURANCE. Logistec agrees to pay for and maintain in full force and effect throughout the duration or term of this Agreement insurance issued by companies authorized to transact business within the State of Florida ,vith the following coverages:

    1. Comprehensive public liability and property damage for liability to any one person or for any one occurrence and including an equal amount of property damage of al least $ I 0.000,000.

    2. Damages to or loss of any of the Other Cranes f-i..1r at least the actual cash value of the crane at the time of the loss: and

    3. Workers· Compensation pursuant to Chapter 440 of the Florida Siatutes and related Longshoremen and Harbor Workers· pursuant to 33 United States Code. Section 901-950 of at least the statutory minimum amounts together with employers· liability for bodily injur> by accident or disease of al least $1.000.000.

The above policy or policies of insurance shall list the Authority as an additional insured where applicable. as the interests of the Authority may appear. Logistec shall l'urnish the Authority ,vith a certificate or certificates of insurance evidencing the existence of said continuous insurance coverage. If Logistec fails to obtain and furnish the Authority with a certificate or certificates or insurance evidencing the existence of said continuous coverage. Logistec shall be deemed to be the insurer of the Authorit) for all of said risks and shall indemnify. ctcrencl and protect the

Authority from an1 claims arising out or or in connectio11with any such risks and shall pay the amount ot· any judgment or other legal award entered against the Authority arising out or or in connection with any of said claims.

1 l. INDEMNIFICATION. The Patties recognize that Logistec is an independent contractor. Logistec agrees to assume liability for and indemnify, bold harmless. and defend the Aulhority. its commissioners.. officers. emplo)ees. agents of, from. and against all liability and e.\pense. including reasonable attorneys' fees in connection with any and all claims. demands, damages. actions. causes of action. and suits in equity of whatever kind or nature. including claims for personal injury. property damage. relief or loss of use. arising out of the negligent execution. performance or nonperformance of the duties of the Logistec under this Agreement. the enforcement of this Agreement. or resulting from negligence in connection with the activities of Logistec in any way connected to this Agreement. Logistec's liability hereunder shall include all rensonable attorne)s' fees and costs incuJTecl by the Authority. in the enforcement of this indemnification provision. This indemnification provision includes claims made by any employees of Logistec against the Authority. Nothing contained in this contract. and specifically this provision requiring Logistec to indemnify the Authority. is intended tO nor shall it be construed as an additional waiver of sovereign immunity by Authority beyond the Authority·s expressed written contractual obligations contained within this contract. nor shall it be construed as a waiver of aJl) defenses or limitations to any claims. including those based on the doctrine of sovereign immunity or section 768.28. Florida Statutes. The obligations contained in this pnragraph shall survive the termination of this Agreement, ho,,ever terminated and shall not be limited by the amount of any insurance required to be obtained or maintained under this Agreement. Subject to the limitations set forth in this section. Logistec shall assume control ol' the defense of any claim assetted b::-, a third party against the Authority for which Logistec is obligated to indemnify. defend. and hold harmless the Authority and. in connection or such defense, shall appoint lead counsel at Logistec·s expense. The Authority shall have the right. at its option and cosls. to participate in the defense of any third-party claim.. ,, ithout relieving

Logistec or any of its obi igaLions hereunder. If Logistec assumes control of the defense or any third-party claim in accordance,,vith this section. Logistec shall obtain Lhe prior written consent or the Authority, the latter acting reasonably. before entering into any settlement of such claim. Notwithstanding anything to the contrary in this section, Logistec shall not assume or maintain control or the defense of any third-party claim. but shall pay reasonable fees of counsel retained by the Authority. acting reasonably and in good faith and all reasonable expenses, including expens· reasonable fees. if (a) an adverse determination with respect to the third-party claim would. in the good faith judgment of the Authority. be detrimental in any material respect to the Authority·s reputation: (b) the third-party claim seeks an injunction or equitable relier against the Authority; or (c) Logistec has failed or is failing ro prosecute or defend vigorously the third-party claim. Each party shall cooperate, and cause its agents to cooperate. in the defense or prosecution of any third-party claim and shall furnish or cause to be furnished such records and information. and attend such conferences. discovery proceedings. hearings. trials. or appeals. as may be reasonably requested in connection therewith.

  1. ACCESS. Subject to the applicable security requirements as set forth in this Agreement. the Authority hereby grants Logistec a continuous right of ingress and egress

    through SeaPort Manatee in connection with the operation of the Other Cranes. The Authority shall have access to the Other Cranes at reasonable times and hours without any disruption of operations by Logistec and at its own risk and perils for the purpose of examination and

    inspection of the Other Cranes and for the purpose of conducting tht.: routing business and operations at SeaPort Manatee.

  2. /\BANDONME 1T. DEFAULT OR BREACH. In the e\-ent Logistec abandons or vacates any of the Other Cranes and in the event either the Authority or Logistec foils or refuses to make full and complete pcrfomiance of all of the terms and conditions of the /\greernent to be performed by said parties or otherwise defaults in the payment of any sums or the performance of an dul) on the part of said parties to be performed for a period in excess of thirt) (30) days. then and in any one or more of those events. the injured part) shall give the other party at least thirt) (30) da)s' ,Hillen notice thereof. The part)' receiving said notice shall have thirty (30) days from the receipt of said ,vrinen notice within which co cure the matters stated in said \Hitten notice. provit.lcd. however. ir the default is non-monetai") and of a nature that it cannot reasonabl) be cured ,.,,ithin said thirt) (30) da) period. the particular pa11) shall have a reasonable periot.l to cure the default as long as it diligent!) commences to cure same,, ithin said thirt)' (30) day period and thereafter diligently pursues completion of the cure of said default. If said matters are not cured ,vithin sait.lthirty (30) cla)' period or within said non- monetary period. the injured part) shall have Lhc oplion of declaring Lhis Agreement in default and exercising an

    of the remedies authorized b) law in fovor or the injured party. In the event either party lll Lhis


    Agreemem is declared co be in default. the defaulting part)' agrees to pa) all acwal. direct aml reasonable costs in connection wiLh exercising and enforcing any or the remedies authorized by la\\. including a reasonable attorneys· fee.

  3. SECURITY. The Authority is subject to minimum standards. procedures and requirements imposed b) federal and state la\\ sand regulations in connection \\ ith the securit) or eaP011 Manatee as a seaport.. caPort Manatee consists of various facilities operated by the Authorit) and the Authorit) ·s tenants pursuant to kases \,vith the Authority. and the security of said facilities operated by the Authorit) and its tenants arc beneficial to both the /\uthorit) and

    Logistec necessitating that there be :.1 degree of cooperation between the parties. Logistec shalI comply with all of the provisions or rederal and state laws and regulations applicable to security at SeaP01t Manatee. to the Other Cranes and to the activities and operations or Logistec relating thereto at SeaPort Manatee.

  4. PUBLIC RECORDS. Pursuant to section I 19.070 I. Florida Statutes. for any tasks performed by Logistec on behalf or the Authority. Logistec 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 tustodian of public records. provide the Authority with a copy or 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 la'v\': (c) ensure that Public Records that are exempt or confidential and exempt from Public Records disclosure requirements are not disclosed except as authorized by la,v for the duration of the term of this Agreement and following completion or termination of !his Agreement. ii' Logistec does not transfer the records to the Authority in accordance with (cl) below: and (cl) upon completion or termination of this Agreement (i) if the Authority. in its sole and absolute discretion, requests that all Public Records in possession or Logistec be transferred to the Authority. Logistec shall transfer.

    at no cost. to the Authority. all Public Records in possession or Logistec within thirty (30) days or


    such request or (ii) if no such request is made by the Authority. Logistec shall keep and maintain the Public Records required by the Authority to perform the \,,ork contemplalecl by this Agreement. If Logistec transfers all Public Records to the Authority pursuant to (d)( i) above. Logistec sha11 destro) any duplicate Public Records that are e.,empr or confidential and exempt from Public Records disclosure requirements wilhin thirt)

  5. (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) clays of transferring the Public Records. If Logistec keeps and maintains Public Records pursuant to (d)(ii) above. Logistec shall meet all applicable requirements for retaining Public Records. All Public Records stored electronicall) 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. If Logistec 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 Logistec is acting on behalf of the Authority.

    IF LOGISTEC HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO LOGISTEC'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: TELEPHONE NUMBER: 941-722-6621; E-MAIL ADDRESS: RECORDSCUSTODIAN@SEAPORTMANATEE.ORG; MAILING ADDRESS: ATTN: RECORDS CUSTODIAN, 300 TAMPA BAY WAY, SUITE ONE, PALMETTO, FL 34221


  6. FEDERAL MARITIME COMMISSION REQUIREMENTS. If it is determined


    by the Federal Maritime Commission or by either of the parties to this Agreement that this Agreement is subject to approval or filing requirements under federal laws or regulations administered b) the Federal Maritime Commission, the parties. in cooperation with each other. shall promptly comply with said requirements. If the activities and operations or Logistec at SeaPort Manatee pursuant to the provisions of this Agreement result in a determination that Logistec is a marine terminal operator and if the charges. fees. rates and other income received

    by Logistec from others in connection with the activities and operations of Logistec as a marine terminal operator are subject ro approval or filing requirements under recleral laws or regulations administered by the Federal Maritime Commission. Logistec sball promptly compl_y with said requirements as a marine terminal operator including any required tariffs. Lf the Federal Maritime Commission by a duly entered order disapproves or any or the provisions of this Agreements subject to the jurisdiction or regulations of the Federal Maritime Commission. the particular disapproved provisions shall be deemed null and void and or no force and effect. ,,vith all of the remaining provisions or this Agreement remaining in full force and effect.

  7. AGREEMENT ADMINISTR.A TION. The Authorit) hereby authorizes the Executive Director or SeaPort Manatee. or his clesignee. to administer the terms and conditions or this agreement on behalf of the Authority and to make all managerial decisions on behalf of the

    Authority ns they relate to the provisions of this Agreement.


  8. AUTHORITY TO EXECUTE. Each of the Parties hereto covenants lo the other party hereto that it has lawful authority to enter into this Agreement and that the execution of this Agreemenl in lhe manner hereinafter set forth has been authorized by all necessary corporate or

    organizational action.


  9. SCRUTINIZED COMPANIES. B) executing this Agreement and each and every renewal hereol' (if renewal is separately provided for herein), pursuant to section 287.135. Florida Statutes. Logistec certilies. represents, and warrants that: (a) .il is not on the Scrutinized Companies with Activities in Sudan List. (bl it is not on the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. (c) ir is not on the Scrutinized Companies ,vith Activities in Iran

    Terrorism Sectors List. (cl) that it Joes not have Business operations or is engaged in business in Cuba or Syria. and (e) that it is not engaged or engaging in a Boycott or Israel. ancl that alI such certifications were true al the time it submitted ilS bid or proposal for this Agreement. as of the

    0

    Effective Date of this Agreement. and as of the effective date of any renewal of this Ag,-eement. Not,-vithstanding anything contained in this Agreement to the contrary the Authority may terminate this Agreement immediately for cause ir: (I) Logistec is found to have submitted a raise certification regarding (a) - (e) above in accordance \.Vith section 287.135(5). Florida Statutes. (2) Logistec is found to have been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies \Vith Activities in the Iran Petroleum Energy Sector List. or is or has been engaged in Business operations in Cuba or Syria or a Boycott of Israel. or (3) Logistec is found to have been placed on a list created pursuant to section 215.473, Florida Statutes. relating to scrutinized active business operations in Iran. Such termination shall be in addition to any and all remedies available to the Authority at law or in equity. The terms ··Boycott of Israel"· and --Business operations" used in this section are defined as in Section 287.135. Florida Statutes. The Lists referred to in this section are those Lists in and maintained pursuant to section 287.135. rlorida Statutes.

  10. FOREIGN COUNTRIES OF CONCERN. Pursuant to section 286.10 I. Florida Statutes. Logistec shall disclose any current or prior interest of. any contract with. or any grant or gift received from n Foreign Country of Concern. as defined belovv. if such interest. contract. or grant or girt has a value of$50,000 or more and such interest existed at any time or such contract or grant or gift 1,,\aS received or in force at any time during the previous five (5) years. For purposes of this section. "Foreign Country or Concern" means the People's Republic of China. the Russian Federation. the Islamic Republic of' lrnn. the Democratic People·s Republic of l(orea. 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 or control. Logistec·s disclosure shall include the name and mailing address or 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 dale of lt:rrnination 01 the contract 01· interest. the date or receipt of the grant or gi fl. and the name of the agent or conrrolled entiLy that is the source or interest holder. Logistec represents that within one (I) year before proposing any contract to the

    Authority, Logistec provided a copy of such disclosure to the Florida Department of Financial Services.


  11. E-VERIFY. Logistec shall comply with all applicable provisions of sections


448.09 and 448.095. Florida Stmutes. as may be amended. The definitions in section --1-48.095( I).

Florida Statutes. as may be amended. apply to this section of the Agreement. Logistec shall register with and use the U.S. Department or Homeland Security·s E-Verily system to verify the work authorization status or all employees or Logistec and Logistec may not enter into a contract with a subcontractor to perJ-orm ,\Ork under this Agreement unless and until the subcontractor registers

vvith and uses the E-Verify system. Ir Logistec enters into a contract with a subcontractor to perform work under this Agreement. Logistec must obtain a properly executed affidavit from the subcontracLOr stating that the subcontractor does not employ. contract with. or subcontract with an unauthorized alien. Logistec must maintain copies of all such afliJavits for the duration 01 this Agreement. Authority may tenninatc this Agreement for cause if" Authority determines that


Logistec or Logistec·s subcontractor has nol complied with any applicable provision or sections


448.09 or 448.095. Florida Statutes. as may be amended. Authority will terminate this Agreement for cause if Authority has a good faith belief that Logistec has knowingly violated subsection 448.09( I), Florida Statutes. as may be amended. If the Authority has n good faith belief that a subcontractor knowingly violated section 448.09( I). Florida

Statutes. as ma) be amended. but Authority determines that Logistec othen\ise complieJ \\ith section -+-1-8.09( I). Florida Statutes, as ma) be amended. Authority will notify Logistec as such. and Logistec must immediate!) terminate Logistec·s contract with said subcontractor. 1r this Agreement is terminated under section ..i..i8.095(c). F.S.: (a} such termination is not a breach or this Agreement and may not be considered as such: (b) Logistec ma) 1101 be awarded a public contract for at kasl I year after rhe elate on \\ hich the Agreement is terminated: and (c) Logistec is liable for an) additional costs incurred by the Authority as a result or the termination or the Agreement.

CONTROLLING LAW AND VENUE. This Agreement shall be construed


  1. and controlled under the la\\S of the State of Florida. The Parties consent to jurisdiction o,·er them in the State or Florida and agree that venue ror any state action arising under this Agreement shall Iie soleI in the courts located in Manatee Count). Florida. and for an) federal action halI Iie solely in the United States District Coun. M idclle District or Florida. Tampa Division.

    '2-L AI\IIENDME TS. This Agreement ma) not be amended or modified extept


    in writing. executed by the Parties.

    r_)_ WAIVER. No \\ai\t r or an) default or failure to perform shall be valid unless set forth in" riting by the waiving party and shall not constitllle a wai,er or any other default

    or failure Lo perform under this Agreement. or of any rights or remedies to \\ hich either Party may be entitled to on account or any such default or failure to perform.

    '26. 1IE/\DINGS AND SECTION REFERENCES. The headings and sectiL)n


    references in this Agn.:ernent arc inserted onl for the purpose or con,enience and shall not be construed to expand or limit tht.: provisions contained in such sections.

    1. NO THIRD-PARTY BENEFICIARIES. This Agreement is entered into solely for the benefit of the Parties and shall not be construed as a benefit to any third parties. including but not limited to the general public. constituents or citizens of the Authority. nor shall it be construed as enforceable by any third parties.

    2. ENTIRE AGREEMENT. This Agreement sets forth the entire agreement bet\\ een the Parties as to the subject matter hereor and supersedes al I previQus written or oral negotiations. agreements. bids. and/or untferstandings. There are no understandings. representations. warranties. or agreements with respect to the subject matter hereof unless set forth explicitly in this Agreement.

    3. SEVERABILITY. If any one or more provisions or this AgTeement shall be held to be invalid. illegal. or unenforceable in any respect by a court of competent jurisdiction. the validity. legality. and enforceability of the remaining pro isions hereof shall not in any way be affected or impaired thereby and this Agreement shall be treated as though the invalidated portion(s) had never been a part hereor.

    4. AUTHORITY. The Patties represent and ,varranl that ench is authorized to enter into th is Agreement \Vithout the consent and joinder or any other party and that the individuals executing lhis Agreement have full power and authority lo bind their respective party to the terms hereof'.

    5. MUTUAL DRAFTING/CONFLICT. This Agreement is the product of mutual drnrting. each part) having been represented by or having the opportunit) to be represented by counsel, and therefore shall not be construed against either part::,.



    ..L.

    COUNTERPARTS. This Agreement may be exi::cuted in one or more counterparts, an) one of which need not contain the signatures of more than one party. but al I such counterparts taken together will constitute one and the same instrument.


    ,

    IN \VrTNESS WHEREOF. the parties have caused this SeaPort Manatee Other Cranes Operating Agreement to be duly executed this the'!..sth day of October. 2024 (--Effective Date··).


    ATTEST: Angelina Colonesso

    C[erk of Circuit Couti


    Bv:                           


    WITNESSES:

    MANATEE COUNTY PORT AUTHORITY


    /" I d-,• • Co/C yl--rf'

    By: '-.....,-$:_a     1 -     c--l.JJ<t AfJ

    Kevin Van Ostenbridge. Chairman


    Utrl-l

    Cl f. Vh.l G--h I 6(.)I I

    ..::., l 'l(t.LU'-'•

         1'      

    /-i?A?

    LOGISTEC USA INC.


    B1:

    Andre Dubois

    Vice-President. Operations. Southeast

    October 17, 2024

    AGENDA ITEM 4.: 2025 LEGISLATIVE PRIORITIES BACKGROUND:

    Presented for approval is the Manatee County Port Authority Legislative Priorities – Fiscal Year 2025 as outlined in the attachment.


    ATTACHMENT:


    Manatee County Port Authority Legislative Priorities – Fiscal Year 2025


    COST AND FUNDING SOURCE: N/A


    CONSEQUENCES IF DEFERRED:

    Delay in approving the 2025 Port legislative and advocacy priorities


    LEGAL COUNSEL REVIEW: Yes


    RECOMMENDATION:


    Move to approve the Manatee County Port Authority Legislative Priorities – Fiscal Year 2025.

    Manatee County Port Authority Legislative Priorities – Fiscal Year 2025


    Federal

    Reimbursement of Advanced Funding. In February 2023, the Manatee County Port Authority amended the Project Cooperation Agreement with U.S. Army Corps of Engineers to document the federal government’s accounting of $6.334 million of Port funds advanced for the federal share of the South Channel extension project. Reimbursement is subject to a specific appropriation by Congress. Congressman Vern Buchanan was successful in drawing down $3 million from Washington D.C. in fiscal year 2024 via Community Project Funding. Thanks to the continued leadership of Congressman Buchanan, the Port will advocate for reimbursement of the balance of funding in federal fiscal year 2025.

    Dredging & Material Offloading. Advocate for inclusion of Operation and Maintenance funding in the Energy and Water Development Appropriations bill and subsequent Administration Work Plan for ship channel dredging and the continuation of improvements to the Dredge Material Management Area including the offloading of excess material.


    Statewide Issues. Advocate for emerging and persistent statewide issues identified by the Florida Ports Council that impact commerce and operations at Florida’s deep-water seaports.

    State

    Land Acquisition. Advocate for a special appropriation of $20 million dollars in state general revenue funds for the purpose of acquiring or developing land directly adjacent to the port for expansion. The Port’s publicly adopted Master Plan update 2022 directs the Port to actively pursue opportunities to expand northward and eastward through land acquisition. The funding request is consistent with the Florida Seaport Mission Plan, which was developed pursuant to Section 311.09(3) F.S., and submitted to the President of the Senate and the Speaker of the House of Representatives in January 2024.


    Investment in Statewide Priority Projects. Advocate for recurring and non- recurring statewide appropriation(s) in fiscal year 2026. The last major influx of statewide seaport infrastructure funding was in fiscal year 2014, more than a decade ago. SeaPort Manatee will use any allocated funding to leverage federal, state, local, seaport, and private funding to develop multi-user upland cargo capacity for containers, bulk, and breakbulk cargo.

    October 17, 2024


    AGENDA ITEM 5.: AGREEMENT FOR PURCHASE AND SALE OF REAL

    PROPERTY


    BACKGROUND:


    Fortress 2020 Landco LLC (Fortress) owns real property in the vicinity of SeaPort Manatee and has offered to sell and convey said property to the Authority. The property will be beneficial and useful to the Authority for the future expansion of seaport facilities, conservation matters, environmental mitigation, seaport security requirements, and other public purposes of the Authority. The parties agreed to a sale price of $21,650,000 (plus closing costs), with a nonrefundable deposit of $250,000 to be paid within 5 days.


    The sale is conditioned on leasing approximately 49.94 acres back to Fortress Property Development LLC (an affiliated entity of Fortress) for 99 years for the purposes of development of commercial or industrial uses that contribute to the business of SeaPort Manatee. Fortress shall be responsible for all improvements on the leased property and will pay the Authority $10,000 per year for the initial term of 30 years and with 15% increases at each 23-year renewal.


    The sale is structured so the Port will pay $14,250,000 at closing and the balance in 4 payments of

    $3,562,500 per year for the next 4 years at 6.9% interest per annum. Prior to closing, staff will bring back to the Authority the debt instruments.


    ATTACHMENT: Agreement for Purchase and Sale Agreement of Real Property


    COST AND FUNDING SOURCE:


    $21,400,000 port cash for purchase financed with Fortress over 4 years at 6.9% interest and $250,000 port case nonrefundable deposit, and $200,000 port cash for estimated closing costs.


    CONSEQUENCES IF DEFERRED:


    Delay in beneficial use of the property for the future expansion of seaport facilities, conservation matters, environmental mitigation, seaport security requirements and other public purposes of the Authority.


    LEGAL COUNSEL REVIEW: Pending


    RECOMMENDATION:


    Move to approve the purchase and sale agreement with Fortress 2020 Landco LLC.

    AGREEMENT FOR PURCHASE AND SALE OF REAL PROPERTY


    This AGREEMENT FOR PURCHASE AND SALE OF REAL PROPERTY, together with

    all exhibits, addenda, and amendments (the “Agreement”), is entered into on this 17th day of October, 2024 (the “Effective Date”) by and between the MANATEE COUNTY PORT AUTHORITY, a dependent special district of the State of Florida (the “Port Authority”), and FORTRESS 2020 LANDCO LLC, a Delaware limited liability company who is authorized to do business in the state of FL (“Fortress” or “Seller" ). The Port Authority and Fortress may hereinafter be collectively referred to as the “Parties” or each individual as a “Party”.


    RECITALS


    WHEREAS, the Port Authority, as a dependent special district of the State of Florida, owns and operates public seaport facilities in the northwestern portion of Manatee County, Florida, known as “SeaPort Manatee” and seeks to encourage, develop, and stimulate the flow of waterborne commerce through SeaPort Manatee for the economic development of Manatee County, Florida and the region, and


    WHEREAS, the Port Authority desires to acquire real property in the vicinity of SeaPort Manatee in connection with future expansion of seaport facilities, conservation matters, environmental mitigation, seaport security requirements, and other public purposes of the Port Authority, and


    WHEREAS, Fortress, through Manatee County Circuit Court case number 2020-CA- 004459-AX, recently completed the foreclosure of certain real property in the vicinity of and adjacent to SeaPort Manatee, and following foreclosure Fortress is now the real property owner of the Real Property (hereinafter defined) as there were no bids received at the foreclosure auction sale, and


    WHEREAS, Fortress desires to use the portion of the Real Property for Port related uses and development; and

    WHEREAS, Fortress, as owner of this real property in the vicinity of SeaPort Manatee has not undertaken any management activities on the real property beyond those necessary to protect its financial interest and to effectuate compliance with environmental statutes, and now seeks to sell and convey the Land and lease back a large portion of the Real Property to Fortress at the earliest possible time to the Port Authority to the extent and in the manner set forth in this Agreement for Purchase and Sale of Real Property, and


    WHEREAS, the Port Authority is authorized and empowered to purchase property pursuant to provisions of the Manatee County Port Authority Act (Chapter 2003-315, Laws of Florida) and Chapter 315, Florida Statutes, and


    WHEREAS, the Land will be beneficial and useful to the Port Authority for the future

    expansion of seaport facilities, conservation matters, environmental mitigation, seaport security requirements, and other public purposes of the Port Authority, and


    WHEREAS, a purchase price of $21,650,000.00 plus closing costs for the Real Property to be purchased by the Port Authority upon consideration of the unique location of the Real Property, the needs therefor by the Port Authority and other related factors is a reasonable amount to be paid by the Port Authority for the acquisition of the Real Property, and


    WHEREAS, the acquisition by the Port Authority of the Real Property is the exercise of a valid public purpose of the Port Authority, and


    WHEREAS, Fortress is required to share fifty percent (50%) of all “net proceeds” received for the sale of the real property pursuant to this Agreement with the Florida Department of Environmental Protection’s LTC Fund for Piney Point pursuant to the Initial Memorandum of Understanding among the FDEP, HRK Holdings, LLC and Regions Bank dated April 25, 2014, as amended March 18, 2020, which was assigned to Fortress pursuant to the Assignment of the Initial IMOU dated September 4, 2020 (collectively, the “IMOU”).


    OPERATIVE PROVISIONS


    NOW THEREFORE, in consideration of the foregoing premises, the mutual covenants set forth herein, the receipt and sufficiency of which is hereby acknowledged, Fortress and the Port Authority agree as follows:


    1. PURCHASE AND SALE. Fortress hereby covenants and agrees to sell to the Port Authority and the Port Authority agrees to purchase from Fortress, upon and subject to the terms and conditions in this Agreement, (1) the certain parcel of real property consisting of 103.09+/- acres and having an address of 13300 US 41 North, Palmetto, Florida 34211, more particularly described on Exhibit “A” attached hereto and incorporated herein by reference (the “Land”) and

      (2) all rights, title and interest of Fortress in and to all buildings, structures and improvements located on the Land, and all of Fortress’s right, title and interest, if any, in and to all machinery, fixtures and equipment affixed or attached to the Land and all easements and rights appurtenant to the Land, if any (collectively with the Land, the “Real Property”).

    2. PURCHASE PRICE. The total purchase price for the Real Property shall be Twenty-One Million Six Hundred Fifty-One Thousand Five Hundred and Fifty Dollars and xx/100 cents ($21,651,550.00) (the “Purchase Price”).

    3. DEPOSIT. A non-refundable deposit in the amount of Two-Hundred and Fifty Thousand Dollars xx/100 ($250,000.00) is due from the Port Authority to Fortress within five (5) business days of the Effective Date (the “Deposit”). The Deposit shall be paid by either a cashier’s check or through a wire into an escrow account designated by Fortress, or an attorneys’ trust account. In the event that this Agreement is terminated for any reason, other than a breach by Fortress, the Deposit shall be retained by Fortress and not as a penalty. The Parties agree that

      Fortress shall be entitled to keep the Deposit in full and shall not be required to refund any portion thereof to the Port Authority. This provision shall apply regardless of the reason for termination. Upon closing, the Deposit shall be applied toward the Purchase Price.

    4. DOWNPAYMENT. A downpayment toward the Purchase Price in the amount of seven million dollars xx/100 ($7,000,000.00) is due by the Port Authority to Fortress on the Closing Date as defined herein (the “Downpayment”). The Downpayment shall be wired into an account designated by Fortress, or paid with a cashier’s check, or an attorney’s trust account check.

    5. BALANCE OF PURCHASE PRICE. Following the Port Authority’s timely payment of the Deposit and the Downpayment, the balance of the Purchase Price will be Fourteen Million Two Hundred and Fifty Thousand Dollars xx/100 ($14,250,000.00) plus interest that shall accrue at a rate of 6.9% per annum (the “Balance”). The Balance and accrued annual interest is payable by the Port Authority to Fortress in four (4) equal payments of Three Million Five Hundred and Sixty-two Thousand and Five Hundred Dollars xx/100 ($3,562,500.00) due on or before December 20, 2025, December 20, 2026, December 20, 2027, and December 20, 2028.

    6. SUBORDINATE DEBT. The Port Authority’s obligation to pay the amounts due to Fortress pursuant to Sections 2 through 5 of this Agreement to Fortress shall constitute a subordinate debt and shall be subordinate to the Port Authority’s issued bonds, loans and other existing debt.

    7. LEASEBACK. On the Closing Date, FORTRESS PROPERTY DEVELOPMENT

      LLC shall lease from the Port Authority (and the Port Authority shall agree to lease) a 49.94-acre

      +/- portion of the Land more particularly described as “Parcel B” on the survey attached hereto and incorporated herein by reference as Exhibit “B,” and in the COMMERCIAL LEASE AGREEMENT by and between Fortress Property Development, LLC and the Manatee County Port Authority substantially in the same form as attached hereto and incorporated herein by reference as Exhibit “C.”

    8. CLOSING DATE. The conveyance of the Real Property by Fortress to the Port Authority shall be closed on or before the date that is thirty (30) days following the end of the Inspection Period (provided the Port Authority has not terminated this Agreement during such Inspection Period or as otherwise permitted hereunder), or earlier if requested by the Port Authority on a date and time mutually acceptable to both Parties (“Closing Date”).”). If such date is a weekend or holiday, the Closing Date shall be the next business day. The Closing shall take place as a “mail away” transaction with documents identified in this Section 8 with an effective date of the Closing Date to be delivered at Closing the Port Authority. At the Closing, Seller shall authorize Escrow Agent to deliver to Port Authority the following Seller documents: (a) the fully executed Deed; (b) a Seller signed version of the closing statement showing the Purchase Price and all charges or credits to Port Authority and Seller provided for in this Agreement (the “Closing Statement”); (c) all Seller executed consents, affidavits, corporate authorizations and other documents reasonably required by the Title Company of Seller to issue the title insurance policy pursuant to Section 9 of this Agreement; and (d) any other documents required to be delivered by

      Seller to Port Authority in accordance with this Agreement, which have not been delivered prior to Closing. At Closing, Port Authority shall deliver to Seller the following: (i) the Purchase Price;

      (ii) the Port Authority signed version of the Closing Statement; (iii) all Port Authority executed consents, affidavits or other documents reasonably required by the Title Company to issue the title insurance policy pursuant to Section 9of this Agreement, and (iv) any other documents required to be delivered by Port Authority to Seller under this Agreement which have not been delivered to Seller prior to Closing.

    9. TITLE TO LAND.

      1. Within thirty (30) days after the Effective Date, the Port Authority shall obtain and provide to Fortress an owner’s title insurance commitment for the Real Property. The title commitments shall be issued by Blalock Walters, PA as agent for Old Republic National Title Insurance, agreeing to issue to the Port Authority, following the recording of the deed to the Port Authority, a standard 2021 ALTA Form owner’s title insurance policy in the amount of the Purchase Price and insuring the Port Authority’s fee title interest in the Land. Delivery of such title commitment to the Port Authority shall include copies of all title exception documents. The Port Authority may, at its sole cost and expense, elect to obtain a property lien search and provide a copy to Fortress within such fifteen (15) day period. Fortress shall provide necessary documentation to cause all “standard exceptions” to be deleted from the title insurance policy as further set forth in Section 14.1 hereof.

      2. The Port Authority shall have ten (10) days after receipt of the title commitment to deliver to Fortress a written notice of any and all Title Objections. Fortress shall have twenty (20) days after receipt of a written objection to correct at its expense all matters described in any such notice of Title Objections. The Inspection Period shall be extended automatically to permit the full running of any such twenty (20) day period if necessary to cure such objections. If Fortress fails to correct a Title Objection within the allowed time, then the Port Authority may (at the Port Authority’s option to be exercised by notice to Fortress):

        1. terminate this Agreement and decline to purchase the Real Property; or

        2. purchase the Real Property subject to such matters.

    1. The Port Authority shall have ten (10) days after receipt of timely notice from Fortress that it has not been able to cure any Title Objection, to make the above election to terminate the Agreement or purchase the Real Property subject to such objections. If the Port Authority does not make the election to terminate pursuant to clause (a) above, the Port Authority shall be deemed to have made the election described in clause (b) above.

    2. If the Port Authority by written notice accepts, or is deemed to accept, Fortress’s interest in the Real Property subject to any or all Title Objections, such accepted matters shall be thereafter deemed Permitted Exceptions

  1. INSPECTION PERIOD.

    1. Entry Upon Land. The Port Authority and its authorized agents shall have thirty

      (30) days following the Effective Date of this Agreement (“Inspection Period”) to enter upon the Real Property to examine the Real Property and the condition thereof, to conduct surveys and engineering studies, surface and subsurface soils and groundwater tests and all other inspections, tests, appraisals, surveys or studies, of or pertaining to the Property or its development or use, including an examination of all licenses, permits, approvals, sewer services, water services, commitments for utilities, impact fees and assessments and all additional studies or tests deemed necessary by Port Authority. Prior to Port Authority's entry onto the Property, Port Authority shall deliver to Seller evidence reasonably acceptable to Seller of Port Authority's commercial general liability insurance, against claims for bodily injury, death and property damage occurring in or about the Property in a combined single limit of at least $2,000,000. Port Authority agrees it is responsible for damage arising out of the entry onto the Property by Port Authority (or its agents) or exercise of the rights granted to Port Authority (or its agents) in this Section. However, nothing contained herein shall be construed as a waiver of any defense or limitation pursuant to the doctrine of sovereign immunity, or Section 768.28, Florida Statutes.

    2. Inspection Period. The Port Authority shall be entitled to terminate this Agreement by giving notice of termination to Fortress before the end of the Inspection Period, if the Port Authority determines in its sole discretion that for any reason or no reason whatsoever the Real Property is not satisfactory. Port Authority shall have the right to terminate this Agreement for any reason, or no reason, by written notice to Seller given at any time during the Inspection Period. In addition, in the event of such termination, the Parties shall thereupon be released of further obligations under this Agreement, except those that specifically survive termination.

    3. Land Documents. To assist the Port Authority in its investigation of the Real Property, Fortress shall, within five (5) calendar days after the Effective Date, furnish to the Port Authority (by mail or hand delivery), if not previously delivered to the Port Authority, copies of the following items in Fortress’s possession with respect to the Real Property: (a) any previous title policy and title commitment issued with respect to the Land that are in Fortress’s possession or control; (b) any prior survey(s) of the Real Property that are in Fortress’s possession or control; and (c) Fortress’ latest due diligence report for the Real Property, and (d) any other documents, files, materials, data or information relating to the Real Property. All of the foregoing items to be furnished by Fortress shall collectively be referred to as the “Land Documents.” Seller and Port Authority acknowledge that Port Authority is a public agency, subject to Florida’s Public Records Act.

  2. FORTRESS’S REPRESENTATIONS. As a material inducement to the Port Authority to enter into this Agreement, Fortress makes the following representations and warranties that shall be reaffirmed on the Closing Date and survive the closing:

    1. Status. Fortress is a limited liability company duly organized and validly existing and in good standing under the laws of the State of Delaware and is qualified to transact business and is in good standing in State of Florida. Fortress has full right, power and authority to enter into and perform this Agreement. All documents that are to be executed by Fortress and that are to be

      delivered to the Port Authority on or before the Closing Date pursuant to this Agreement will be duly authorized, executed, and delivered by Fortress, will be legal, valid, and binding obligations of Fortress, will be sufficient to convey title (if they purport to do so), and will not violate any agreement, restriction, resolution, judgment, decree or order to which Fortress is a party or to which Fortress or the Real Property is subject. Fortress is not a “foreign person” as that term is defined in the Internal Revenue Code of 1986, as amended, and the Regulations promulgated pursuant thereto, and the Port Authority has no obligation under Internal Revenue Code § 1445 (“Section 1445”) to withhold and pay over to the Internal Revenue Service any part of the “amount realized” by Fortress in the transaction contemplated hereby (as such term is defined in the Regulations issued under Internal Revenue Code § 1445). Seller is not prohibited from consummating the transactions contemplated by this Agreement by any law, regulation, agreement, instrument, restriction, order, or judgment. Seller is currently in compliance with and will remain in compliance with, the regulations of OFAC and any statute, executive order (including the September 24, 2001, Executive Order Blocking Property and Prohibiting Transactions with Persons Who Commit, Threaten to Commit, or Support Terrorism), or other governmental action relating thereto.

  3. PORT AUTHORITY’S REPRESENTATIONS. As a material inducement to Fortress to enter into this Agreement, the Port Authority makes the following representations, warranties and agreements that shall be reaffirmed on the Closing Date and survive the closing:

    1. Standing and Authority. The Port Authority is a dependent special district of the State of Florida duly organized and validly existing under the laws of the State of Florida; moreover, all documents that are executed or to be executed by the Port Authority, and that are to be delivered to Fortress on or before the Closing Date will be duly authorized, executed, and delivered by the Port Authority, will be legal, valid, and binding obligations of the Port Authority and will not violate any agreement to which the Port Authority is a party or to which the Port Authority is subject. The Port Authority has full power and authority to enter into and perform this Agreement under chapters 189 and 315, Florida Statutes.

    2. Independent Investigation. The closing of this transaction shall constitute the Port Authority’s acknowledgment that it has independently inspected and investigated the Real Property and has made and consummated this Agreement based upon such inspection and investigation and its own examination of the condition of the Real Property except as set forth in this Agreement.

  4. AS-IS  CONDITION  ACCEPTANCE  OF  LAND. The Port Authority

    acknowledges and agrees that the Real Property is being purchased in its current “as is” condition, without any warranties or representations from Fortress. The Port Authority understands that Fortress makes no representations or warranties regarding the condition, quality, or suitability of the Property for any particular use or purpose.

  5. CLOSING DOCUMENTS.

    1. Fortress’s Documents. As a condition precedent to the Port Authority’s delivery to Fortress of the Purchase Price, Fortress shall deliver to the Port Authority on the Closing Date the following documents:

      1. Special Warranty Deed (“Deed”), in commercially reasonable form in the form attached hereto and incorporated herein by this reference as Exhibit “D” (the “Deed”), subject to the Permitted Exceptions and content conveying to Port Authority good and marketable fee simple title to the Real Property which is free and clear of all liens, encumbrances, defects or exceptions whatsoever and which will be insured by the Title Company, at standard rates, on November 8, 2024 or such other date mutually agreed by the Parties, with exception for ad valorem property taxes for the year of closing which are not yet due and payable as of Closing Date, and except for the Permitted Exceptions;

      2. A Seller’s affidavit as to ownership of the Real Property in such form sufficient to permit the Title Company to delete the standard exception for Parties in possession and the gap;

      3. A Seller’s affidavit stating that Fortress does not have any knowledge of any easements or matters adverse to Fortress’s title not shown in the public records in such form to permit the Title Company to delete the standard exception for encumbrances not shown in the public records;

      4. A Seller’s affidavit with respect to construction liens sufficient to permit the Title Company to delete the construction lien standard exception from a title policy and stating that the Real Property is free and clear of all liens, encumbrances, leases, licenses, contracts, or claims of rights that may serve as a basis for a lien or charge against the Real Property;

      5. An affidavit of non-foreign status in compliance with IRC Section 1445;

      6. The Commercial Lease Agreement;

      7. “FDEP Relief Documents” releasing the Port Authority from any environmental liability, including a covenant not to sue, by the Florida Department of Environmental Protection, as authorized in the IMOU.

      8. Such instruments, documents, certificates, affidavits, closing statements or agreements reasonably requested by the Title Company in order to effectuate the purposes of this Agreement, including without limitation evidence of Fortress’s good standing and proper authority for execution of the closing documents.

    2. As a condition precedent to Fortress’s obligations to close, the Port Authority shall deliver to Fortress on the Closing Date the following documents:

      1. The Commercial Lease Agreement;

      2. The Downpayment;

      3. Such instruments, documents, certificates, affidavits, closing statements or agreements reasonably requested by the Title Company in order to effectuate the purposes of this Agreement, including without limitation evidence of Port Authority’s good standing and proper authority for execution of the closing documents; and

      4. Such instruments and documents reasonably requested by Fortress approving the obligation under Sections 2 through 5 hereof as a bonded debt of the Port Authority subordinate to its issued bonds.

  6. CLOSING COSTS AND PRORATIONS.

    1. Closing Costs. Fortress shall pay the cost of recording the Deed and documentary stamps to be affixed to the Deed. Fortress shall pay all costs necessary to cure any title defects or encumbrances other than the Permitted Exceptions as provided herein. The Port Authority shall pay the title insurance premium, title search, municipal lien search, survey and related costs. Each Party shall pay its own attorneys’ fees.

    2. Prorations. Seller acknowledges that Port Authority is exempt from ad valorem and non-ad valorem taxation. At Closing, real estate taxes and assessments for the Real Property for the year within which Closing occurs, if any, shall be prorated and paid in accordance with the procedures established by Section 196.295, Florida Statutes. Seller shall remain responsible and liable for all taxes regardless of when accrued and payable based on Seller’s ownership of the Real Property. This Section 15.2 shall survive the Closing or termination of this Agreement for a period of one (1) year.

  7. POSSESSION. On the Closing Date, Fortress shall deliver to the Port Authority full, complete, and exclusive possession of the Real Property subject to the Commercial Lease Agreement to be entered into pursuant to Section 7 of this Agreement.

  8. DEFAULT.

    1. By Fortress. If at any time between the Effective Date and the Closing Date Fortress is in default in the performance of any of Fortress’s obligations under this Agreement and such default is not cured within ten (10) days or if such default cannot be cured within ten (10) days within a reasonable time after written notice thereof to Fortress, then the Port Authority shall be entitled to either: (1) terminate this Agreement and receive a return of the Deposit; or (2) seek to enforce this Agreement through specific performance.

    2. By The Port Authority. If the closing fails to occur on the Closing Date because of the refusal or default of the Port Authority, or if the Port Authority is in default in a material respect in the performance of any of the Port Authority’s obligations under this Agreement, and such default is not cured within ten (10) days or if such default cannot be cured within ten (10) days within a reasonable time after written notice thereof to the Port Authority, then Fortress may pursue all remedies available at law or in equity, in addition to keeping the Deposit.

  9. NOTICES. Any notice, request, instruction, demand, consent, or other communication required or permitted to be given under this Agreement shall be in writing and shall be delivered either by hand or by certified mail, postage prepaid and certified return receipt requested, or by Federal Express or similar overnight delivery service, email, or by telecopy as follows:

    Port Authority: MANATEE COUNTY PORT AUTHORITY

    SeaPort Manatee

    300 Tampa Bay Way, Suite 1

    Palmetto, Florida 34221

    Attention: Carlos Buqueras

    E-Mail: cbuqueras@seaportmanatee.com


    With copies to: Bryant Miller Olive P.A.

    1545 Raymond Diehl Road, Suite 300

    Tallahassee, Florida 32308 Attention: Mark B. Johnson, Esq. Email: mjohnson@bmolaw.com Attention: Jennifer Cowan, Esq. Email: jcowan@bmolaw.com


    Fortress: FORTRESS 2020 LANDCO LLC

    6230 University Parkway, Suite 201, Lakewood Ranch, FL 34240 Attention: Mark Stout

    E-Mail: mark@fortress2020.com


    With copies to: Grimes Hawkins Gladfelter & Galvano, P.L.

    1023 Manatee Avenue West Bradenton, Florida 34205 Attention: Bill Galvano, Esq.; bgalvano@grimesgalvano.com ktmorrissey@grimesgalvano.com


    And

    Stearns Weaver Miller Weissler Alhadeff & Sitterson P.A. 401 East Jackson Street, Suite 2100

    Tampa, Florida 33602

    Attention: Darrin Quam and Sam Decker dquam@stearnsweaver.com sdecker@stearnsweaver.com

    or to such other address as the pertinent Party may direct by written notice. Each such notice or other communication shall be deemed delivered (a) on the date delivered if done so by hand or (b) on the date deposited in the U.S. mail or with an overnight delivery service, or sent via telecopier or email. Any notice or other communication under this Agreement may be given on behalf of a party by the attorney for such party.


  10. BROKERS. Fortress and the Port Authority hereby represent to each other that they have not discussed this Agreement or the subject matter hereof with any real estate broker, agent, or salesman so as to create any legal right in such (or any other) broker, agent, or salesman to claim a real estate commission or similar fee with respect to the conveyance of the Real Property and the other transactions contemplated by this Agreement. Fortress does hereby indemnify the Port Authority against and agree to hold harmless from and against any and all claims (including court costs and attorney’s fees incurred in connection with such claims) for any real estate commissions or similar fees arising out of or in any way connected with any claimed agency relationship with the Fortress and relating to the conveyance of the Real Property and the other transactions contemplated by this Agreement. The provisions of this Section shall survive the closing or any termination hereunder.

  11. WAIVER. No waiver of any provision of this Agreement will be effective unless it is in writing and signed by the party against whom it is asserted and any such written waiver will only be applicable to the specific instance to which it relates and will not be deemed to be a continuing or future waiver.

  12. TIME OF THE ESSENCE. Time is of the essence with respect to each provision of this Agreement that requires action to be taken by any Party within a stated time period or upon a specified date.

  13. ATTORNEY’S FEES AND COSTS. In connection with any litigation arising out of or in connection with this Agreement, the prevailing Party shall be entitled to recover as costs all of such Party’s expense incurred in connection therewith, including reasonable attorney’s fees at the trial and appellate levels and in bankruptcy proceedings.

  14. ASSIGNMENT. This Agreement may not be assigned by either Party without the prior written consent of the non-assigning Party.

  15. BINDING EFFECT. This Agreement shall be binding upon and inure to the benefit of the Parties and their respective legal representatives, successors, and permitted assigns.

  16. ENTIRE  AGREEMENT. This Agreement incorporates and merges all agreements, understandings, promises, covenants, conditions, representations, and warranties between the Parties with respect to the Real Property. No claimed modification of this Agreement shall be effective and binding unless such modification is in writing and duly executed by the Party sought to be charged therewith.

  17. VENUE AND GOVERNING LAW. Venue for all proceedings in connection with this Agreement shall be in Manatee County, and all aspects of this Agreement shall be governed by the laws of the State of Florida.

  18. COUNTERPARTS. This Agreement may be executed in several counterparts, each of which shall be deemed an original, and all such counterparts together shall constitute one and the same instrument. Any Party may execute this Agreement by signing any one counterpart. Receipt of a facsimile telecopy or email copy (followed promptly by an original executed counterpart) shall be deemed receipt of an original.

  19. RADON. Radon is a naturally occurring radioactive gas that, when it has accumulated in a building in sufficient quantities, may present health risks to persons who are exposed to it over time. Levels of radon that exceed federal and state guidelines have been found in buildings in Florida. Additional information regarding radon and radon testing may be obtained from your county public health unit.

  20. JOINT PREPARATION. All of the Parties to this Agreement have participated fully in the negotiation and preparation hereof; and, accordingly, this agreement shall not be more strictly construed against any one of the Parties hereto.

  21. PUBLIC RECORDS. Fortress acknowledges that all documents of any kind to be provided to the Port Authority in connection with this Agreement may be public records and shall be treated as such pursuant to Section 119.0701, Florida Statutes.

  22. PROPERTY TAXES. The Port Authority should not rely on Fortress’s current property taxes as the amount of property taxes that the Port Authority may be obligated to pay in the year subsequent to purchase. A change of ownership or property improvements triggers reassessments of the property that could result in higher property taxes. If you have any questions concerning valuation, contact the Manatee County property appraiser’s office for information.

  23. JURY TRIAL WAIVER. The Port Authority and Fortress hereby knowingly, voluntarily and intentionally waive the right either may have to a trial by jury in respect to any litigation arising out of, under, or in connection with this Agreement for purchase and sale, the closing hereunder and any other documents, matters or transactions contemplated, executed or undertaken in connection herewith, or arising out of, under, or in connection herewith, whether before, in connection with or after losing. This provision is a material inducement for Fortress to enter into this Agreement for purchase and sale. The provisions of this section shall survive termination and/or the closing hereunder.

  24. VALIDITY; CONSTRUCTION. In the event any term or provision of this Agreement is determined by appropriate judicial authority to be illegal or otherwise invalid, such provision will be given its nearest legal meaning or be construed or deleted as such authority determines, and the remainder of this Agreement will remain in full force and effect. The Parties acknowledge that the Parties and their attorneys have reviewed and revised this Agreement and

    that the normal rule of construction to the effect that any ambiguities are to be resolved against the drafting party shall not be employed in the interpretation of this Agreement or any exhibits or amendments hereto.


  25. PATRIOT ACT. Port Authority shall take any actions that may be required to comply with the terms of the USA Patriot Act of 2001, as amended, any regulations promulgated under the foregoing law, Executive Order No. 13224 on Terrorist Financing, any sanctions program administrated by the U.S. Department of Treasury’s Office of Foreign Asset Control or Financial Crimes Enforcement Network, or any other laws, regulations, executive orders or government programs designed to combat terrorism or money laundering, or the effect of any of the foregoing laws, regulations, orders or programs, if applicable, on the transactions described in this Agreement. Port Authority is not an entity named on the List of Specially Designated Nationals and Blocked Persons maintained by the U.S. Department of Treasury, as last updated prior to the date of this Agreement.


  26. NO RECORDATION. Neither this Agreement nor any notice or memorandum thereof shall be recorded in the public records of any jurisdiction.


  27. BENEFICIAL  INTEREST  DISCLOSURE. Before entering into this Agreement, Seller shall provide a properly completed and executed beneficial interest affidavit and disclosure statement as required by Section 286.23, Florida Statutes in substantially the same form as Exhibit E attached hereto and by this reference made a part of this Agreement. Should there be any change in the disclosures made in the affidavit before Closing, Seller shall immediately submit an updated affidavit.


  28. EFFECTIVE. This Agreement is only effective if approved by the Port Authority, at a public meeting.


[SIGNATURES FOLLOW ON NEXT PAGE]

IN WITNESS WHEREOF, the Parties have caused this instrument to be executed on the respective dates set forth below.


Signed, sealed and delivered in the presence of:

FORTRESS


FORTRESS 2020 LANDCO LLC, a

Delaware limited liability company


Print name:                    

By:                         

Its:             


Date executed:                   , 2024

Print name:                    


PORT AUTHORITY


MANATEE COUNTY PORT

AUTHORITY, a dependent special district Print name:                                                                                                         

By:                           

Its                 


Print name:                                   Date executed:                     , 2024

EXHIBIT “A” DESCRIPTION OF THE LAND


See sketch and legal description attached hereto and incorporated herein by reference.

EXHIBIT “B” SURVEY

COMMERCIAL LEASE AGREEMENT

DEED

BENEFICIAL INTEREST DISCLOSURE


LEASE AGREEMENT BETWEEN PORT AUTHORITY AND FORTRESS


This LEASE AGREEMENT (the “Lease”) by and between the Manatee County Port Authority, a political entity of the State of Florida, with its principal place of business located at, 300 Tampa Bay Way, Suite One, Palmetto, Florida 34221 (“Port Authority”) and Fortress Property Development, LLC, a limited liability company duly organized and existing under the laws of the State of Florida and whose principal place of business is located at           

             , and its officers, directors, employees, agents, and affiliates, (“Fortress”) (Port Authority and Fortress are sometimes hereinafter referred to as “Party” or collectively, the “Parties”).

RECITALS

WHEREAS, the Port Authority owns approximately 103.09 acres of real property having an address of 13300 US 41 North, Palmetto, Florida 34221, which it purchased for the purpose of developing port-related commercial and industrial uses; and

WHEREAS, the Port Authority agrees to lease a 49.94-acre portion of such property to Fortress, as identified in a demonstrative sketch as Parcel “B” attached and made a part of this Lease as Exhibit “A” (the “Leased Premises”); and

WHEREAS, the Port Authority owns and operates a public seaport facility in the northwestern portion of Manatee County, Florida, known as “Port Manatee” and is seeking to encourage, develop and stimulate the flow of waterborne commerce through Port Manatee; and

WHEREAS, it is expedient and to the best interests of the Port Authority to lease the Leased Premises to Fortress upon the terms and conditions set forth in this Lease; and

WHEREAS, Fortress desires to lease the 49.94-acre property from the Port Authority for purposes of development and commercial operations that support Port Manatee; and

WHEREAS, it is desirable that the respective duties and responsibilities of the Parties be set forth in a written agreement.

NOW THEREFORE, for and in consideration of the foregoing premises and the mutual covenants contained in this Lease, it is agreed by and between the Parties as follows:

  1. RECITALS. The above recitals are true and correct, agreed to by the Parties, and are incorporated in this Lease by reference as if fully set forth in this Lease.

  2. LEASED PREMISES. The Port Authority does hereby lease unto Fortress, and Fortress shall hire and take as tenant approximately 49.94-acres of property in Manatee County, Florida identified in a demonstrative sketch attached and made a part of this Lease as Exhibit “A” (the “Leased Premises”).


  3. QUIET ENJOYMENT. In accordance with the Port Authority Master Plan, the Port Authority agrees, covenants, and warrants that Fortress has the right to peacefully occupy, have, use, hold and quietly enjoy the Leased Premises subject to the provisions of this Lease. Fortress agrees to use the Leased Premises so as not to interfere with, interrupt, or impact the use or operation of any other tenant, user, or customer at the Port Authority.

  4. AS IS CONDITION. The Leased Premises are leased and accepted by Fortress in its current “As Is” condition. The Port Authority makes no warranties as to fitness, and Fortress acknowledges and agrees that it has had adequate opportunity to inspect and test the Leased Premises prior to entering into this Lease.

  5. PURPOSE.

    1. Fortress may use the Leased Premises for any lawful purpose, including but not limited to, commercial or industrial uses that support the business of Port Manatee and other related facilities, and such other customarily associated activities, including but not limited to, subletting the Leased Premises for such purposes.

    2. Fortress intends to develop the Leased Premises as part of a port-related industrial park adjacent to Port Manatee. Additionally, if Lessee intends to use the demised premise for any purpose other than those defined above, Lessee shall first obtain approval of the Authority before beginning such use. Lessee shall at its own expense comply with all Federal, State, and Local ordinances, laws, governmental orders and regulations relating to the use and conditions of the Leased Premises as used for the purposes set forth in this section (“Legal Requirements”). The Leased Premises will not be used for any unlawful purposes and Lessee will not use the Leased Premises in such a manner as to create a nuisance or otherwise violate any Legal Requirements that are now in force during the term of this Lease or which hereafter be in force. Lessee will neither suffer nor commit any waste of the Leased Premises. Lessee may not act or fail to act in a manner that would adversely affect the title of the Authority Fortress nor anyone’s claim in, by, through, or under Fortress including but not limited to contractors’ subcontractors, materialmen, mechanics and laborers, shall have any right to file or place any construction, materialmen’s or other liens of any kinds whatsoever upon the Port Authority’s fee simple interest in the Leased Premises or any portion thereof; on the contrary, any such liens are specifically prohibited and shall be null and void and of no force or effect. The Port Authority may record a memorandum of lease containing this section, and specifically the prohibition on liens, in the public records of Manatee County.

    3. The Parties acknowledge that a portion of the Leased Premises is subject to the right of the court appointed receiver and the Florida Department of Environmental Protection to use the property for closure activities for Piney Point, to conclude in 2026.

  6. TERM. The term of this Lease commences on               (“Effective Date”) and terminates thirty (30) years thereafter on               (“Initial Term”), unless terminated earlier or extended as provided in this Lease. The Initial Term of this Lease may be extended for three (3), 23-year renewals each at the option of Fortress provided that Fortress provides notice of its intent to renew no later than         (#) days prior to the expiration of the then existing term of this Lease. If the #-day advance notice of extension is not received by the Port Authority, the Lease


    will terminate. As used in this Lease, a “year of this Lease” or “Lease year” means each consecutive twelve (12) month period commencing on the Effective Date and any extension the Port Authority consents to thereafter. As used in this Lease, the “Term” means the Initial Term and any renewal terms, if properly exercised.

  7. RENT. Commencing on the Effective Date, Lessee shall pay to the Authority rent for the Leased Premises, payable on the Effective Date and every year thereafter, in advance together with any applicable Florida sales taxes on rent payable at the same time. The rent for the Leased Premises depicted in Exhibit “A” is as follows: Ten Thousand U.S. Dollars xx/100 ($10,000.00) per year for the Initial Term, to be increased by fifteen percent (15%) of the rent for the prior term in each 23-year renewal term.

  8. IMPROVEMENTS. Fortress may construct, install or locate upon the Leased Premises and operate any improvements consistent with the paragraph of this Lease entitled "Purpose," including but not limited to installing railroad lines and extensions. .” Such improvements shall be consistent with the goals, master plan, and objectives of Port Manatee and shall not conflict with any of the activities and facilities at Port Manatee. Lessee is solely responsible for compliance with Legal Requirements, including but not limited to the Florida Building Code, and making the improvements safe.

Before Fortress commences use of the improvements, Fortress shall furnish in a format specified by the Port Authority at least one complete set of the as-built or record drawings and specifications for the completed improvements to indicate the extent, location, and size for the records of the Port Authority in connection with operations at Port Manatee. In all contracts for the construction of improvements at the Leased Premises, Fortress shall require in its construction contracts that the contractor indemnify and hold harmless the Port Authority from any damages, liabilities, or claims that arise out of the construction contract or construction at the Leased Premises, and include the Port Authority as a co-obligee on any bonds required by the construction contract.

Neither the Lessee nor anyone claim in, by, through, or under the Lessee including but not limited to contractors’ subcontractors material men, mechanics and laborers, shall have any right to rile or place any construction, materialmen’s or other liens of any kinds whatsoever upon the Authority’s fee simple interest in the Leased Premises or any portion thereof; on the contrary, any such liens are specifically prohibited and shall be null and void and of no force or effect.


10.9.   IMPROVEMENT REMOVAL AND LAND RESTORATION.  The Parties

recognize that certain permanent improvements to be constructed, erected, or installed upon the Leased Premises may be of permanent benefit to the Authority upon the expiration of the term of this Lease. At least sixty (60) days prior to the expiration of the term of this Lease, the Authority shall notify Lessee in writing of the extent and location of any such permanent improvements that the Authority wants to remain in existence subsequent to the expiration or termination of this Lease, Lessee shall not take any action for the destruction or removal of those permanent improvements. Any such designated permanent improvements not destroyed or removed by Lessee will be a part of the Leased Premises and becomes the property of and owned by the Authority upon the expiration or termination of this Lease. All other permanent improvements not designated by the Authority, together with all equipment, furnishings, furniture, machinery and other items of personal property,


must be removed by Lessee at no cost or expense to the Authority prior to the expiration or termination of this Lease and the Leased Premises must be cleared, cleaned and restored by Lessee to at least the condition as existed upon the commencement of this Lease.


11.10.  APPROVALS AND PERMITS. Fortress shall obtain all necessary building or construction approvals, development orders, and permits required and issued by an appropriate governmental regulatory agency in connection with identified in the paragraph of this Lease entitled “Improvements” at no cost, expense, liability, or obligation to the Port Authority.

12.11.  SIGNS. Fortress at its sole expense and risk, but in conformity with all requirements of federal, state, and local law and regulations and may erect signs upon the Leased Premises and other appropriate places adjacent to roads and thoroughfares within the Leased Premises. This includes, but is not limited to, erecting prominent signage on the main access road along Highway 41 for the industrial park.

13.12. EXISTING CONDITIONS. Subject to the provisions of the paragraph of this Lease entitled “Environmental Protection,” Lessee accepts the Leased Premises in its existing condition as of the date of this Lease and shall be solely responsible for all site clearance, site preparation, soil removal and soil replacement as a part of the construction or installation of the improvements provided for in this Lease at no cost or expense to the Authority.

14.13. EXISTING FACILITIES. This Lease and the right of Fortress to the possession and use of the Leased Premises are subject to any existing electric lines, telephone lines, water and sewer lines or mains, and other utility facilities located through, under or upon the Leased Premises (collectively, the “Facilities”). This Lease and the right of Fortress to the possession and use of the Leased Premises are subject to any existing presence of FDEP on the Leased Premises. The Port Authority, Florida Power & Light Company or its successor in interests, Frontier Communications Company or its successor in interests, Manatee County Public Works Department, U.S. Coast Guard, U.S. Department of Agriculture and their agents, employees, servants and subcontractors will have access to the Facilities to the extent necessary for the operations, maintenance and repair of the Facilities.

15.14. MAINTENANCE OF LEASED PREMISES. Fortress shall, at its sole cost and expense, keep the Leased Premises in good clean and operating order, condition and repair, throughout the Term of this Lease, including as needed to maintain a safe, tenantable, and workable condition, including but not limited to the making the making of any repairs or replacement necessary to the Leased Premises due to damage done by any act of God, natural disaster, or Event of Default, negligence or omission of Lessee, its agents, employees, invitees, patrons, servants or any other persons whomsoever under the control of Lessee. The Authority may, in its sole discretion, conduct annual inspections for the purpose of identifying whether the Leased Premises and improvements are being kept in a safe, tenantable and workable condition, but the Authority has no maintenance, repair or replacement responsibilities for the Leased Premises or any improvements thereon. Fortress shall deliver same to the Port Authority at the termination or expiration of this Lease in good order and condition, ordinary wear and tear excepted. In accordance with applicable law and the Port Authority’s policy, Fortress shall


expeditiously commence and complete any repair or replacements required by the terms of this Lease.


16.15. UTILITIES. Lessee shall arrange for and pay for all utilities to the Leased Premises, including initial deposits and other similar charges required by the various utility companies or utility systems for commencing service and for providing service (including, but not limited to, electrical consumption related to high voltage, portable or semiportable high voltage equipment, etc.) throughout the duration or term of this Lease. Fortress shall make all utilities, including heating ventilation and air conditioning (“HVAC”) service available to the Leased Premises. Fortress is responsible for any costs associated with telephone and internet services.


18.16. SECURITY. The Parties agree and acknowledge that the Port Authority is subject to minimum standards, procedures and requirements imposed by federal and state laws and regulations, rules, policies, and procedures in effect from time to time concerning security at the Port Authority, including the U.S. Maritime Transportation Security Act of 2002; Title 33, parts 101 and 105 of the U.S. Code of Federal Regulations; Chapter 311 of the Florida Statutes; and the security provisions of all tariffs in effect at the Port Authority, each as amended, supplemented, restated or otherwise modified from time to time, in connection with the security of the Port Authority as a seaport. The Port Authority consists of various facilities operated by the Port Authority and various facilities operated by lessees pursuant to leases with the Port Authority, and the security of facilities operated by the Port Authority and facilities operated by Fortress pursuant to this Lease are beneficial to both Parties necessitating that there be a degree of cooperation between the Port Authority and Fortress. Fortress must comply with all of the provisions of the above-mentioned laws and regulations applicable to the Leased Premises and to the activities and operations of Fortress at the Port Authority. The Authority will submit a Port Security Plan amendment to the U.S. Coast Guard. The submission is for and contingent upon U.S. Coast Guard approval. U.S. Coast Guard may stipulate additional requirements beyond those provisions requested by the Authority. The amendment request will provide for a Check-in area at the Leased Premises for Non-TWIC holders. The Check-in area will be staffed by Authority personnel only, and subject to the SeaPort Manatee Tariff Item Number 445, Rates for Labor Furnished by the Port, and billable to Lessee monthly. Non-TWIC holders must check-in at Access Control, for each visit. Non-TWIC holders will be monitored from Access Control until they reach the Check- in area at the Demised Premises. Once at the Leased Premises, Non-TWIC holders will be escorted by Authority personnel. Non-TWIC holders will be monitored from the time they depart the Leased Premises until they leave the Port. The Lessee will produce and distribute educational materials about required security processes and advertise the benefits of becoming a TWIC card holder.


19.17. TARIFF. To the extent the rates, rules, and regulations of the Port Authority set forth in the then current Port Authority Tariff are not in conflict with or in degradation of the terms and conditions of this Lease, Fortress, throughout the Term of this Lease, must abide by and comply with all of the rates, rules, and regulations of the Port Authority set forth in the then current Port Authority Tariff as published by the Port Authority. The covenant by Fortress to abide by and comply with the Port Authority Tariff was a material inducement for the Port


Authority to enter into this Lease constituting substantial consideration to the Port Authority for this Lease, and any failure by Fortress to fully abide by and comply with the then current Port Authority Tariff, may at the option of the Port Authority constitute a default by Fortress entitling the Port Authority to exercise any or more of the remedies set forth in the paragraph of this Lease entitled “Events of Default.” Fortress hereby acknowledges receipt of a copy of the current Port Authority Tariff and that it understands all the provisions of said Tariff.

20.18. TAXES AND LICENSE FEES. Fortress shall pay any and all ad valorem taxes, special assessments, tangible and intangible personal property taxes, sales tax, use taxes, license fees, and any other tax, fee, or charge which may be levied or assessed against any portion of the Leased Premises or imposed in connection with the activities and operations of Fortress upon any portion of the Leased Premises or in connection with the possession of any portion of the Leased Premises by Fortress (collectively, the “Taxes”). Fortress shall pay the Taxes directly to the appropriate local tax authorities or other governmental agencies. In addition, Fortress shall have the right to contest the amount or validity, in whole or part, of any ad valorem tax or special assessment or to seek a reduction in the valuation of Leased Premises as assessed for real estate property tax purposes by appropriate proceedings diligently conducted in good faith (but Fortress may continue to pursue such contest past the final due date for such tax only after payment of such tax). The Port Authority will not be required to join in any proceedings referred to in this paragraph unless required by law, in which event the Port Authority shall, upon written request by Fortress, join in proceedings or permit the proceeding to be brought in its name. Fortress covenants that the Port Authority will not suffer or sustain any costs or expenses (including, but not limited to attorneys’ fees) or any liability in connection with any such proceedings and Fortress agrees to pay all such costs and expenses. No consent to join in proceedings or permit the proceedings to be brought in its name will subject the Port Authority to material civil liability or the risk of any criminal liability.

21.19. ENVIRONMENTAL MATTERS. Lessee shall comply with all federal, state, regional, county and local government laws, statutes, ordinances, rules and regulations applicable to its activities and operations on the Leased Premises, including but not limited to, the Port Manatee Master Plan, agency agreements, rules and regulations of general application at Port Manatee, adopted by the Authority, which are not in degradation of any rights granted to Lessee under the terms of this Lease (“Laws”). Lessee must not allow, cause, condone, license, permit, or sanction any activities, conduct, or operations on the Leased Premises that enable or result in any contaminants, hazardous materials or substances, pollutants, toxic materials or substances or other waste (hereinafter collectively referred to as “substances”) to be accumulated, deposited, placed, released, spilled, stored, or used upon or under any portion of Leased Premises contrary to or in violation of any of said Laws.

  1. The Authority has the right at any time to examine or inspect the Leased Premises for any reason, including, but not limited to, performing an Environmental Site Assessment and determining the existence of said substances. Such inspections shall take place during the normal business hours of Lessee with reasonable notice to Lessee and at no cost or expense to Lessee. Lessee shall fully cooperate in the performance of such Environmental Site Assessments and inspections.

  2. Lessee shall immediately notify the Authority of any accumulation, deposit, placement, release, spill, storage, or use of any of said substances upon or under the


    demise premises. Such notification will be in addition to and will not replace any notice required by Laws.

  3. Throughout the term of this Lease, Lessee shall not use, generate, release, discharge, store, dispose, or transport any substances in, under, in, above, to, or from the Leased Premises in any manner other than in strict compliance with all Laws. If Lessee’s activities at the Leased Premises or Lessee’s use of the Leased Premises (a) result in a release of substances that are not in compliance with Laws or permits issued thereunder; (b) gives rise to any claim or requires a response under applicable laws or permits issued thereunder; (c) causes a significant public health effect; or (d) creates a nuisance, then Lessee shall, at is sole cost and expense: (i) immediately provide verbal notice thereof to the Authority as well as notice to the Authority in the manner required by this Lease, which notice must identify the substances involved and the emergency procedures taken or to be taken to remove and abate the condition; and (ii) promptly take all action in response to such situation required by applicable laws, provided that Lessee shall first obtain the Authority’s approval of the non-emergency remediation plan to be undertaken, which plan must be to the satisfaction of the Authority in its reasonable discretion.

  4. In the event any federal, state, regional, county, or local governments governmental authority with jurisdiction to enforce or regulate the construction and operation of the facilities of Lessee determines that there is any significant or substantial deviation from the conditions, restrictions, and limitations set forth above or any provisions of applicable Law (hereinafter referred to as “Violation”), the Authority shall have the right, upon providing due notice to Lessee, to require a hearing before the Authority for the purpose of determining the cause and extent of the Violation and to issue a notice to Lessee to correct such Violation within thirty (30) days or within such period of time as may be reasonable under the circumstances, such period of time to be determined by the Authority. In the event Lessee fails to correct the Violation within the period determined by the Authority, then and in that event, the Authority shall have the right to terminate the operation of any such facilities by Lessee until such Violation has been corrected or take such lawful action as may be appropriate under the circumstances.

  5. If Lessee fails to promptly take action to contain, remove or remediate, as appropriate, the substances or correct the Violation in accordance with subsection D. above, then the Authority will be entitled to take all actions that it deems appropriate to contain, remove or remediate the Violation or the substances released in a manner that is not in compliance with Laws, at Lessee’s sole expense and Lessee shall immediately reimburse the Authority for all such reasonable expenses due upon demand. In the event that the Authority has reasonable evidence that substances were used, generated, released, discharged, stored or disposed by Lessee at the Leased Premises in violation of Laws, the Authority will have the right to perform or cause to be performed environmental audits of the property, at Lessee’s expense, in and around the Leased Premises to determine whether any violation of applicable laws occurred. Lessee shall fully cooperate in the performance of such environmental audits.

  6. During a time period between 60 and 90 days prior to the expiration of the term of this Lease, the Authority shall have the right, in its sole discretion, to cause an environmental assessment, audit, or survey to be conducted or made of the Leased


    Premises by a competent qualified environmental consultant or engineer on substantially the same basis and using the same criteria as any Environmental Site Assessment carried out under subparagraph A above, identifying the existence and the levels or quantities of any of the above mentioned substances on or under any portion of the Leased Premises (“Lease End Assessment”). A copy of any Lease End Assessment obtained by the Authority pursuant to the provisions of this subparagraph must be immediately furnished to Lessee. If the Lease End Assessment demonstrates any the environmental condition or worsening of an existing environmental condition of the Leased Premises attributable to Lessee, Lessee shall cause any necessary action to be immediately taken to remediate such condition. After the expiration of the Lease term, unless otherwise agreed by the Authority and Lessee, Lessee will be deemed to be “holding over” until the remediation has been completed to the satisfaction of the Authority or any applicable regulatory agency. Lessee shall pay to the Authority rent in accordance with the paragraph of this Lease entitled “No Holding Over,” together with any applicable Florida sales taxes, for each and every month during the time Lessee is holding over due to required remediation. Lessee shall not conduct any activities or operations upon the Leased Premises during the time this remediation of the Leased Premises is being completed to the extent required by the applicable regulatory agencies without the express written consent of the Authority.

  7. The remedies granted to the Authority in this Lease are in addition to all other remedies which may be available to the Authority under the laws of the United States and the State of Florida and nothing in this Lease will be construed as limiting the remedies of the Authority or any federal, state, regional, county, or local government governmental authority with jurisdiction to regulate the construction and operation of the facilities.

  8. Nothing in this Lease will be construed to impair or limit the lawful rights of Lessee to challenge or contest any such Laws.


23.20. FORTRESS’S INSURANCE. During the Term of this Lease, Fortress shall provide, pay for, and maintain with insurance companies satisfactory to the Port Authority, the types of insurance described in this Lease.

  1. All insurance must be from responsible insurance companies, having an A.M. Best rating of A-/VIII or better, and be eligible to do business in the State of Florida. The required policies of insurance must be performable in Manatee County, Florida, and must be construed in accordance with the laws of the State of Florida.

  2. The Port Authority shall be included as an Additional Insured on Fortress’s Commercial General Liability, Umbrella Liability, and Business Automobile Liability policies and provide the “Severability of Interest” provision (a/k/a “Separation of Insured’s” provision).

  3. Fortress shall deliver to the Port Authority, within 5 days of execution of this Lease and prior to possessing the Leased Premises, properly executed “Certificate(s) of Insurance,” setting forth the insurance coverage and limits required in this Lease. The Certificates must be signed by the authorized representative of the insurance company(s) shown on the Certificate of Insurance. In the event of a claim, certified, true, and exact copies of the insurance


    policies required in this Lease must be provided to the Port Authority, if requested by the Port Authority.

  4. Fortress shall take immediate steps to make up any impairment to any Aggregate Policy Limit upon notification of the impairment.

  5. Fortress authorizes the Port Authority and its insurance consultant to confirm all information furnished to the Port Authority with Fortress’s insurance agents, brokers, surety, and insurance carriers.

  6. All insurance coverage of Fortress shall be primary to any insurance or self- insurance program carried by the Port Authority. The Port Authority’s insurance or self-insurance programs or coverage must not be contributory with any insurance required of Fortress in this Lease.

  7. The acceptance of delivery to the Port Authority of any Certificate of Insurance evidencing the insurance coverage and limits required in the Lease does not constitute approval or agreement by the Port Authority that the insurance requirements in the Lease have been met or that the insurance policies shown in the Certificates of Insurance are in compliance with the Lease requirements.

  8. No work or occupancy of the Leased Premises may commence unless and until the required Certificate(s) of Insurance are in effect.

  9. The insurance coverage and limits required of Fortress under this Lease are designed to meet the minimum requirements of the Port Authority. They are not designed as a recommended insurance program for Fortress. Fortress alone shall be responsible for the sufficiency of its own insurance program. Should Fortress have any question concerning its exposures to loss under this Lease or the possible insurance coverage needed therefore, it should seek professional assistance.

  10. The Port Authority and its tenants may continue to operate their businesses on the Port Authority’s premises during the activities of Fortress. No property used in connection with their activities may be considered by Fortress’s insurance company as being in the care, custody, or control of Fortress.

  11. Should any of the required insurances specified in this Lease provide for a deductible, self-insured retention, self-insured amount, or any scheme other than a fully insured program, Fortress shall be fully responsible for the deductible, self-insured retention, self-insured amount or any other amounts not payable by Fortress’s insurers.

  12. Fortress shall give the Port Authority thirty (30) days advance written notice of any cancellation, intent not to renew any policy and/or any change that will reduce the insurance coverage required in this Lease, except for the application of the Aggregate Limits Provisions.

  13. Renewal Certificate(s) of Insurance must be provided to the Port Authority at least ten (10) days prior to expiration of current coverage.


  14. If Fortress fails to provide or maintain the insurance coverage required in this Lease at any time during the Term of the Lease, the Port Authority may terminate or suspend this Lease.

  15. If Fortress utilizes contractors or sub-contractors to perform any work on the Port Authority property, or sublets any portion of the Leased Premises, Fortress will ensure all contractors, sub-contractors, and sub-tenants maintain the same types and amounts of insurance required of Fortress. In addition, Fortress will ensure that the contractors, sub-contractors, and sub-tenants insurances comply with all of the insurance requirements specified for Fortress contained within this Lease. Fortress shall obtain Certificates of Insurance comparable to those required of Fortress from all contractors, sub-contractors, and sub-tenants. Such Certificates of Insurances must be presented to the Port Authority upon request.

  16. Accident Reports. Fortress shall immediately notify the Port Authority of any accidents involving Fortress’s staff, vehicles, or equipment that occur while Fortress is performing services under this Lease and result in personal injuries or damage to public or private property. In all such cases, oral notice must be provided within nine (9) hours of the accident and a written report must be provided to the Port Authority within five (5) business days of the accident. If any issues are unresolved at that time, a subsequent report shall be provided to the Port Authority within five (5) business days following the ultimate disposition of the case. The oral and written reports shall include the date and time of the event, a description of the event, an estimate of the damages and injuries (if any) caused by the event, and a description of how the event and any associated damages and injuries were handled or will be handled.

  17. The Port Authority will not be responsible for damage, loss, or theft of any items or cargo stored in or at the Leased Premises or any damage caused by any items or cargo stored at the Leased Premises.

24.21. SPECIFIC INSURANCE COVERAGES AND LIMITS. All requirements in

this section must be complied with in full by Fortress unless excused from compliance in writing by the Port Authority.

The amounts and types of insurance must conform to the following minimum requirements. Current Insurance Service Office (ISO) or National Council on Compensation Insurance (NCCI) policies, forms, and endorsements or broader must be used where applicable. Notwithstanding the foregoing, the wording of all policies, forms, and endorsements must be acceptable to the Port Authority.

  1. Workers’ Compensation and Employers’ Liability Insurance must be maintained in force during the Term of this Lease for all employees engaged in this work under this Lease, in accordance with the laws of the State of Florida. The minimum acceptable limits are:

    Workers Compensation Florida Statutory Requirements Employer’s Liability $1,000,000.00 Limit Each Accident

    $1,000,000.00 Limit Disease Aggregate


    $1,000,000.00 Limit Disease Each Employee


  2. Commercial General Liability Insurance must be maintained by Fortress on the Full Occurrence Form. Coverage must include but not be limited to Premises and Operations, Personal Injury, Contractual for this Lease, Independent Contractors. The minimum acceptable limits are:

    Bodily Injury & Property Damage Liability

    $2,000,000.00 Combined Single Limit Each Occurrence and Aggregate


    The use of an Excess and/or Umbrella policy is acceptable if the level of protection provided by the Excess and/or Umbrella policy is no less restrictive then the Primary General Liability policy.

  3. Business Automobile Liability Insurance must be maintained by Fortress as to ownership, maintenance, use, loading and unloading of all owned, non-owned, leased, or hired vehicles with limits of not less than:

Bodily Injury $1,000,000.00 Limit Each Accident Property Damage Liability $1,000,000.00 Limit Each Accident

Bodily Injury & Property Damage Liability

$1,000,000.00 Combined Single Limit Each Accident


If Fortress does not own automobiles, Fortress’s Commercial General Liability policy referenced above must be endorsed to provide “Non Owned and Hired Automobile Liability” coverage.

25.22. INDEMNIFICATION.

  1. Indemnification of Port Authority.

    1. Regardless of whether or not there is any applicable insurance, Fortress shall release, indemnify, defend, and hold harmless the Port Authority and its Port Authority members, officers, agents and employees (“Port Authority Indemnitee”), from all fines, taxes, assessments, penalties, claims, suits, actions, obligations, charges, demands, losses, damages, liabilities, remediation and response expenses, costs, expenses (including, without limitation, attorneys’ fees, engineering fees and the costs and expense of appellate action, if any) and causes of action of every kind or character whatsoever, whether in law or equity, in connection with any loss of life, bodily or personal injury, violation of laws, violation of grant requirements,


      or damage to or loss of property arising from or out of: (1) any occurrence in, upon, at, or about the Leased Premises or any part thereof occasioned or caused in whole or in part, either directly or indirectly, by the act, omission, negligence, misconduct, or breach of this Lease by Fortress, its officers, employees, agents, representatives, contractors, licensee, invitees, or by any other person entering the Leased Premises under express or implied invitation of Fortress (“Fortress and Others”), or (2) arising out of or relating to Fortress and Others use of the Leased Premises, or (3) arising out of or relating to Fortress and Others operation at the Port Authority, except to the extent provided by law that any such loss or damage is caused in whole or in part by the gross negligence or willful misconduct of the Port Authority. The Port Authority shall not be liable or responsible for any loss or damage to any property or the death of or injury to any person occasioned by theft, fire, act of God, public enemy, injunction, riot, strike, insurrection, war, court order, requisition of other governmental body or authority, by other Port Authority lessees or by any other matter beyond the control of the Port Authority. Fortress’s obligations under this paragraph are not limited in amount, and specifically are not limited to the amount of any insurance. The indemnification set forth in this Lease must survive and continue in full force and effect and may not be terminated, discharged or released in whole or in part. This indemnification provision includes claims made by any employees of Fortress against the Port Authority, and Fortress hereby waives its entitlement, if any, to immunity under Section 440.11, Florida Statutes. Nothing contained in this Lease and specifically this indemnification provision is intended to, nor shall it be construed as a waiver of any defenses or limitations to any claims, including those based on the doctrine of sovereign immunity or section 768.28, Florida Statutes claim exceeding the limitations of liability established by Section 768.28, Florida Statutes. Nothing in this Lease may be construed as consent by the Port Authority to be sued by third parties in any matter arising out of this Lease.

    2. Subject to the limitations set forth in this section, Fortress shall assume control of the defense of any claim asserted by a third party against the Port Authority for which Fortress is obligated to indemnify, defend, and hold harmless the Port Authority under this section and, in connection of such defense, shall appoint lead counsel in each case at Fortress’s expense. The Port Authority shall have the right, at its option and expense, to participate in the defense of any third-party claim, without relieving Fortress of any of its obligations hereunder. If Fortress assumes control of the defense of any third-party claim in accordance with this section, Fortress shall obtain the prior written consent (not to be unreasonably withheld, conditioned, or delayed) of the Port Authority before entering into any settlement of such claim. Notwithstanding anything to the contrary in this section, Fortress shall not assume or maintain control of the defense of any third- party claim, but shall pay the reasonable fees of counsel retained


      by the Port Authority and all reasonable expenses, including experts’ fees, if (i) an adverse determination with respect to the third-party claim would, in the good faith judgment of the Port Authority, be detrimental in any material respect to the Port Authority’s reputation; (ii) the third party claim seeks an injunction or equitable relief against the Port Authority; or (iii) Fortress has failed or is failing to prosecute or defend vigorously the third party claim. Each party shall cooperate, and cause its agents to cooperate, in the defense or prosecution of any third-party claim and shall furnish or cause to be furnished such records and information, and attend such conferences, discovery proceedings, hearings, trials, or appeals, as may be reasonably requested in connection therewith.

    3. The Parties recognize that Lessee is an independent contractor.


26.23. GOVERNMENTAL IMMUNITY. Nothing in this Lease is intended to serve as a waiver of sovereign immunity by the Port Authority or may be construed as consent by the Port Authority to be sued by third parties in any matter arising out of this Lease. The Port Authority agrees to be fully responsible for the acts and omissions of its agents and employees to the extent permitted by law.

27.24. LABOR DISPUTES. Port Manatee consists of various facilities operated by tenants pursuant to leases with the Port Authority and by the Port Authority itself, and it is necessary for the operation of Port Manatee that there is a degree of cooperation between Fortress and the Port Authority. In the event there are any strikes, boycotts, walkouts, picketing or other labor disputes at Port Manatee impacting upon the activities and operations of Fortress pursuant to the provisions of this Lease then and in that event, Fortress shall cooperate with the Port Authority in taking reasonable action and undertakings necessary to preserve and protect normal lawful activities and operations at Port Manatee. Such action may include the exchange of information between Fortress and the Port Authority or arranging for a separate entrance to certain facilities at Port Manatee. Fortress shall exercise a reasonable effort to discourage and prevent any such labor disputes in connection with its activities and operations pursuant to the provisions of this Lease. In the event of any such labor dispute in connection with the activities and operation by Fortress, then and in that event, Fortress shall take all reasonable action consistent with its requirements necessary to resolve said disputes and to prevent the disruption of the normal activities and operations at Port Manatee. Nothing in this Lease will be construed to impair or limit the lawful rights of employees of Fortress or the Port Authority, or to limit the lawful rights of any labor organization representing said employees.

28.25. RELATIONSHIP BETWEEN THE PARTIES. Nothing in this Lease shall constitute or create a partnership, joint venture, or any other relationship between the Parties, unless specified in this paragraph of this Lease entitled “Relationship Between the Parties.” Neither Fortress nor Fortress’s agents shall act as officers, employees, or agents of the Port Authority. Fortress shall not have the right to bind the Port Authority to any obligation not


expressly undertaken by the Port Authority under this Lease. The Port Authority is not exercising any dominion, control or supervision over the activities and operations of Fortress upon the Leased Premises, and the only interest the Port Authority has in and to activities and operations is as the lessor or landlord of the Leased Premises pursuant to the provisions of this Lease and as the owner and operator of Port Manatee pursuant to the provisions of the then current Port Authority Tariff.

29.26. ASSIGNMENT OR SUBLETTING. Fortress shall have the right to sublet the Leased Premises or any part thereof, or to assign this Lease, to any individual or entity without the need for the Port Authority’s prior written consent, for purposes authorized in the paragraph of this Lease entitled "Purpose." Fortress agrees to provide the Port Authority with written notice of any subletting or assignment within fifteen (15) days of the commencement of such subletting or assignment. The notice shall include the name and contact information of the subtenant or assignee and the term of the sublease or assignment. Any subtenant or assignee shall be bound by the terms and conditions of this Lease. In the event of a sublease or assignment, the Port Authority shall cooperate with the subtenant or assignee to obtain financing for payments required under the provisions of this Lease pursuant to Section 28 hereof. The Parties agree that any sublease or assignment of this Agreement shall include a subrogation clause.

30.27. DEVELOPMENT AND FINANCING. Fortress and the Port Authority intend to work cooperatively toward the development of the Leased Premises and the surrounding Port Authority property as a port-related commercial and industrial park.

  1. Fortress intends to develop the Leased Premises in the following phases:

    1. Phase 1 Infrastructure Development;

    2. Phase 2 Building 1 (TBD) – Potential Warehouse or Cold Storage Facility;

    3. Phase 3 Building 2 (TBD) – Potential Bulk Materials Handling Facility (Salt, Mining Materials, Aggregate, etc.); and

    4. Phase 4 Laydown (TBD) – Potential Surface Development for Material and Cargo Storage.

      The foregoing phasing plan is aspirational and dependent upon market opportunities, such that Fortress may change it or chose not to implement it.

  2. The Parties recognize that development of the Leased Premises will require third- party financing of development of the Leased Premises by one or more lenders or funding partners. To secure such financing, Fortress and the Port Authority will work cooperatively to:

    1. Enter into amendments or supplements to this Lease to the extent reasonably necessary to allow for encumbrances of the leasehold interests of Fortress or subtenants to support the financing of development;


    2. Enter into agreements for improvements on Port Authority land to accommodate such financing and development; and


    3. Provide such other agreements and instruments reasonably necessary to support such financing and development.

The Parties acknowledge that the foregoing matters are subject to the approval of the Port Authority’s governing board, and the exercise of its budgetary discretion, subject to and in accordance with applicable law.

31.28. FORTRESS REPRESENTATIONS. As a material inducement for the Port Authority to enter into this Lease, Fortress makes the following representations:

  1. Fortress represents and warrants to the Port Authority that to its actual and constructive knowledge

    1. neither Fortress (which includes for purposes of this section its parent and affiliate companies, owners, members, managers, shareholders, directors, officers, representatives, agents, employees, distributors, vendors and suppliers collectively) nor any of its funding sources are identified on the Special Designated Nationals and Blocked Persons List of the U.S. Treasury Office of Foreign Asset Control;

    2. neither Fortress, nor any person(s) who, in the aggregate or individually, directly or indirectly own 50% or more of Fortress, nor any guarantor of all or any part of Fortress’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; and

    3. neither Fortress nor any person(s) who, in the aggregate or individually, directly or indirectly own 50% or more of Fortress, or guarantor of all or any part of Fortress’s obligations under this Lease are acting on behalf of a government or have been in the past five (5) years involved in business arrangements or other transactions with any country that is subject to such embargo. Fortress agrees to notify the Port 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 Port Authority will have the right then or thereafter to terminate this Lease at its sole and absolute discretion.

  2. In connection with any aspect of this Lease or other transaction involving Fortress, neither Fortress (which includes for purposes of this section its parent and affiliate companies, owners, members, managers, shareholders, directors, officers, representatives, agents, employees, distributors, vendors and suppliers collectively) has engaged or will engage in prohibited conduct, as defined in the Foreign Corrupt Practices Acts, directly or indirectly in the performance of this Lease or otherwise on behalf of itself or Fortress. In the event of or during the term of this Lease, if Fortress is not in compliance with this Section, Fortress shall make prompt disclosure of such non-compliance to the Port Authority and the Port Authority shall have the right to terminate the Lease at its sole and absolute discretion.

  3. Fortress (which includes its officers, directors, executives, partners, shareholders,


    employees, members, and agents who are active in the management of Fortress) 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 Fortress is placed on the convicted vendor list, in accordance with section 287.133 of the Florida Statutes as may be amended, Fortress shall make prompt disclosure of such non-compliance to the Port Authority.

  4. By executing this Lease and each and every renewal hereof (if renewal is separately provided for herein), pursuant to section 287.135, Florida Statutes, Fortress 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) it is not on the Scrutinized Companies with Activities in Iran Terrorism Sectors List, (d) that it does not have Business operations or is engaged in business in Cuba or Syria, and (e) that it is not engaged or engaging in a Boycott of Israel, and that all such certifications were true at the time it submitted its bid or proposal for this Lease, as of the Effective Date of this Lease, and as of the effective date of any renewal of this Lease. Notwithstanding anything contained in this Lease to the contrary, the Port Authority may terminate this Lease immediately for cause if: (1) Fortress is found to have submitted a false certification regarding (a) - (e) above in accordance with section 287.135(5), Florida Statutes, (2) Fortress is found to have been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or is or has been engaged in Business operations in Cuba or Syria or a Boycott of Israel, or (3) Fortress is found to have been placed on a list created pursuant to section 215.473, Florida Statutes, relating to scrutinized active business operations in Iran. Such termination shall be in addition to any and all remedies available to the Port Authority at law or in equity. The terms "Boycott of Israel" and "Business operations" used in this section are defined as in Section 287.135, Florida Statutes. The Lists referred to in this section are those Lists in and maintained pursuant to section 287.135, Florida Statutes.


  5. Pursuant to section 286.101, Florida Statutes, Fortress 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. “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. Fortress’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. Fortress represents that within one

    (1) year before entering into this Lease, Fortress provided a copy of such disclosure to the Florida Department of Financial Services.

  6. Anti-Human Trafficking. By executing this Lease and each and every renewal hereof (if renewal is separately provided for herein), pursuant to section 786.06, Florida


Statutes, Fortress certifies, represents, and warrants that it does not use coercion for labor services, as those terms are defined in section 786.06. Fortress will provide to the Licensee an affidavit signed by an officer or representative of Fortress under penalty of perjury attesting that Fortress does not use coercion for labor or services. Notwithstanding anything contained in this Lease to the contrary, the Port Authority may terminate this Lease immediately if Fortress is found to have submitted a false attestation. Such termination shall be in addition to any and all remedies available to the Licensee at law or in equity.


32.29. FORTRESS’S COMPLIANCE. To the extent Fortress receives any notices of violations of any permit or applicable law issued by any governmental Port Authority relating to the construction of the improvements, leasing of the Leased Premises, or the operations at the Leased Premises or concerning its other activities under this Lease (“Citation”), Fortress shall promptly respond to the Citation. Fortress shall provide notice and a copy of each Citation to the Port Authority promptly after the Citation is received by Fortress. Thereafter, Fortress shall keep the Port Authority informed on the ongoing status of Fortress’s efforts to address the Citation, and Fortress shall provide notice to the Port Authority when the Citation has been satisfactorily resolved. Fortress shall pay all costs of investigating and responding to a Citation, all costs of correcting deficiencies and achieving compliance with applicable laws, and all fines assessed as a result of Fortress’s non-compliance.

33.30. EMINENT DOMAIN. If during the Term of this Lease there is any taking of any portion of the Leased Premises by eminent domain or condemnation that materially affects the Leased Premises for the development, construction, or operation of Fortress, in accordance with the paragraph of this Lease entitled “Purpose,” in the Port Authority’s reasonable determination, Fortress may terminate this Lease whereupon the Parties will be relieved from further liability under this Lease. Prior to any termination of this Lease, the Port Authority will endeavor to provide facilities equivalent in size, value, and utility to the portion of the Leased Premises taken by eminent domain or condemnation. The Port Authority will be entitled to any compensation awarded for any taking, whether for the whole or a portion of the Leased Premises, for the Port Authority’s fee simple title interest in the Leased Premises and future rent loss. Fortress will be entitled to any compensation awarded for any taking, whether for the whole or a portion of the Leased Premises, for Fortress’s leasehold interest, Fortress’s moving expenses, and the value of Fortress’s trade fixtures.

34.31. EVENTS OF DEFAULT. Any of the following events constitute an “Event of Default” of this Lease by Fortress:

  1. If Fortress abandons or vacates the Leased Premises for a period in excess of ninety (90) days; or

  2. If the Rent, fees, charges, or other payments which Fortress agrees to pay or is obligated to pay hereunder are not received by the Port Authority within ten (10) business days after receipt of written notice of non-payment from the Port Authority; or

  3. If Fortress fails to observe, keep, or perform any of the terms, covenants,


    agreements, or conditions of this Lease for a period of ten (10) business days after receipt of written notice from the Port Authority; or

  4. If Fortress transfers substantial control of Fortress’s assets or Fortress’s business operations or activity to any other entity without prior written consent of the Port Authority, which will not be unreasonably withheld that is not otherwise provided by the paragraph of this Lease entitled “Assignment and Subletting”; or

  5. If Fortress files a voluntary petition for bankruptcy or otherwise seeks the benefit of any bankruptcy, reorganization, arrangement, or insolvency law or makes a general assignment for the benefit of creditors; or

  6. If Fortress is adjudicated bankrupt; or

  7. If any act occurs which deprives Fortress permanently of the rights, powers, or privileges necessary for the proper conduct and operation of Fortress’s business; or

  8. Any lien, claim or other encumbrance which is filed against the Leased Premises is not removed or if the Port Authority is not adequately secured by bond or otherwise, within thirty (30) calendar days after Fortress has received notice thereof; or

  9. The discovery of any material misrepresentation or fraudulent statement made to the Port Authority in connection with any lease or other application or forms submitted to the Port Authority in connection with this Lease or the Leased Premises, following written notice by Port Authority and a failure by Fortress to explain the matter to the Port Authority’s satisfaction within thirty (30) calendar days; or

  10. By or pursuant to, or under Port Authority of any legislative act, resolution or rule or any order or decree of any court or governmental board, agency or officer having jurisdiction, a receiver, trustee, or liquidator must take possession or control of all or substantially all of the property of Fortress, and such possession or control continues in effect for a period of thirty (30) calendar days; or

  11. Any business is conducted, or service is performed, or product is sold from the Leased Premises that is not specifically authorized by this Lease, and such activity does not cease within ten (10) calendar days after receipt of written notice to that effect; or

  12. If at any time Fortress uses or permits the Leased Premises to be used for any purpose which has not been authorized by this Lease; or

  13. If Fortress uses or permits the use of the Leased Premises in violation of Legal Requirements; or

  14. If Fortress attempts to or does mortgage or pledge Fortress’s interest hereunder;

    or

  15. If Fortress’s interest under this Lease is being sold under execution or other legal

    process; or


  16. If Fortress’s interest under this Lease is being modified or altered by any unapproved assignment or unauthorized subletting, or by operation of law; or

  17. If any of the goods or chattels of Fortress used in, or incident to, the operation of Fortress’s business in the Leased Premises are being or have been seized, sequestered, or impounded by virtue of, or under Port Authority of, any legal or administrative proceeding; or

  18. Fortress’s failure to comply with the material terms of all port tariffs or Port Authority rules and regulations and such failure continues for more than thirty (30) days after delivery of written notice of such default to Fortress by the Port Authority or the Port Authority’s agents; or

  19. A lapse in coverage occurs with respect to any insurance required by this Lease or the authority is not timely provided with any documentation required in this Lease with respect to such insurance; or

  20. Any material violation of the representation under the paragraph of this Lease entitled “Fortress’s Representations” during the Term.

.

Then upon the occurrence of any default, or at any time thereafter during the continuance of the default, the Port Authority, by its Board, may, at its option, immediately terminate this Lease, and all rights of Fortress under this Lease. The Port Authority shall provide Fortress with notice of the effective termination date in writing. In the event of any such termination, Fortress and its sublessee(s) shall immediately quit and surrender the Leased Premises to the Port Authority and shall cease operations. In the event of any termination by the Port Authority, Fortress shall have no further rights under this Lease and further covenants and agrees to yield and deliver peaceably and promptly to the Port Authority, possession of the Leased Premises on the date of cessation of the letting, whether such cessation be by termination, expiration, or otherwise. The Port Authority, its agents, employees, and representatives shall have the right to enter the Leased Premises and remove all property, and to accelerate and declare immediately due and payable all unpaid rents and other sums required to be paid under this Lease. In addition, Fortress shall be liable for all damages incurred by the Port Authority in connection with Fortress’s default or the termination of this Lease upon such a default, including without limitation, all direct damages, such as collection costs and reasonable attorney’s fees, as well as indirect, consequential, and all other damages whatsoever. The exercise by the Port Authority of any right of termination will be without prejudice to and in addition to every other remedy at law or in equity. No remedy in this Lease conferred upon or reserved to the Port Authority is intended to be exclusive of any other remedy in this Lease provided or otherwise available, and each and every remedy will be cumulative.

35.32. HABITUAL DEFAULT. Notwithstanding the foregoing, in the event Fortress commits an Event of Default for the same term(s), covenant(s), or condition(s) required in this Lease to be kept and performed by Fortress two (2) or more times in two (2) consecutive months, and regardless of whether Fortress has cured each individual Event of Default, Fortress may be determined by Port Authority to be a “habitual violator.” At the time that such determination is


made, the Port Authority shall issue to Fortress a written notice advising of such determination and citing the circumstances of the determination. Such notice must also advise Fortress that there will be no further notice or grace periods to correct any subsequent Events of Default and that any subsequent Events of Default, of whatever nature, taken with all previous breaches and defaults, will be considered cumulative and collectively, constitute a condition of non-curable default and grounds for immediate termination of this Lease. In the event of any such subsequent Event of Default, the Port Authority may terminate this Lease. The Port Authority will provide written notice to Fortress of the effective termination date.

36.33. TERMINATION WITHOUT NOTICE. The occurrence of any of the following during the Term of this Lease will immediately confer upon the Port Authority the right to terminate this Lease without notice, in its sole discretion upon the terms and conditions set forth below:

If Fortress or an officer, director, executive, partner, or a shareholder, employee or agent who is active in the management of Fortress is found guilty or convicted of illegal conduct or activity (with an adjudication of guilt) as a result of a jury verdict, nonjury trial, entry of a plea of guilty or nolo contendere where the illegal conduct or activity (i) is considered to be a public entity crime as defined by Ch. 287, Florida Statutes, as amended, or (ii) is customarily considered to be a “white collar crime” or theft-related crime such as fraud, smuggling, bribery, embezzlement or misappropriation of funds, or (iii) involves an act of moral turpitude meaning conduct or acts that tend to degrade principals or owners in society or bring them into public hatred, contempt, scorn or ridicule, or that tends to shock, insult or offend the community or ridicule public morals or decency or harm the image of the Port Authority by virtue of its association with Fortress, or (iv) results in a felony conviction. Fortress understands and agrees that neither the resignation nor the termination of the offending person does not impair the Port Authority’s right to terminate without notice under this Section; or Suspension or revocation of Fortress’s operations by a governmental unit or agency having jurisdiction over the Leased Premises and/or the business being conducted on the Leased Premises, regardless of the length of such suspension or revocation.

37.34. SURRENDER. At the expiration or earlier termination of this Lease, Fortress shall peaceably surrender the Leased Premises, broom clean and in the same condition of repair as the Leased Premises were in on the Effective Date, ordinary wear and tear, and damage from fire or other casualty, excepted. At such time, Fortress shall surrender all keys for the Leased Premises to Port Authority at the place then fixed for the payment of rent and shall, in accordance with paragraph entitled “Trade Fixtures” of this Lease, remove all its trade fixtures before surrendering the Leased Premises and shall repair any damage to the Leased Premises caused by Fortress or its employees, agents, representatives or invitees. Fortress’s obligation to observe or perform this covenant shall survive the expiration or other termination of the Term of this Lease.

38.35. NO HOLDING OVER. Failure of Fortress to surrender the Leased Premises in accordance with the provisions of this Lease upon termination or expiration of this Lease, and the subsequent holding over by Fortress, with or without the consent of the Port Authority, will result in the creation of a tenancy at will at triple the current rent payable commencing at the time of the date of termination or expiration. This provision does not give Fortress any right to hold over at the termination or expiration of the Term of this Lease and will not be deemed to be a


renewal of the Lease Term by operation of law or otherwise.

39.36. INSOLVENCY. If Fortress becomes insolvent or bankruptcy proceedings are begun by or against Fortress, and within sixty (60) days thereof, Fortress fails to secure a discharge thereof, or if Fortress should make an assignment for the benefit of creditors before the end of the Term of this Lease, the Port Authority is irrevocably authorized, at its option, to terminate this Lease. The Port Authority may elect to accept rent and other required compensation from the receiver, trustee or other judicial officer during the term of their Port Authority in their fiduciary capacity, without affecting the Port Authority’s rights under this Lease, but no receiver, trustee, or other judicial officer will have any right, title, or interest in the Leased Premises.

40.37. FEDERAL  MARITIME  COMMISSION  REQUIREMENTS. The Port

Authority shall comply with all approval or filing requirements relating to this Lease under federal laws or regulations administered by the Federal Maritime Commission and Fortress shall fully comply with all such approval or filing requirements relating to commercial carrier and/or marine terminal operator schedules. If it is determined by the Federal Maritime Commission or by either of the Parties that this Lease is subject to approval or filing requirements under federal laws or regulations administered by the Federal Maritime Commission, the Parties, in cooperation with each other, will promptly comply with said requirements. If the activities and operations of Fortress at Port Authority pursuant to the provisions of this Lease result in a determination that Fortress is a marine terminal operator and if the charges, fees, rates and other income received by Fortress from others in connection with the activities and operations of Fortress as a marine terminal operator are subject to approval or filing requirements under federal laws or regulations administered by the Federal Maritime Commission, Fortress shall promptly comply with said requirements as a marine terminal operator, including any required tariffs. If the Federal Maritime Commission by a duly entered order disapproves of any of the provisions of this Lease subject to the jurisdiction or regulations of the Federal Maritime Commission, the particular disapproved provisions will be deemed null and void and of no force and effect, with all of the remaining provisions of this Lease remaining in full force and effect.

41.38. RADON GAS STATUTORY NOTICE. Pursuant to section 404.056(5), Florida Statutes, Radon is a naturally occurring radioactive gas that, when it has accumulated in a building in sufficient quantities, may present health risks to persons who are exposed to it over time. Levels of radon that exceed federal and state guidelines have been found in buildings in Florida. Additional information regarding radon and radon testing may be obtained from the county health department.

42.39. 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 Port Authority are public records of the Port 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 Fortress transmitted by Fortress to the Port Authority may be a public record subject to disclosure to a requesting third person (not a party to this Lease). If the Port Authority receives a request by a third party for the disclosure of any such public records relating to Fortress, the Port Authority shall immediately


notify Fortress of said request; however, in no event will the Port Authority delay production of the public records in order to provide notice to Fortress. The Port Authority will comply with said request to the extent required by law, unless Fortress institutes an appropriate legal proceeding or suit against the Port Authority and/or the third person to restrain or otherwise prevent the particular public records’ disclosure. If Fortress institutes any such legal proceeding or suit and the Port Authority incurs any attorneys’ fees, costs, damages, or penalties in connection with or because of the legal proceeding or suit, Fortress shall pay to the Port Authority an amount equal to the total amount of said attorneys’ fees, costs, damages, or penalties. Fortress 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 are 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 Port Authority and Fortress 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. Fortress agrees, to the extent required by law, to:

  1. keep and maintain public records that ordinarily and necessarily would be required by the public agency in performing the services of the Lease;

  2. provide the public with access to the public records under the same terms and conditions that the Port Authority would provide the records and at a cost that does not exceed the cost provided for by law;

  3. 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

  4. meet all requirements where retained public records and transfer, at no cost, to the Port Authority, all public records in possession of Fortress, 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, Fortress agrees that all records stored electronically will be provided to the Port Authority in a format that is compatible with the information technology systems of the Port Authority. Fortress shall promptly provide the Port Authority with a copy of any request to inspect or copy public records that Fortress receives and a copy of Fortress’s response to each request. Fortress understands and agrees that failure to provide access to the public records will be a material breach of the Lease and grounds for termination.

IF FORTRESS HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO FORTRESS’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: (941) 722-6621, RECORDSCUSTODIAN@SEAPORTAUTHORITY.ORG, PORT AUTHORITY, 300 TAMPA BAY WAY, SUITE ONE, PALMETTO, FL 34221.


43.40. 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 as 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 Fortress: Property Development, LLC University Parkway, Suite 201, Lakewood Ranch, FL 34240 Attention: Mark Stout

E-Mail: mark@fortress2020.com

With a copy to: William S. Galvano, Esq.

Grimes Galvano

1023 Manatee Avenue West Bradenton, FL 34205 bgalvano@grimesgalvano.com

If to the Port Authority: Manatee County Port Authority

Attention: Executive Director 300 Tampa Bay Way, Suite One Palmetto, Florida 34221 cbuqueras@portmanatee.com


With a copy to: Bryant Miller Olive P.A.

400 Tampa Street, Suite 1600

Tampa, Florida 33602 Attention: Jennifer Cowan, Esq. 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.

44.41. CONTROLLING LAW. The enforcement of this Lease and the interpretation of the provisions of the Lease are controlled and governed by the laws of the State of Florida. Any action or proceeding brought by Fortress against the Port Authority for the enforcement of this Lease or the interpretation of the provisions of this Lease will be brought in a court of applicable jurisdiction in the State of Florida and the venue for any such action or proceeding will be solely in the Circuit Court of the 12th Judicial Circuit in Manatee County, Florida, unless the default implicates or involves a federal statute, regulation, order or permit in which case venue will be in the federal courts with the Middle District of the State of Florida, Tampa Division.

The Port Authority and Fortress recognize that this Lease involves relatively complex business transactions; that this Lease is lengthy, and its terminology is technical in nature and thus may be especially susceptible to misinterpretation; and in the event of a dispute as to rights and obligations under this Lease, a Judge rather than a jury would be the most efficient and


qualified trier of fact. Accordingly, the Parties are each desirous of leaving their respective rights to a jury trial with respect to any litigation or other legal proceedings relating to or arising out of or in connection with this Lease or its subject matter as follows:

EACH PARTY BY EXECUTION HEREOF DOES HEREBY KNOWINGLY, VOLUNTARILY AND INTENTIONALLY WAIVE, FOR THEMSELVES AND THEIR RESPECTIVE SUCCESSORS AND ASSIGNS, ANY RIGHT WHICH EITHER OF THEM MAY HAVE TO A TRIAL BY JURY IN RESPECT ANY LITIGATION, ACTION, SUIT, OR PROCEEDING WHETHER AT LAW OR IN EQUITY BASED ON THIS LEASE, ANY AMENDMENT OR ADDITION TO THIS LEASE, OR ANY COURSE OF CONDUCT, COURSE OF DEALING (WHETHER ORAL OR WRITTEN) OR ACTIONS OF EITHER PARTY OR THEIR RESPECTIVE BOARD MEMBERS, OFFICERS, PRINCIPALS, EMPLOYEES, AGENTS, OR REPRESENTATIVES IN CONNECTION HEREWITH, WHETHER ARISING IN CONTRACT, TORT, OR OTHERWISE. NO PARTY SHALL SEEK TO CONSOLIDATE ANY LITIGATION, ACTION, SUIT, OR PROCEEDING WITH ANY OTHER ACTION IN WHICH A JURY TRIAL CANNOT BE OR HAS NOT BEEN WAIVED. THIS PROVISION IS MATERIAL AND MUTUAL INDUCEMENT TO ENTERING INTO THIS LEASE.

45.42. AMENDMENTS. This Lease may not be modified, amended, or altered except by in a written document prepared with the same formality and of equal dignity as this Lease and executed by the Port Authority and Fortress.

46.43. WAIVER AND DELAY. No waiver or delay in enforcing the terms of this Lease will be construed as a waiver of any subsequent breach. No waiver of any portion of this Lease will be effective unless it is in writing and signed by the party against whom it is asserted.

47.44. NO  THIRD-PARTY  BENEFICIARIES. Neither the Port Authority nor Fortress intends to benefit a third party directly or indirectly by this Lease. Therefore, the Port Authority and Fortress agree that this Lease does not and is not intended to confer any rights or remedies upon any person or entity other than the Parties.

48.45. LEASE ADMINISTRATION. The Port Authority authorizes the Executive Director of the Port Authority, or his or her designee, to administer the terms and conditions of this Lease on behalf of the Port Authority and to make all managerial decisions on behalf of the Port Authority as they relate to the provisions of this Lease, including, but not limited to, those decisions in this Lease at the sections entitled “Purpose,” “Term,” “Improvements,” “Maintenance,” “Approvals and Permits,” “Signs,” and “Utilities.” “

49.46. INTERPRETATION. The captions and headings contained in this Lease are for reference purposes only and will not affect the meaning or interpretation of this Lease. Whenever used in this Lease, the singular number will include the plural, the plural the singular, and the use of any gender will include all genders. The word including is to be construed without limitation unless otherwise expressly provided. References to specific law must be construed as including any and all laws, which subsequently amend, extend, consolidate, or replace the specific laws involved. References to specific standards, codes of practice, and/or guidelines must be construed as including any and all amendments, supplements, redrafts, and/or substitutes. This Lease will


not be construed more or less favorably with respect to either party as a consequence of the Lease having been drafted by one of the Parties. The language agreed to expresses their mutual intent and the resulting document may not, solely as a matter of judicial construction, be construed more severely against one of the Parties than the other. The Parties acknowledge that they have sought and received whatever competent advice and counsel was necessary for them to form a full and complete understanding of all rights and obligations in this Lease and that the preparation of this Lease has been their joint effort. This Lease, including all exhibits and addenda attached to this Lease, and other documents referenced in this Lease contain the complete Lease of the Parties for the Leased Premises. As used in this Lease, “business day” means any day that is not a Saturday, Sunday or a holiday recognized by Port Authority in its Tariff.

50.47. AUTHORITY TO EXECUTE. Each of the Parties covenants to the other Party that it has lawful authority to enter into this Lease, that the governing body of each of the Parties has approved this Lease and that the governing body of each of the Parties has authorized the execution of this Lease in the manner set forth below.

51.48. COUNTERPARTS; SIGNATURES. This Lease will become effective upon its execution by all of the undersigned. This Lease may be executed in counterparts, each of which constitutes an original and all of which together will constitute one and the same instrument. Signatures may be given via facsimile or e-mail transmission and will be deemed given as of the date and time of the transmission of this Lease to the other party.

52.49. SEVERABILITY. In the event that any one or more of the provisions contained in this Lease is, for any reason, held to be invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability will not affect other provisions of this Lease.

53.50. ENTIRE AGREEMENT. This Lease sets forth the entire agreement between the Parties as to the subject matter hereof and supersedes all previous written or oral negotiations, agreements, bids, and/or understandings. There are no understandings, representations, warranties, or agreements with respect to the subject matter hereof unless set forth explicitly in this Lease.

54.51. FORCE MAJEURE AND ABATEMENT OF PAYMENTS. Acts, events,

incidents or occurrences which would constitute an Event of Default by Fortress under the provisions of this Lease which happen or occur solely as a result of acts of God, natural disasters or other circumstances which Fortress could not have foreseen that happen or occur through no action, fault, inaction, negligence or other conduct by Fortress, its agents, contractors, employees, invitees, licensees, servants, or subcontractors will not be deemed an Event of Default by Fortress of this Lease. Except to the extent set forth below, the provisions of this paragraph will not apply to acts, events, incidents or occurrences caused by business events, economic factors or market conditions affecting or impacting upon Fortress or the activities and operations of Fortress upon the Leased Premises. Notwithstanding the foregoing, Fortress shall immediately take reasonable effort or steps to cure, remove or restore the conditions caused by any such act, event, incident or occurrence so that the activities, facilities and operations of Fortress upon the Leased Premises are placed as nearly as practicable in the condition and at the level as same existed prior to any such act, event, incident or occurrence. If a special event of force majeure occurs, the Parties shall confer and agree upon the extent thereof, methods facilitation or


removing such event and possible modifications to this Lease. If said matters are not agreed upon in writing within ninety (90) days after the date of such event, Fortress shall have the right to terminate this Lease without penalty upon Fortress giving the Port Authority written notice of said termination.

55.52. FEDERAL MARITIME COMMISSION REQUIREMENTS. The Authority

shall comply with all approval or filing requirements relating to this Lease under federal laws or regulations administered by the Federal Maritime Commission and Lessee shall fully comply with all such approval or filing requirements relating to commercial carrier and/or marine terminal operator schedules. If it is determined by the Federal Maritime Commission or by either of the Parties that this Lease is subject to approval or filing requirements under federal laws or regulations administered by the Federal Maritime Commission, the Parties, in cooperation with each other, shall promptly comply with said requirements. If the activities and operations of Lessee at Port Manatee pursuant to the provisions of this Lease result in a determination by the Federal Maritime Commission that Lessee is a marine terminal operator and if the charges, fees, rates and other income received by Lessee from others in connection with the activities and operations of Lessee as a marine terminal operator are subject to approval or filing requirements under federal laws or regulations administered by the Federal Maritime Commission, Lessee will promptly comply with said requirements as a marine terminal operator including any required tariffs. If the Federal Maritime Commission by a duly entered order disapproves of any of the provisions of this Lease subject to the jurisdiction or regulations of the Federal Maritime Commission, the particular disapproved provisions will be deemed null and void and of no force and effect, with all of the remaining provisions of this Lease remaining in full force and effect.


[Remainder of this Page Intentionally Blank; Signature Pages Follow]


IN WITNESS WHEREOF, the Parties have caused this Lease to be duly executed in duplicate this the       day of         , 2024 to be effective on the Effective Date.

ATTEST:


ANGELINA M. COLONNESO

Clerk of Circuit Court

By:                   

Name:                 

MANATEE COUNTY PORT AUTHORITY

Governing Board

By:                       

                   , Chairman


WITNESSES: FORTRESS PROPERTY DEVELOPMENT LLC



Name:                 

By:                         Name:                       Title:                   


Name:                


EXHIBIT “A”


Leased Premises

See sketch and legal description attached hereto and incorporated herein by reference.

Commented [JRC1]: Bill - Exhibit missing.

October 17, 2024


AGENDA ITEM 6.: EXECUTIVE DIRECTOR EVALUATION DISCUSSION


BACKGROUND:


On February 15, 2018, the Authority entered into an Employment Agreement with Mr. Carlos Buqueras subsequently amended on June 12, 2018, by the First Amendment to Employment Agreement and on July 28, 2020, by the Second Amendment to Employment Agreement. The Employment Agreement provides for annual evaluations of the Director’s performance of his duties and responsibilities including all performance measures, goals and objectives established between the Authority and the Director. The Authority’s legal counsel will provide a summary of the short-form evaluation provided to the Authority Members.


ATTACHMENT:

N/A


COST AND FUNDING SOURCE:

N/A


CONSEQUENCES IF DEFERRED:

N/A


LEGAL COUNSEL REVIEW: Yes


RECOMMENDATION:

N/A