Loading...
Item #05 Award of Bid #B11-03 Asphalt Paving Projects for Prairie Lake Blvd, Sawmill Blvd, and Columbus St. <\:‘e center of Good Liv OCOEZ _ - ? _ k AGENDA ITEM COVER SHEET Meeting Date: July 19, 2011 Item # 5 Reviewed By: Contact Name: Joyce Tolbert Department Director: Contact Number: 1516 City Manager: s Subject: Award of Bid #B11 -03 Asphalt Paving Projects for Prairie Lake Blvd., Sawmill Blvd., and Columbus St. (District 3: Johnson & District 4: Keller) Background Summary: The City of Ocoee, Florida (City) solicited bids from qualified contractors to furnish labor, supervision, materials, equipment, supplies and incidentals for the asphalt paving projects for Prairie Lake Blvd, Sawmill Blvd, and Columbus St. The construction generally consists of an asphalt stabilized base course from a mixture of the existing bituminous concrete pavement and existing base course material. In addition, the contractor shall furnish and install asphalt pavement on the recycled road base. All work of this contract shall conform to the applicable technical specifications of Florida Department of Transportation (FDOT) "Standard Specifications for Road and Bridge Construction" Latest Edition, and "Roadway and Traffic Design Standards" Latest Edition including any amendments thereto. The Contractor shall acquire his own copies of the FDOT Standards. Issue: Award the contract for the asphalt paving of Prairie Lake Blvd., Sawmill Blvd., and Columbus St. to The Middlesex Corporation. Recommendations: Staff recommends that the City Commission award Bid #B11 -03 to The Middlesex Corporation in the amount of $316,514.55 once the required bonds and insurance are obtained, and authorize the City Manager to approve change orders to this contract up to the limit of his purchasing authority for each change order and up to the budgeted amount for this project for all change orders. There is adequate funding available from this fiscal year's budget plus the carry forward funding from last fiscal year. Attachments: 1. Bid Tabulation 2. Middlesex bid 3. APAC bid 4. Ranger bid 5. Roadway Mgmt bid 6. Invitation to Bid #B11-03 7. Addendum #1 Financial Impact: There is $300,000 available in this fiscal year's budget, plus $76,708 carried forward from last fiscal year's budget, for a total of $376,708. Type of Item: (please mark with an 'x') Public Hearing For Clerk's Dept Use: Ordinance First Reading Consent Agenda Ordinance Second Reading Public Hearing Resolution Regular Agenda X Commission Approval Discussion & Direction Original Document/Contract Attached for Execution by City Clerk X Original Document/Contract Held by Department for Execution Reviewed by City Attorney N/A Reviewed by Finance Dept. N/A Reviewed by ( ) N/A 2 Mayor he c of Good LR, Commissioners S. Scott Vandergrift 'g Gary Hood, District 1 Rosemary Wilsen, District 2 City Manager Johnson, District 3 Robert Frank 'm��" % Joel Keller, District 4 STAFF REPORT TO: The Honorable Mayor and City Commissioners FROM: Joyce Tolbert, Purchasing Agent DATE: June 27, 2011 RE: Award of Bid #B11 -03 Asphalt Paving Projects for Prairie Lake Blvd., Sawmill Blvd., and Columbus St. ISSUE Award the contract for the asphalt paving of Prairie Lake Blvd., Sawmill Blvd., and Columbus St. to The Middlesex Corporation. BACKGROUND /DISCUSSION The City of Ocoee, Florida (City) solicited bids from qualified contractors to furnish labor, supervision, materials, equipment, supplies and incidentals for the asphalt paving projects for Prairie Lake Blvd, Sawmill Blvd, and Columbus St. The construction generally consists of an asphalt stabilized base course from a mixture of the existing bituminous concrete pavement and existing base course material. In addition, the contractor shall furnish and install asphalt pavement on the recycled road base. All work of this contract shall conform to the applicable technical specifications of Florida Department of Transportation (FDOT) "Standard Specifications for Road and Bridge Construction" Latest Edition, and "Roadway and Traffic Design Standards" Latest Edition including any amendments thereto. The Contractor shall acquire his own copies of the FDOT Standards. The bid was publicly advertised on May 15, 2011 and opened on June 7, 2011. There were a total of four (4) bids received. Bidder Total Bid 1. The Middlesex Corporation $ 316,514.55 2. Roadway Management Inc. $ 338,728.95 3. APAC- Southeast, Inc. $ 344,601.48 4. Ranger Construction $ 392,321.05 All bids are available in the Finance Department for review. The Public Works and Finance Departments reviewed all bids received. It is staff's recommendation that The Middlesex Corporation offers the lowest responsive and responsible bid in terms of qualifications and price. There is adequate funding available from this fiscal year's budget plus the carry forward funding from last fiscal year. 1 p r o- -I - O - , "" m CO v D m Z7 ,ZI 1I A N J O N 0 O D g 0* N 3 ]' N (l o A 2 Q y J] N a () m D a= c D a c g m y m N c (n O F6 3 o m r E3 CD `D m ,z En Dr , 2.00 v Z-E 3 0- - aa' c m D C m m w c w O y ° m y 3 o D O o o a a CO CO 3 F I s 1 a N m w a o W J O N OO 3 z D go -o o 0 m W o m z N 3 - N ; N N 0 C (0 O 7 N a 3 <o ' F Qo < a o c m m N < N N r -4 < 0 N - - O N a o. m 0 0 Z -0 < °3 . o c 0 3 co D 3 N 2 v y o 0 3 3 0 z o0 D O ' Z u o * 1 Z c o N N • N m j' r _ ( O N (D tn c T m F3 Fri D m N < m O N y O o < m ° r= m • m - m o a d C C C 0 C C < C o W CO CO 9. CO W O W ,� N -1 1 -1 -E XI y O O O O O O O o j D D D D D D O D r r r r r o r - - V V N N m ( , T N 0 O O m CO O CO CO O 0 CO -< (D 10 01 CD V (T c z NJ N O V - D 71 En EA i0 0 EA EA En En En En 0) 0 0 2 0) A N UT CO O W V N 0 m Q en D 0 O 0) N O (D A in W N 0 co CT W A 0) N A ET V CO 0 `< `< a '< c r -4 01 N O N 0 a CD _ o ° y D W En 69 En �-+' En En En En En En En EA Efl A En EA -. O _. co W co EA O) En N N N < A A 0 01 N N --• N CO o) 0) CO Ul W OO O O 0) W O N - A 0) J W W In A 0) (0 A V V V O Z O W V 0 (P 0 A (D 01 (D 0-. CO A 0 0) 0) 0) A G) - CO A U) N N 0 0 0 99 01 N ) 03 3 0 01 0 O A 0 0 0 0 0 V W W N N O A O) - (p O O m 13 0 0 0 0 W W 0 0) A O 0 (T 0 (T 0 0 0 0 73 C Z 0 N N -1 = m n CO W 0 N U o N O W O A a (T e o N o '4, i.13 O A 0 m OT N CT O 0 0 0 0 0 0 0 D< 0 a 11 - I m m c m 0 O O X di W -1 � EA EA EA EA EA En to FA EA > CO. W EA -49 EA A EA 0 0O 311 J W J <D EA EA A xi 01 N J A CO CO CO OD N N N A CO CO W _ = Q D CO In In (O In O O 01 N 09 09 0 (0 o W O IT In _ _ A co - A (0T 01 0 0+ Co T W W A A V 0 W 0 0 n ■ D_ 0 in 0 C O 0 e 0) 0 00 O O -I O CT O IV O O 03 000 0 0 0 0 0 0 0 yo0out o o m N C C r W c c) r D z D m `' w v A w A D7 x N .. O CO E; 'v, 5 Z r • JJ 0 0 1 0 . (1T • N O N -• A 0 m 6 N < O ) O) 0 (T a7 N U CO 0O 0 0 0 0 0 0 O O 0 0 (T 0 0 O 1< `< a `< 0 D 8 g N O - 1 0 N N O N J > o D N D EA en 69 1 a W fn En EA EA EA ffl V) EA FA EA EA D n CD EA (0 N (D N CO N 0 EA A EA A W W r E N V (O V A A U V CO (09999999 0) 0) 7 CJ - OO NJ V V 01 N CO N 0O A N o N (D in 01 .1l ti r N _ O W N 0 O CO W O O O V A A (T A 0 0 r 000 ° - - ! - ' N N J N O A O O O 0 O 0 0 0 O o (D in A 0 O -+ Ut 0 0 0 O O m CO U, 0 0 0 O O O O O o 0 (n o Ut o 0 0 0 r c < Z p 0 1 2 N A -0 a 0 3 0 EA EA ,z) En EA EA En EA EA En 0 0 I V CO 0 01 - W 0 W 0) -• O m Q C 0,0 0 (TA 0 01 o, 0 m 0 0 0 0 O 0 0 0 0 0-. 0 N N Q m W o N N j N c -4 a 3 In W EA EA EA En En En En En En En D W 6A 05 N (D N CO CO CO EA (T En N EA En r j CO W CO W N N N V A CO O 0) 0) A W N A A J 0) V (D O O O N V 'co o O) N 0- (T 01 (T I' ' N (T co, O O O CT 01 CO Co Co A A N CO (D 0 0 CO 0 0 0 0 0 A (D A 0 0 A N A 0 V 0 O f7 n O 0 0 0 O 0- Ut 0) 0 0 0O in (T O N 0 O m (n 0 0 0 0 0 0 0 0 0 0 (T 0 0 0 Ut O O c z 1 v A n m - 0 1 D r v co En En En En En En EA En EA En E0 En En En EA En En XI 0 0 0 0 0 0 0 0 0 o 000000 0 0 n b 000 0 0 0 0 0 6000,600 0 0 m 0 0 O O 0 0 0 0 0 0 0 0 0 0 0 0 O O c z 1 v A 0 m i O D r v A_ 0 En En En En En EA EA EA En EA EA En En En En En En O O o o O O O o 0 0 0 0 0 0 0 0 0 0 0 O o 0 o O 0 0 0 0 0000000 0 0 m 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 CO td 1 . w.: o cn w g W N j 1—i b o o y cz w N N N N Q er A) O O O O "d d _, '1. C to e C W u) 0 0 0 J N M LA N � V Q@ p O ((0 0 00 O G 00 d ~ � 7 Ei m (D C a t c 0 —= n m 1-1 m v) IQ v) G C7 v, 5 r b h .< -< ,-C n i c O , ..1 = o r 'G > pc O � f -1 `� pp�� K w K 'i A w O. C17 O n 5 0 o p p' P- t, V' yv y�y' 0 CD O by 0 y3 B CA" 5 E - 0 a F r s a y, til < S bd co G j ,-3 w c CO O b0 r c7. n H 0 rn cr .69 cp y y .... H 1tF o in E., Can rte O N O W O 11 , 11 o 0 0 C9 11 S F a N O N N N 4 CD 8 .•. N A c o o -co v (n 0 r. "O W W .A A v o W 0 0 ,,, . 0 0 g cn 0 0 0 01 o 0 0 w td — tSi cn cn , 4 , 0 cn ui La '773 b O b 1 ,. 1 :1 -. h.) •-•-• t t tO CA __ t g14 0 g 6- cro --I tv oo oo aci 1 -d =. ■.o vo to * CD c) 5: at 7:i 16 r 4 A a a CT) a 1 d-1,4 ., .., x 1 . 0 n ; til S CD ... • C4 crc ,!.., A (-) cn -ET -C3 r■ ..,;) -'• ..., JO I.r- 4 0:1 fa Lv ›' C --3 5. n .4 0 cr,..1 . c 1 0 0 # , .- '..0 tid m y o 0 - '... g 0 .....- 5... .. cil lei* Fj 1:1 5' • : 0 w cn 1 3 On 4 lij o 0 II b II b k) o o 0 __.:, i ',:,'•-;-=' cA — fn ,En Eft -Eft 0 CO N i r ,. CO CO CD Co ...& b b •P N 0. '..; - r.-- - 0 0 ■1 0 0 _.. al CT) La b b Co b 'co cz 0 0 0 0 0 Cd i O Z Lo b Fn qi .. Gy a, rn ea p- s ro o N o y H E Q ft USG a < 1 : 1 o 0 7Q i • N n o o 1G��77 p: z o y 4 ; - P L.. x a a , 1 . 5 o a s..� o n � 1 � ice'' to s 4 r or w °w Y ,, i bd b rb < n r.,,... . ,..., d o �' , a � � o . vc O 14 P 5 4 e L fl I m N K 0 ` n 0 CA r ,.,„ „... - -- Le to o G W rn W II IA cri p I e�fft� 69 b9 f J a) ) A to in O O Av .. cn o 0 g w td td . I I •11 iA 6 :4ri v) ,...... > O O 1 ! ..,Y 1 0 re t' i .,'■ '17 t) _ '-)::&- 11) ).-4 kiC < td e 0 to ci) mi. _ g • .< ._. cx, a, 0 cc n P t — V L--,'' La. EL n LA tt 2 w p+ to e 7Z C (1) ■... ,,,,, ..:. ■ o PA o n C) ,- - 8 a. 2 0 .. r• I-L -c, ■-. x• 0 a . L., 0 a. -0 cn El 0 o )> c0 tli ° .4 0 ..-1, • (-) R W ei" g to . , ... 1-0 „ 0 w 14) F P . .• n < = V 0 ■.. . . , r g ,,,, ,;'' ",, , I .... ; — ... „. 0 o %,...) . 7rJ a t 1 7 4 tA -IA til in- CA in- in- in- i 0 CA 0 p Lu V N 0 . 7 5. .4 P .-r.. E. 8 ,:,.;, . II ii li , ...., 'ii lA in- VI in in if■ -Vr i 7 00 00 LO Ln 2 , ,u.1 CO rs..1 NJ ...P. P p r . L. t.o , i.o .o. 0 CII •---1 V is, i.) t.0 . 4=• 01 I 60 NJ 0 0 , 0 Lit 0 0 O k'r -. 8 0 I I 1 ' H• b Q I Lo Ca acs o 0 o t~ fir., r ., kJ tcl (/� W < J J P d 2 I oC et) s 1j °° p 00 0 w C g 07 In .-r - f I ^ y pC A �at�'. G1 (I) 3 ,.--) JG ^ Ts o 4 to ct. y ( ' a zz b C7 w a � w 4 cr o ¢. 0 B id y v 9 ct. -- :,..-- ,... g 0 v. ..,... , r 2..._. 0 ..,... r, N a. .0 5. +. O rn .� 7d c I. C'' N Cr N O _g `� t _- e N o v E W �. u n r., I N N V--) N OD l!1 Ir A VD to O , ' : i,/ zfflc a, I'm ° w 0 t o . W W V O1 A `7� O t W 0 tz cits z ` Ct■ ON 0- •• • E o N o : .. - -' • In a (D 01 f-+ 1--w 1 ck . ._, - 10 co ''w w g old .r.' L.2. r M . ;• G1 cn cn : , ro 'CO a A ��yyy ; : S' Y I. •-- P m. 4J .+EC 1 7Q . "2 : - › c j bq '� .' • W b F o6 �• ir ok `° Bo il bo is Y O cr9 .,,, . H ,. r rn ih lA • 1 o 0 H 11 11 c ; • ate_ •0 Yi ■ o IL, O N , ■•• W •-.1 al 11 ' i 00 8 0 0 O O CC td 1 0 C ,� 4 W N 4 a' F' " t W O O u) O ^T o c> 1-i o -• w N iJ N N r o Ito o 0 0 o cm ti b 0 @ O 1. b Vi J 6 v o iiii v) as va „ n w Z Z t. . z c„ Z ] Y k z . std t 7 `,4 0 co p. tT1 O a. � 11 ^ '� 4J .^. C1 iS1aj: v 0 0 '. � ' w , r �o'�' • O 4) ,.' .C., ti I 0 g t ( _ J . -. ` r h� w o p v o � 4th, i .0 d ...3 0 1 Sr 0 H °'" ° 11 11 11 cA ... 6"`• ...45" e, ,.....0 04 c to P o o • =4 o a a •,nr >• 'o d1 p c co W ,: to o En Vi p a' w bd 4 _,, o a .p. : gt.. 0 t., " r t."1 II , w - ... „ 0 cr0 00 00 70 `‹ ril 1 0 p t . ... � '� 111 _ td s r ( � a —: 2 W in in cA o W a Z r H bd cg • : � O r g , -0 Is p� N MI i�. ': ' b O r p3 s l E. 5 n� E �o CA ' rn .1 .11 v + p (.2 0 wv Q 0, _o , W 0 a _} 0 to o z' 0 ON r' w C ?Y to ,—, i ;; t, Nq b �. co to �-- ;e = :: s�:_. = 8 ti,t_,„ tV:1 H 9 - }'r n Y C1 ti .-d . .. H , •±._ Na 4 '' ;. r CV ' r0W ^r ` r O W 4 Ku :, nH �a• l..y 2 H u) j " CI] iz a II II W e.D %. . -.k W O O 4.' : 0 o 0 4=3 . _ eci to -. - f 1 ,...0 . _ -.. > O O u) o VI 0 = m 'CS G.) t`..) t•-) k) N 2 ... 6 6 b 6 o - A) )••( SIE ,. o: r . . . 1:X1 ?;.: . 1 "‹ on i7i 74. 't-,- ,r T i ...'" -P. c:r■ w -P. Ob t ,— .-t oc) 0—■ oo c) 0 co r) 01 P tC1 E a . , m , cA ttel CA Ft' ■ P 1 CT, 0 ... ,- -Iv o > rri PJ >4 CD m P -`6' - a 2 0 . • ri •-, O'' P ... CD . 5 D, --..,, • 0 R. 'Cl o H O o k g , • I r. = _ p s \ < .g c c - D ) -..•.,:.. 4 td CR ot) 1:, 4-. ..k. 0 (\ ,..••• o . td , V) 3 0 V) ( Z■ V ITN ...- (1) k il 0 - 3 0 0 "z )-1 ,-, *--- es o o , „.. : II II II --------....- „.... L -s) -IN ,t■ .-... Lx3 '--% N... '.... ■,., . Cr'■ ts1 ), k..11 , . l' ...Z ■ , ' N.) . q ' 1 t 1 0 Ilkii ■c) 8 C° Iv- \ C . . o to a ; cz o' ; a. C G1 ,.. f coo '‹ r 0, a : ri �' 0 F-1 °• 4 o TA i C3 H z b w C a a g ro cra ,k a w y T � y oli od R , Ilk g cl ro: 5 0 .0 g .....st,L., r i ,..., .., n ----,,, 4 CZ Iv a m 5 , , 4 n ,,,-,,,p. n oa i_ .. , , r O - - — i 7, • ._p �- H H H o O g. II 4o w I " („ � 5 % V ■ �$ 0 4 Q J ,' o W v ia 1 ° o \ o 0 o 'z. ,_. G,. a„ r- :,,,i e '71 )7 C1:1 W y z . Li w w p' g . t . -' 65 O nl w °c c) tr x r .. b V Ill ,.. ." ffi .IIIb' P--] 4 Y e m ' R )1i ... Z t �1 p.:.,::' .. Celbo 1 i4: 'T VI O ' ...' . V E . f P i il 11 Um 11 M 1/41 LA) 1 to lQ t Q I, Mayor e C e nter of Good v Commissioners S. Scott Vandergrift bhp Gary Hood, District 1 ''" - Rosemary Wilsen, District 2 City Manager C' 0 ji Rusty Johnson, District 3 Robert Frank :.. t� Joel Keller, District 4 T Florida CITY OF OCOEE INVITATION TO BID #B11 -03 ASPHALT PAVING PROJECTS FOR PRAIRIE LAKE BLVD SAWMILL BLVD & COLUMBUS ST. City of Ocoee • 150 N Lakeshore Drive • Ocoee, Florida 34761 phone: (407) 905 -3100 • fax: (407) 905 -3194• www.ocoee.org TABLE OF CONTENTS FOR BID #B11 -03 ASPHALT PAVING PROJECTS FOR PRAIRIE LAKE BLVD, SAWMILL BLVD, & COLUMBUS ST. BID DOCUMENTS Section Page Legal Advertisement 3 Bid Instructions 4 - 6 General Terms & Conditions 7 - 18 List of Subcontractors*, p. 17 Equipment Listing *, p. 17 References /Experience *, p. 17 Summary of Litigation*, p. 18 Acknowledgement of Addenda*, p.18 SCOPE OF WORK, BID FORM, AND PLANSHEETS C1 — C8 Section Page Exhibit A — Scope of Work 19 Exhibit B — Bid Form* 29 -31 Exhibit C — Performance & Payment Bond Forms 32 Exhibit D — Type S Asphalt Concrete Quality Assurance & Acceptance Procedures 37 Company Information and Signature Sheet *, p. 36 Plansheets C1 -C8, also available as .pdf attachments on Demandstar. *Submit with Bid End Table of Contents 2 B11-03 Asphalt Paving Projects Invitation to Bid The City of Ocoee, Florida, (the "City ") is soliciting sealed bids for the following project: Bid #B11 - 03 Asphalt Paving Projects for Prairie Lake Blvd, Sawmill Blvd, & Columbus St. Bids will be received at the office of Joyce Tolbert, CPPB Purchasing Agent, Finance/Purchasing Department, Second Floor, 150 North Lakeshore Drive, Ocoee, Florida 34761 until 2:00 pm, local time, on June 7, 2011. Bids received after that time will not be accepted under any circumstances. Sealed Bids that have been timely received will be publicly opened and read aloud at that time. No Pre -bid conference is scheduled at this time. Prospective bidders may secure a copy of the documents required for submitting a bid through OnvialDemandstar by accessing the City's website at http: / /www.ocoee.org under Finance /Purchasing. Partial sets of the documents required for submitting a bid will not be issued. By using Onvia/Demandstar, prospective bidders will be provided with all addendums and changes to the project requirements; Fees may apply for non - members. Membership with Onvia/Demandstar is not required to submit a bid. Persons other than prospective bidders may inspect the documents required for submitting a bid at the Ocoee City Hall City Clerk's Office, 150 N. Lakeshore Drive, Ocoee, FL 34761. Persons inspecting the documents at the City Clerk's office that request copies will be required to pay a fee as prescribed by statute. Beth Eikenberry, City Clerk, May 15, 2011. rt 3 B11-03 Asphalt Paving Projects r CITY OF OCOEE INVITATION TO BID #B11 -03 ASPHALT PAVING PROJECTS FOR PRAIRIE LAKE BLVD, SAWMILL BLVD, & COLUMBUS ST. INTENT: Sealed bids for Bid #B11 -03 will be received by the City of Ocoee, hereinafter called "City" or "Owner," by any person, firm, corporation or agency submitting a bid for the work proposed, hereinafter called "Bidder ". The proposed Contract will be for the labor, supervision, materials, equipment, supplies and incidentals for the asphalt paving projects for Prairie Lake Blvd, Sawmill Blvd, and Columbus St. in the City of Ocoee as listed under the "Scope of Work/Bid Form" section of this Invitation to Bid. BIDDING INSTRUCTIONS: A. Each Bidder shall furnish the information required on the bid form supplied and each accompanying sheet thereof on which an entry is made. Bids submitted on any other format shall be disqualified. Please check your prices before submission of bid, as no changes will be allowed after bid opening. Bids must be typewritten or handwritten using ink. Do not use pencil. No erasures are permitted. Mistakes may be crossed out and the correction typed adjacent and must be initialed and dated by the person signing the bid. Bid documents must be signed by a legally responsible representative, officer, or employee and should be properly witnessed and attested. All bids should also include the name and business address of any person, firm, or corporation interested in the bid, either as a principal, member of a firm, or general partner. If the Bidder is a corporation, the bid should include the name and business address of each officer, director, and holder of 10% or more of the stock of such corporation. B. Any questions or concerns regarding this bid should be addressed in writing to the Finance Department, City of Ocoee, FL, Attention: Joyce Tolbert, CPPB, Purchasing Agent (407) 905 -3100, extension 1516, fax (407)905 -3194, or email preferred jtolbert @ci.ocoee.fl.us , and must be received not later than 2:00 P.M. on May 31, 2011. Any clarifications /changes will be made by way of written addenda only, issued by the Finance Department. Bidders should not contact other City staff or other City consultants for information before the bid award date. Any contact with any other member of the City Staff, City Commission, or its agents during this time period may be grounds for disqualification. C. This bid must be received as one (1) original and two (2) copies, of the required submittals only, by the Finance Department not later than 2:00 P.M., local time, on June 7, 2011. Bids received by the Finance Department after the time and date specified will not be considered, but will be returned unopened. "Postage Due" items will not be accepted. Bids transmitted by fax or e-mail will not be accepted. Bids shall be delivered in a sealed envelope, clearly marked with the bid number, title, and opening date and time to: City of Ocoee Finance Department Attention: Joyce Tolbert, CPPB, Purchasing Agent 150 N Lakeshore Drive Ocoee, FL 34761 -2258 D. Bids will be publicly opened and read aloud in the Ocoee City Hall Conference Room, 150 N. Lakeshore Drive, Ocoee, Florida 34761 -2258 at 2:01 P.M., or as soon thereafter as possible, on the above - appointed date. Bidders or their authorized agents are invited to be present. The actual contract award will be made by the Ocoee City Commission at a later date. Please be aware that all City Commission meetings are duly noticed public meetings and all documents submitted to the City as a part of a bid constitute public records under Florida law. 4 B11-03 Asphalt Paving Projects E. All Bidders shall thoroughly examine and become familiar with the bid package and carefully note the items which must be submitted with the bid, such as: a) Bid Security in the form of a Cashier's or Certified check or Bid Bond; b) List of References/Experience; c) List of Subcontractors /Temporary Worker Agencies; d) Equipment Listing; e) Summary of Litigation; f) Bid Form g) Any other information specifically called for in these Bid Documents. F. Submission of a bid shall constitute an acknowledgment that the Bidder has complied with Paragraph E. The failure or neglect of a Bidder to receive or examine a bid document shall in no way relieve it from any obligations under its bid or the contract. No claim for additional compensation that is based upon a lack of knowledge or understanding of any of the Contract Documents or the scope of work will be allowed. All items quoted shall be in compliance with the bid documents /scope of work. G. No Pre -Bid Conference has been scheduled for this project. H. Any response by the City to a request by a prospective Bidder for clarification or correction will be made in the form of a written addendum communicated through Onvia/Demandstar issued not later than twenty -four (24) hours before bid opening. It shall be the responsibility of each prospective Bidder to obtain a copy of all issued Addenda. The City reserves the right to issue Addenda concerning date and time of bid opening, at any time up to the date and time set for bid opening. In this case, bids that have been received by the City prior to such an addendum being issued will be returned to the Bidder unopened. In case any Bidder fails to acknowledge receipt of any such Addendum in the space provided in the bid documents, its bid will nevertheless be construed as though the Addendum had been received and acknowledged. Submission of a bid will constitute acknowledgment of the receipt of the Bid Documents and all Addenda. Only interpretations or corrections provided by written Addenda shall be binding on the City. Bidders are cautioned that any other source by which a Bidder receives information concerning, explaining, or interpreting the Bid Documents shall not bind the City. I. Any of the following causes may be considered as sufficient for the disqualification of a Bidder and the rejection of its bid: a) Submission of more than one (1) bid for the same work by an individual, firm, partnership or corporation under the same or different name. For purposes of this subparagraph, firms, partnerships or corporations under common control may be considered to be the same entity; b) Evidence of collusion between or among Bidders; c) Being in arrears on any of its existing contracts with the City or in litigation with the City or having defaulted on a previous contract with the City; d) Poor, defective, or otherwise unsatisfactory performance of work for the City or any other party on prior projects that, in the City's judgment and sole discretion, raises doubts as to Bidder's ability to properly perform the work; or e) Any other cause which, in the City's judgment and sole discretion, is sufficient to justify disqualification of Bidder or the rejection of its bid. J. CONVICTED VENDOR LIST (PUBLIC ENTITY CRIME). 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 an 5 B11-03 Asphalt Paving Projects award to provide any goods or services to a public entity, may not submit a bid on an award 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 award with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in section 287.017 for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. [See s. 287.133(2)(a), Florida Statutes.] K. FLORIDA PUBLIC RECORDS LAW. In accordance with Chapter 119, Florida Statutes, and, except as may be provided by Chapter 119, Florida Statutes, and other applicable State and Federal Laws, all Bidders should be aware that the Bid and the responses thereto are in the public domain and are available for public inspection. Bidders are requested, however, to identify specifically any information contained in their bids that they consider confidential and /or proprietary and that they believe to be exempt from disclosure, citing specifically the applicable exempting law. All bids received in response to this Invitation to Bid become the property of the City and will not be returned. In the event of an award, all documentation produced as part of the contract will become the exclusive property of the City. No bid may be withdrawn for a period of ninety (90) days after the time and date scheduled for the bid opening. A request for withdrawal or a modification of a bid may be submitted to the Purchasing Agent, in writing, at any time prior to the deadline for submitting bids. After expiration of the deadline for receiving bids, no bid may be withdrawn or modified. The City reserves the right to accept or reject any or all bids, to waive formalities, technicalities or irregularities, to request clarification of information submitted in any bid, or to re- advertise for new bids. The City may accept any item or group of items of any bid, unless the Bidder qualifies its bid by specific limitations. The City may accept one or more bids if, in the City's discretion, the City determines that it is in the City's best interest to do so. The City reserves the right to award the contract to the Bidder which, in the City's sole discretion, is the most responsive and responsible Bidder. The City reserves the right, as an aid in determining which bid is responsible, to require a bidder to submit such additional evidence of Bidder's qualifications as the City may deem necessary, and may consider any evidence available to the City of the financial, technical, and other qualifications and abilities of a Bidder, including past performance (experience) with the City and others. The City Commission shall be the final authority in the selection of any and all bids. (Remainder of page left blank intentionally). 6 B11-03 Asphalt Paving Projects GENERAL TERMS & CONDITIONS: 1. BID SECURITY: a) Each proposal must be accompanied by a Cashier's /Certified Check upon an incorporated bank or trust company or a Bid Bond in an amount equal to five percent (5 %) of the amount of the bid. A combination of any of the former is not acceptable. Cash or company check will not be accepted as Bid Security. The cashier's check or Bid Bond is submitted as a guarantee that the respondent, if awarded the Contract, will after written notice of such award, enter into a written Contract with the City and as a guarantee that the respondent will not withdraw its bid for a period of ninety (90) days after the scheduled closing time for the receipt of bids, in accordance with the accepted bid and bid documents. Please note that Cashier's /Certified Checks will be deposited. b) In the event of withdrawal of said bid within ninety (90) days following the opening of bids, or respondent's failure to enter into said contract with the City or failure to provide the City with other requirements of the contract documents or the bid invitation after issuance of Notice of Intent to Award by the City, then such respondent shall be liable to the City in the full amount of the check or bid bond and the City shall be entitled to retain the full amount of the check or to demand from the Surety the penal sum of the bid bond as liquidated damages and not a penalty. c) Surety companies executing bonds shall be duly insured by an insurer or corporate surety and signed by a licensed agent who holds a current Power of Attorney from the surety company issuing the bond. d) The cost of the required bond and required insurance coverage is to be included in the respondent's overhead and is not eligible for reimbursement as a separate cost by the City. e) The checks of the three (3) most favorable respondents will be returned within three (3) days after the City and the successful respondent have executed the contract for work or until the 91 day after bid opening, whichever is earlier. The remaining checks will be returned within thirty (30) days after the opening of bids. Bid Bonds will be returned upon request following the same criteria as a check. 2. PERFORMANCE AND PAYMENT BONDS a) The Successful Respondent shall furnish the City with a State of Florida 100% Performance and a 100% Payment Bond written by a Surety Company acceptable to the City. Surety companies executing bonds shall be duly insured by an insurer or corporate surety and signed by a licensed agent who holds a current Power of Attorney from the surety company issuing the bond. The attached Performance and Payment Bond Forms shall be used. b) The cost of the Payment and Performance Bonds shall be borne by the Successful Respondent. The bonds shall be accompanied by duly authenticated or certified documents, in duplicate, evidencing that the person executing the Bonds in behalf of the Surety had the authority to do so on the date of the bonds. The date of the certification cannot be earlier than the Agreement. 3. DEFAULT: As a result of bids received under this Invitation, the award of the contract may be based, in whole or in part, on delivery and specification factors. Accordingly, should the Contractor not meet the delivery deadline(s) set forth in the specifications or should the Contractor fail to perform any of the other provisions of the specifications and/or other contract documents, the City may declare the Contractor in default and terminate the whole or any part of the contract. Upon declaring the Contractor in default and the contract in whole or in part, the City may procure and/or cause to be delivered the equipment, 7 B11-03 Asphalt Paving Projects supplies, or materials specified, or any substitutions thereof and the Contractor shall be liable to the City for any excess costs resulting therefrom. In the event the Contractor has been declared in default of a portion of the contract, the Contractor shall continue the performance of the contract to the extent not terminated under the provisions of this paragraph. Where the Contractor fails to comply with any of the specifications, except for delivery deadline(s), the City may, in its discretion, provide the Contractor with written notification of its intention to terminate for default unless prescribed deficiencies are corrected within a specified period of time. Such notification shall not constitute a waiver of any of the City's rights and remedies hereunder. 4. PATENT INDEMNITY: Except as otherwise provided, the successful Bidder agrees to indemnify the City and its officers, agents, and employees against liability, including costs and expenses for infringement upon any letters patent of the United States arising out of the performance of this Contract or out of the use or disposal by or for the account of the City or supplies furnished or construction work performed hereunder. 5. PRICING: Pricing should be provided as indicated on the Scope of Work/Bid Sheet attached, to include any alternate bids. Please note that alternate bids will not be accepted unless specifically called for on the Scope of Work/Bid Sheet. In case of a discrepancy between the unit price and extended price, the unit price will be presumed to be correct. Cost of preparation of a response to this bid is solely that of the bidder and the City assumes no responsibility for such costs incurred by the bidder. The Bid form may not be completed in pencil. All entries on the Bid form shall be legible. The City reserves the right, but does not assume the obligation, to ask a Bidder to clarify an illegible entry on the Bid form. If the Bid form requires that the Bid price, or constituent portions of the Bid price, be stated in unit prices and total price; the unit prices and the total price for the stated number of units identified on the Bid form should be provided by the Bidder and be correctly computed. If there is an arithmetical conflict, between the unit price stated by the Bidder on the Bid form and the total price stated by the Bidder on the Bid form, the unit price stated by the Bidder on the Bid form shall take precedence. The City may unilaterally correct such arithmetical conflict on the Bid form to calculate the total price, utilizing the unit prices that have been identified by the Bidder. The taking of such action by the City shall not constitute grounds for the Bidder to withdraw its bid nor shall it provide a defense constituting discharge of the bid bond. The City reserves the right, but does not assume the obligation, to waive any mistake, omission, error or other irregularity that may appear on the Bid form. However, the City reserves the right to reject as non - responsive Bid forms that are incomplete or contain information that is not required. a) The Bidder represents that the article(s) to be furnished under this Invitation to Bid is (are) new and unused (unless specifically so stated) and that the quality has not deteriorated so as to impair its usefulness. b) The prices in this bid have been arrived at independently, without consultation, communication, or agreement for the purpose of restriction competition, as to any matter relating to such prices with any other Bidder or with any competitor; c) Unless otherwise .required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the Bidder and will not knowingly be disclosed by the Bidder prior to opening, directly or indirectly to any other Bidder or to any competitor; 8 B11-03 Asphalt Paving Projects d) No attempt has been made or will be made by the Bidder to induce any other person or firm to submit or not to submit a bid for the purpose of restricting competition. Every contract, combination or conspiracy in restraint of trade or commerce in this State is unlawful (s. 542.18, Florida Statutes, and all applicable federal regulations); e) Bidder warrants the prices set forth herein do not exceed the prices charged by the Bidder under a contract with the State of Florida Purchasing Division; and f) Bidder agrees that supplies /services furnished under this quotation, if awarded, shall be covered by the most favorable commercial warranties the Bidder gives to any customer for such supplies /services and that rights and remedies provided herein are in addition to and do not limit any rights offered to the City by any other provision of the bid award. 6. DISCOUNTS: a) Trade and time payment discounts will be considered in arriving at new prices and in making awards, except that discounts for payments within less than 30 days will not be considered in evaluation of bids. However, offered discounts will be taken for less than 30 days if payment is made within discount period. b) In connections with any discount offered, time will be computed from date of delivery and acceptance at destination, or from the date correct invoice is received in the office of Finance, whichever is later. Payment is deemed to be made, for the purpose of earning the discount, on the date of City Check. 7. SAMPLES: Samples of items, when required, must be furnished free of expense to the City and, if not called for within fifteen days from date of bid opening, same will be disposed of in the best interest of the City. 8. AWARD CRITERIA: The contract will be recommended to be awarded to the overall lowest most responsive and responsible Bidder according to the following criteria: • Compliance with scope of work, specifications, terms, and conditions • Bid price • Warranty offered • Experience with similar work • Successful reference check 9. LITERATURE: If required by the scope of work, or the specifications, descriptive literature/brochures shall be included b' with this bid in order to properly evaluate make /model offered. Bids submitted without same may be considered non - responsive and disqualified. 9 B11-03 Asphalt Paving Projects 10. BID PROTESTS: All Bid Protests shall be submitted to the Purchasing Agent in the following manner: 1. A Bidder shall file a written bid protest under this Article or be barred any relief; oral protests shall not be acknowledged. 2. A bid protest shall be limited to the following grounds: (a) issues arising from the procurement provisions of the Project Manual, its addenda, and other bidding documents; and/or (b) applicable federal, state, or local law. No bid protest may be based upon questions concerning the design documents (drawings and specifications). The Bidder shall clarify all questions concerning the design documents of the project prior to submitting its bid. 3. The content of the bid protest shall fully state the factual and legal grounds for the protest and the legal basis for the relief requested. 4. The bid protest shall be filed with the Purchasing Agent not later than three (3) calendar days after the posting of the notice of intent to award or recommendation of award by staff, whichever is earlier. 5. The Purchasing Agent, on behalf of the Owner, shall make a determination of the merits of the protest not later than five (5) business days after receipt of the protest. If Owner denies the protest, Owner may proceed with award of the contract unless enjoined by order of a court of competent jurisdiction. 11. PAYMENT TERMS: Payment will be based upon monthly applications for payment properly submitted by the Contractor to the Owner and based upon the percentage of work complete. The Owner shall deduct ten (10 %) retainage until the job is fifty (50 %) complete. Subsequent to the fifty percent (50 %) completion milestone, Owner shall reduce retainage withheld on each payment application to five (5 %) retainage. All retainage amounts shall be paid when the work is complete, unless otherwise stated in the contract. Payment for all applications for payment for work properly completed shall be made, not later than the Twenty -fifth (25 business day after the date on which the properly submitted Application For Payment is initially received by the Owner. No payment will be made for materials ordered without proper purchase order authorization. Payment cannot be made until materials, goods or services, have been received and accepted by the City in the quality and quantity ordered. Any contract resulting from this solicitation is deemed effective only to the extent of appropriations available. The City of Ocoee, Florida has the following tax exemption certificates assigned: • Florida Sales & Use Tax Exemption Certificate No 85- 8013779974C -0; and • Pursuant to Chapter 212, Florida Statutes, the City is exempt from federal excise, state, and local sales taxes. 10 B11-03 Asphalt Paving Projects 12. CONTRACT: a) The successful Bidder, hereinafter referred to as "Contractor," will be required to enter into a contract with the City. The contract shall be a written agreement similar to the ASCE standard construction contract or City- issued purchase order. Construction time will be forty -five (45) days from the Notice to Proceed for substantial completion and sixty (60) days from the Notice to Proceed for final completion. b) The City may in its sole discretion award any additional work, whether in the existing area, or in any additional area, to any third party, or such work may be performed by the City's employees. Contractor will be expected to cooperate with any or all other Contractors who may be performing work for the City. 13. SAFETY REQUIREMENTS: The Bidder guarantees that the services to be performed and the goods to be provided herein, shall comply with all applicable federal, state and local laws, ordinances, regulations, orders and decrees, including without limitation such of the following acts as may be applicable: Federal Consumer Product Safety Act, Federal Fair Labor Standards Act, Occupational Safety and Health Act, Federal Hazardous Substances Labeling Act, Federal Flammable Fabrics Act, and any applicable environmental regulations. a) All contractors are required to comply with the Congressional Federal Register (CFR) of the U.S. Department of Labor, Occupational Safety and Health Administration (OSHA) Construction Industry, Part 1926, and CFR 1910, General Industry Standards, that are applicable in construction work. b) The prime contractor is not only responsible for the safety aspects of his operation and employees, but also that of all subcontractors on the job site. c) Assure that a certified first aid person is designated, phone numbers of physicians, hospital and ambulance services are posted (copy to Personnel Director, City of Ocoee) and that a first aid kit is available. d) All individuals are required to wear hard hats on all construction sites. e) Provide personal protective equipment that may be required for jobs in progress (e.g.: hard hats, safety glasses, respirators, ear protection, long pants and shirts, etc.). f) Observe the speed limit on City property. g) Construction areas cleaned daily; excavations must be barricaded or flagged until backfilled. In some cases, bracing, shoring and sloping may be required. h) Scaffolds shall have guard rails on all open sides and secured to prevent displacement. i) Powder actuated stud guns or low velocity and/or similar powder actuated tools require eye and ear protection as well as to ensure that all unauthorized personnel are well clear. j) Welding and cutting - a fire watch and appropriate fire extinguisher shall be provided and combustible materials cleaned up. k) All heavy equipment must have, where applicable, (a) back -up alarms, (b) boom angle indicator, ( c ) load chart, (d) reeving, (3) fire extinguisher, (f) condition of hook and other items in accordance with OSHA 1926.550 and ANSI B30.5. 1) Construction material shall not be stored so as to block exits. m) Ground fault circuit interrupters are required on all electrical circuits not part of the permanent wiring of the building. n) Personal fall protection must be provided at elevations exceeding ten (10) feet. 11 B11-03 Asphalt Paving Projects o) Per City Ordinance, any Contractor using construction dumpsters within the City of Ocoee must obtain these services through Superior Waste Services of Florida, Inc. 14. DRUG - FREE WORKPLACE: If applicable, provide a statement concerning the Bidder's status as a Drug -Free Work Place or evidence of an implemented drug -free workplace program. 15. CERTIFICATION OF NON - SEGREGATED FACILITIES The Bidder certifies that the Bidder does not and will not maintain or provide for the Bidder's employees any segregated facilities at any of the Bidder's establishments and that the Bidder does not permit the Bidder's employees to perform their services at any location, under the Bidder's control, where segregated facilities are maintained. The Bidder agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this Bid. As used in this certification, the term "segregated facilities" means any waiting room, work areas, time clocks, locker rooms and other storage and dressing areas, parking lots, drinking facilities provided for employees which are segregated on the basis of race, color, religion, national origin, habit, local custom, or otherwise. The Bidder agrees that (except where the Bidder has obtained identical certification from proposed contractors for specific time periods) the Bidder will obtain identical certifications from proposed subcontractors prior to the award of such contracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that the Bidder will retain such certifications in the Bidder's files. The non - discriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and implementations of rules and regulations prescribed by the U.S. Secretary of labor, are incorporated herein. 16. STATEMENT OF AFFIRMATION AND INTENT: The Bidder declares that the only persons, or parties interested in their bid are those named herein, that this bid is, in all respects, fair and without fraud and that it is made without collusion with any other vendor or official of the City of Ocoee. Neither the Affiant nor the above named entity has directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive pricing in connection with the entity's submittal for the above project. This statement restricts the discussion of pricing data until the completion of negotiations and execution of the Agreement for this project. The Bidder certifies that no City Commissioner, other City Official or City employee directly or indirectly owns assets or capital stock of the bidding entity, nor will directly or indirectly benefit by the profits or emoluments of this proposal. (For purposes of this paragraph, indirect ownership or benefit does not include ownership or benefit by a spouse or minor child.) The Bidder certifies that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with the City. In the event that a conflict of interest is identified in the provision of services, the Bidder agrees to immediately notify the City in writing. 12 B11-03 Asphalt Paving Projects '' The Bidder further declares that a careful examination of the scope of services, instructions, and terms and conditions of this bid has occurred, and that the bid is made according to the provisions of the bid documents, and will meet or exceed the scope of services, requirements, and standards contained in the Bid documents. Bidder agrees to abide by all conditions of the negotiation process. In conducting negotiations with the City, Bidder offers and agrees that if this negotiation is accepted, the Bidder will convey, sell, assign, or transfer to the City all rights, title, and interest in and to all causes of action it may now or hereafter acquire under the Anti -trust laws of the United States and the State of Florida for price fixing relating to the particular commodities or services purchased or acquired by the City. At the City's discretion, such assignment shall be made and become effective at the time the City tenders final payment to the Bidder. The bid constitutes a firm and binding offer by the Bidder to perform the services as stated. 17. PUBLIC ENTITY CRIME STATEMENT: All invitations to bid as defined by Section 287.012(11), Florida Statutes, requests for proposals as defined by Section 287.012(16), Florida Statutes, and any contract document described by Section 287.058, Florida Statutes, shall contain a statement informing persons of the provisions of paragraph (2)(a) of Section 287.133, Florida Statutes, which reads as follows: "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 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, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." All Bidders who submit a Bid or Request for Proposal to the City of Ocoee are guaranteeing that they have read the previous statement and by signing the bid documents are qualified to submit a bid under Section 287.133, (2)(a), Florida Statutes. 18. PERMITS/LICENSES /FEES: a) Any permits, licenses or fees required will be the responsibility of the contractor; no separate payments will be made. Permit fees are waived for any City of Ocoee permits required. b) The City requires a City of Ocoee registration if permitting is required. Please contact the City's Building Department at (407)905 -3100 extension 1000, directly for information concerning this requirement. c) Adherence to all applicable code regulations (Federal, State, County, and City) is the responsibility of the contractor. 13 B11 -03 Asphalt Paving Projects 1 9. INSURANCE REQUIREMENTS: The Contractor shall not commence any work in connection with an Agreement until all of the following types of insurance have been obtained and such insurance has been approved by the City, nor shall the Contractor allow any Subcontractor to commence work on a subcontract until all similar insurance required of the subcontractor has been so obtained and approved. Policies other than Workers' Compensation shall be issued only by companies authorized by subsisting certificates of authority issued to the companies by the Department of Insurance of Florida which maintain a Best's Rating of "A" or better and a Financial Size Category of "VII" or better according to the A.M. Best Company. Policies for Workers' Compensation may be issued by companies authorized as a group self - insurer by F.S. 440.57, Florida Statutes. a) Loss Deductible Clause: The City shall be exempt from, and in no way liable for, any sums of money which may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the General Contractor and/or subcontractor providing such insurance. b) Workers' Compensation Insurance: The Contractor shall obtain during the life of this Agreement, Worker's Compensation Insurance with Employer's Liability Limits of $500,000 /$500,000 /$500,000 for all the Contractor's employees connected with the work of this project and, in the event any work is sublet, the Contractor shall require the subcontractor similarly to provide Workers' Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. Such insurance shall comply fully with the Florida Workers' Compensation Law. In case any class of employees engaged in hazardous work under this contract for the City is not protected under the Workers' Compensation statute, the Contractor shall provide, and cause each subcontractor to provide adequate insurance, satisfactory to the City, for the protection of the Contractor's employees not otherwise protected. • Include Waiver of Subrogation in favor of the City of Ocoee c) Contractor's Public Liability and Property Damage Insurance: The Contractor shall obtain during the life of this Agreement COMMERCIAL AUTOMOBILE COVERAGE, this policy should name the City of Ocoee as an additional insured, and shall protect the Contractor and the City from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operations under this Agreement whether such operations be by the Contractor or by anyone directly or indirectly employed by the Contractor, and the amounts of such insurance shall be the minimum limits as follows: 1) Automobile Bodily Injury Liability & Property Damage Liability • $1,000,000 Combined single limit per occurrence (each person, each accident) • All covered automobile will be covered via symbol 1 • Liability coverage will include hired & non -owned automobile liability • Include Waiver of Subrogation in favor of The City of Ocoee 2) Comprehensive General Liability (Occurrence Form) - this policy should name the City of Ocoee as an additional insured and should indicate that the insurance of the Contractor is primary and non - contributory. • $2,000,000 GENERAL AGGREGATE • $2,000,000 PRODUCTS - COMPLETED OPERATIONS AGGREGATE • $1,000,000 PER OCCURRENCE • $1,000,000 PERSONAL & ADVERTISING INJURY • Include Waiver of Subrogation in favor of the City of Ocoee 3) Subcontractor's Comprehensive General Liability, Automobile Liability and Worker's Compensation Insurance: The Contractor shall require each subcontractor to procure and maintain during the life of this subcontract, insurance of the type specified above or insure the activities of these subcontractors in the Contractor's policy, as specified above. 11 5s 4) Owner's Protective Liability Insurance: As applicable for construction projects, providing coverage for the named insured's liability that arises out of operations performed for the named insured by independent contractors and are directly imposed because of the named insured's general supervision of the independent �.K 14 B1 1-03 Asphalt Paving Projects contractor. The Contractor shall procure and furnish an Owner's Protective Liability Insurance Policy with the following limits: $1,000,000, and per occurrence, $2,000,000. Aggregate and naming the City of Ocoee as the Named Insured. 5) Contractual Liability: If the project is not bonded, the Contractor's insurance shall also include contractual liability coverage to insure the fulfillment of the contract. NOTE: PUBLIC LIABILITY INSURANCE AND AUTOMOBILE LIABILITY INSURANCE, THE CITY SHALL BE NAMED AS ADDITIONAL INSURED. • $1,000,000 PER OCCURRENCE • $2,000,000 AGGREGATE 6) Commercial Umbrella: • $1,000,000 PER OCCURRENCE • $2,000,000 Aggregate • Including Employer's Liability and Contractual Liability 7) Builders Risk: • $100,000 Any (1) Location • $1,000,000 Any (1) Occurrence 8) Certificates of Insurance: Certificate of Insurance Form (see sample attached), naming the City of Ocoee as an additional insured will be furnished by the Contractor upon notice of award. These shall be completed by the authorized Resident Agent and returned to the Office of the Purchasing Agent. This certificate shall be dated and show: 9) The name of the Insured contractor, the specific job by name and job number, the name of the insurer, the number of the policy, its effective date, its termination date. 10) Statement that the Insurer shall mail notice to the Owner at least thirty (30) days prior to any material changes in provisions or cancellation of the policy, except ten (10) days written notice of cancellation for non - payment of premium. (remainder of page left blank intentionally) 15 B11-03 Asphalt Paving Projects .CORD.. CERTIFICATE OF LIABILITY INSURANCE DP ID JC DATE IMM'DOr/YYY) FRAZE - 11/04/04 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 1 • I INSURERS AFFORDING COVERAGE j NAIL i _ Itl INSURED ___ INSURER A: S B..t E.ci.o A• or *attar INSURER B. Contractor's Name IN SURER C: Address -- — INSURER 0 INSURER E. I COVERAGES THE POLICIES OF INSURANCE LISCE0 BELOW HAVE BEEN ISSUED TO THE INSURED NAME0 ABOVE FOR THE POLICY PERIOD INOICATEO. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONU(TION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN 15 SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONOITR)N5 DE SUCH POL'•CIE3. AGGREGATE l IMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS TNSR ����....0000 . ... —_- -- rol�I P 45500 IVE'P - DATE tM Plwl7T0R-- LIMITS .....— .._. - LTR )NSRC TYPE Of INSURANCE POLICY NUMBER DA IMWDOITS•I DATE l nTl [GENERAL LWtLITY EACH OCCURRENCE 5 1, 000, 000 UAAN4E IU HENSEU X IX-1 ¢mse} COMMERCIAL GENERAL LIABILITY PREMISES (Ea 0ur 150,000 fi c08usM*o 5 9 OCC MED EXP (Any One P. An) 05,000 PERSONAL d API INJURY 51,000,000 GENERAL AGGREGATE 32,000,000 GENT AGGNE.G IE p LI R MIIT APPLIE!PER [P ROCVCTS• COMPIOP AGO S 2,000,000 1 POLICY )( I JECT ri LOC t _.. AUTOMOBILE LIABILITY 1 COMBINED SINGLE 111417 S 1, 000, 000 X ANY 50010 (EEa145155) ALL OWNED AUTOS 0001LY INJURY 5 � SCHEDULED AUTOS (Per parson) - X HIRED AUTOS BODILY PUURY 5 X NON-OWNED AUTOS (P., attld•HO ROPER Y DAMAGE 5 P ^. 1oA,Aaeumuure AUTO ONLY• EA ACCIDENT 5 L ANY AUTO OTHER THAN EA ACC -5 AUTO ONLY AGO 5 EXCESaNAORELL UA15U5Y EACH OCCURRENCE 5 1, 000, 000_ X _jocose aims MADE f AGGREGATE 52,000,000 5 1 — 0554107151E i !-- -- 5 ; , RETEN510N 5 9T I• VTH- 5 WORXERS COMPENSATION AND X' TOR AIR I,• I ER EAIPLOYERS'LIABILITY E.L. EACHACC)DENT 1500,000 ANY PROPRIETOWPARTNER/EJIECUTIVE OFF-COL/MEMBER EXCLUDEOT El. DISEASE - EA EMPLOYEE S 500, 000 Eyn 4.155L PROVISIO0. under NS (Wow E.L. DISEASE • POLICY LIMIT $ 500,000 SPFCM OTHER Builders Risk Any 1 1,00 10.,q» Any 1 Occ 1,000,000 DESCRIPTION OF OPERATIONS I LOCATION3 I VEHICLE! I EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL 55041510N5 The insurance evidenced by this certificate shall name the certificate holders as an additional insured on the General Liability & Umbrella Liability. Workers' Compensation, Employers' Liability 5. General Liability shall contain a Waiver of Subrogation in favor of the certificate holder. The certificate holder is added as a rated i SZr R1i.1Li39 Risk. CERTIFICATE HOLDER CANCELLATION °COXED' SHOULD ANY OF THE ABOVE DESC RIM POLICIES BE CANCELLED BEFORE THE 115455TIOF DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO Mal 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, SLIT FMLUR5 TO 00 SO SHALL City of Ocoee IMPOSE NO OBLIGATION OR LIABILITY OF ANT KIND UPON THE INSURER, ITS AGENTS CR 150 N. Lakeshore Drive nE►REBENTATnES Ocoee FL 34761-2258 AUTHORIZED REPRESENTATIVE .CORD 25 (2001)05) sA • � _ 6i .CORD CORPORATION 198E tA p. 16 B11-03 Asphalt Paving Projects 20. LIST OF SUBCONTRACTORS: SUBCONTRACTOR and/or TEMPORARY WORKER AGENCY NAME /ADDRESS/FEDERAL I.D. NO. /CONTACT PERSON/PHONE #: (Attach additional sheets if necessary) The Bidder certifies that the Bidder has investigated each subcontractor /temporary worker agency listed and has received and has in the Bidder's files evidence that each subcontractor /temporary worker agency maintains a fully- equipped organization capable, technically and financially, of performing the pertinent work and that the subcontractor /temporary agency has done similar work in a satisfactory manner. It is further acknowledged by the contractor that any CHANGE or OMISSIONS in the subcontractors listed above shall require the City of Ocoee's approval before any work shall commence by the additional subcontractor on this project. 21. EQUIPMENT LISTING: Please list year, make & model of all equipment that will be used on City of Ocoee properties, including whether owned or leased. If leased please provide name of lessor. 22. REFERENCES/EXPERIENCE OF RESPONDENT WITH SIMILAR WORK The Bidder shall complete the following blanks regarding experience with similar type of work. Bidder must demonstrate ability to perform services of similar complexity, nature, and size of this project within past three years. DATE OF CONTRACT /AMOUNT OF PROJECT /CLIENT'S NAME AND ADDRESS/ TELPHONE NUMBER/EMAIL ADDRESS/NAME OF CONTACT 17 •G B11-03 Asphalt Paving Projects Have you any similar work in progress at this time? Yes No Length of time in business Bank or other financial references: (Attach additional sheets if necessary) 23. SUMMARY OF LITIGATION: Provide a summary of any litigation, claim(s), bid or contract dispute(s) filed by or against the Bidder in the past five (5) years which is related to the services that the Bidder provides in the regular course of business. The summary shall state the nature of the litigation, claim, or contact dispute, a brief description of the case, the outcome or projected outcome, and the monetary amounts involved. If none, please so state. 24. ACKNOWLEDGEMENT OF ADDENDA: Bidder acknowledges receipt of the following addenda: No. Dated No. Dated No. Dated No. Dated No Dated (remainder of page left blank intentionally) 18 B1 1-03 Asphalt Paving Projects CITY OF OCOEE BID #B11 -03 FOREST OAKS SUBDIVISION PRAIRIE LAKE BOULEVARD - ROAD RECLAMATION SAWMILL SUBDIVISION SAWMILL BOULEVARD MILLING AND RESURFACING COLUMBUS STREET MILLING AND RESURFACING SCOPE OF WORK Nature of the Work The City of Ocoee, Florida (City) is soliciting bids from qualified contractors to furnish an asphalt stabilized base course from a mixture of the existing bituminous concrete pavement and existing base course material. In addition, the contractor shall furnish and install asphalt pavement on the recycled road base. Refer to description of services and technical specifications provided herewith. All work of this contract shall conform to the applicable technical specifications of Florida Department of Transportation (FDOT) "Standard Specifications for Road and Bridge Construction" Latest Edition, and "Roadway and Traffic Design Standards" Latest Edition including any amendments thereto. The CONTRACTOR shall acquire his own copies of the FDOT Standards. All work is to be done in accordance with the drawings prepared by the City of Ocoee, the Measure and Payment section, below, and other bid documents. The total base bid price must include all costs required to complete the work, whether or not the materials and labor are explicitly listed. Quantities shown in the Bid Form are summarized from the plans. Such quantities are provided as an aid to preparing bids and are not binding on City as minimum quantities. Payment will be based on installed and accepted quantities. Work is to be performed during normal business hours of Monday through Friday between 7 am — 5 pm. Any work performed outside of these standard work hours must be authorized by the City of Ocoee Public Works Director. The City reserves the right to omit one or more bid items, as may be required to stay within the available project budget, when the work is awarded. If this occurs, the City or Contractor may seek to negotiate price changes for lump sum bid items that relate to the overall quantity of work, such as mobilization or maintenance of traffic. 19 B11-03 Asphalt Paving Projects MEASUREMENT AND PAYMENT 1.01 DESCRIPTION OF WORK This section defines the method which will be used to determine the quantities of work performed or materials supplied and establishes the basis upon which payment will be made. 1.02 ESTIMATED QUANTITIES Where quantities are shown they are approximate and are given only as a basis of calculation upon which the award of the Contract is to be made. CITY or ENGINEER do not assume any responsibility that the final quantities, nor shall CONTRACTOR claim misunderstanding because of such estimate of quantities. Final payment will be made only for the satisfactorily completed quantity of each item. 1.03 MEASUREMENT STANDARDS All work completed under the Contract shall be measured according to United States Standard Methods. 1.04 METHOD OF MEASUREMENT Measurement of Length: Unless otherwise specified for the particular items involved, all measurements of distance for items to be paid for on the basis of length shall be taken horizontally or vertically. Measurement of Area: In the measurement of items paid for on the basis of area of finished work, the lengths and/or widths to be used in the calculations shall be the actual dimensions measured along the surface of the completed work within the neat lines shown or designated. At intersections, the measurement used for length of side area will be measured from the outside edge of the width allowed along the main trench. 1.05 PAYMENT Lump Sum Items: Where payment for items is shown to be paid for on a lump sum basis, no separate payment will be made for any item of work required to complete the lump sum item within the limits of work shown or specified. Unit Price Items: Where payment for items is shown to be paid for on a unit price basis, separate payment will be made for the items of work described herein and listed on the Bid Form. Any related work not specifically listed, but required for satisfactory completion of the work, shall be considered to be included in the scope of the appropriate listed work items. 20 B11-03 Asphalt Paving Projects 1.06 COSTS INCLUDED IN PAYMENT ITEMS (IF APPLICABLE) No separate payment will be made for the following items and the cost of such work shall be included in the applicable pay items of work. • Clearing and grubbing (including disposal of excess material) • Trench excavation, including necessary pavement removal and removal of vegetative surfaces • Dewatering and disposal of surplus water • Structural fill, backfill, and grading • Manual excavation or soft digs • Replacement of unpaved roadways, grass and shrubbery plots • Cleanup • Foundation and borrow materials, except as hereinafter specified • Testing and placing system in operation • Any material and equipment required to be installed and utilized for tests • Pipe, structures, pavement replacement, restoration and/or appurtenances included within the limits of lump sum work, unless otherwise shown. • Maintaining or detouring of the traffic • Appurtenant work as required for a complete and operable system • Surface restoration including removal and replacement of trees (under 4 -inch diameter), shrubs, and sod disturbed by construction activities. • Relocation and/or replacement of irrigation systems disturbed by construction • Relocation and /or replacement of mail boxes disturbed by construction • Furnishing adequate sanitary facilities for workers • Adjustment of valve boxes • Erosion control mechanisms • Verification of existing survey • Maintaining Driveway Access for Residences Cleanup: CONTRACTOR's attention is called to the fact that cleanup is considered a part of the work of construction. No payment will be made until cleanup is essentially complete. At the end of each week of construction, the CONTRACTOR shall perform cleaning of the work site, to the satisfaction of the Owner, before proceeding to the next week's scheduled work. Work Outside Authorized Limits: No payment will be made for work constructed outside the authorized limits of work. 1.07 APPLICATIONS FOR PAYMENT Applications for payment shall be prepared by the CONTRACTOR and submitted to the CITY in accordance with the schedule established by the Conditions of the Contract and the Agreement. The applications for payment shall be submitted in the number and form established by the CITY at the Preconstruction Conference. 21 B11 Asphalt Paving Projects The form shall be completely filled out and executed by an authorized representative of the CONTRACTOR. Supporting data such as schedules of stored materials shall be attached to each copy of the application. 1.08 CHANGE ORDER PROCEDURE A Change Order is a written order to the CONTRACTOR signed by the CITY authorizing an addition, deletion or revision in the Work, or an adjustment in the Contract Price or the Contract Time which is issued after the execution of the Agreement. The following procedure shall be used in processing Change Orders: For Additions to the Work: The CITY shall issue a written order to the CONTRACTOR directing him to accomplish the additional work. The CONTRACTOR shall review the order and if he feels that the additional work entitles him to additional payment or additional time, he may submit a claim as prescribed in the Conditions of the Contract. For Deletions From the Work: The CITY shall issue a written order to the CONTRACTOR directing him to make the change. If the CITY feels that the Contract price should be reduced as a result of the change, the CITY shall make a claim for the reduction as provided in the Conditions of the Contract. Cost of the changes in the work shall be determined in accordance with the requirements spelled out in the Conditions of the Contract. Modifications to incorporate the changes in cost will be made as the amount of any change is determined. 1.09 BID ITEMS The following numbered paragraphs explain each of the bid items listed on the Bid Form. The paragraphs explain what is included in each item and how it will be paid. Bid Item No. 1.00 Mobilization / Demobilization and General Requirements and Restoration Mobilization shall be the preparatory work and operations in mobilizing for beginning work on the project, including, but not limited to, those operations necessary for the movement of personnel, equipment, supplies and incidentals to the project site, and if necessary the establishment of temporary offices, buildings, safety equipment and first aid supplies, sanitary and other facilities, as required by the Contract Documents and applicable laws and regulations. The cost of bonds, required insurance, and any other preconstruction expense necessary for the start of work, excluding the cost of construction materials, shall also be included in this item. Permitting is excluded and not the responsibility of the contractor. City of Ocoee shall provide (if necessary) custom signs or message board. In addition, payment for Quality Assurance Testing, general Maintenance of Traffic and General Construction Requirements, unless stated under separate bid items, shall be included under this bid item and shall include the CONTRACTOR' s overhead costs related specifically to this Contract. The contractor shall also be responsible for miscellaneous concrete and asphalt damage caused by paving equipment or trucks that must be traveled over to access paving areas. This includes valley gutters and concrete or brick pavers, asphaltic concrete that may be damaged during construction activities. Demobilization shall be the work of removing temporary facilities from the site The cost of any fencing, signs, markings, and other items necessary to secure each work site and to 22 B11-03 Asphalt Paving Projects notify the public as to the hazards present is explicitly included in this bid item. Insurance and indemnification costs are part of this bid item. FOREST OAKS SUBDIVISION PRAIRIE LAKE BOULEVARD - ROAD RECLAMATION Item 2.00 In -Place Road Reclamation (Items 2.01 to 2.04) City of Ocoee requires a competent Contractor to furnish an asphalt stabilized base course composed of a mixture of the existing bituminous concrete pavement and existing base course material. The manufacture of the asphalt stabilized base course shall be done by in -place crushing and blending of the existing pavement and base materials and the introduction of asphalt emulsion. The pulverization, blending, and addition of asphalt emulsion to the existing materials, which results in asphalt stabilized base course, shall be accomplished in accordance with these specifications. Technical Specifications for Asphalt Base Stabilization A. Description: This work shall consist of the preparation of an asphalt stabilized base course composed of a mixture of the existing bituminous concrete pavement and existing base course material. The manufacture of the asphalt stabilized base course shall be done by in -place crushing and blending of the existing pavement and base materials and the introduction of asphalt emulsion. The pulverization, blending, and addition of asphalt emulsion to the existing materials, which results in an asphalt stabilized base course, shall be accomplished in accordance with these specifications. In general, the contractor shall utilize equipment specifically manufactured to accomplish this work, which can effectively pulverize, crush, mix, and blend the material to be recycled. The equipment to be used must also have the capability of introducing an asphalt emulsion uniformly and accurately to the recycled materials. Mixing shall not be done during periods of rain or when the threat of rain is imminent. The reclaimer must be a 425 or more horsepower engine. The reclaimer must be capable of pulverizing and mixing the pavement, base materials, and sub -grade soil to a depth of .40m (16). It must be equipped with an emulsion storage tank with a capacity of at least three hundred gallons. When using emulsion out of the storage tank it must be metered through the reclaimer's automatic injection system. The contractor will furnish the asphalt emulsion (AE200 or superior based on certified lab test) to mix with the existing base. The contractor will furnish all equipment and operators necessary to assist with breaking, injection the roadbed, compacting and bringing to finish grade, the processed base. Portland cement may be used in lieu of asphalt emulsion as directed by the county in which case all work and materials shall conform to Section 270 of the recent FDOT Standard Specification for Road and Bridge Construction. The contractor will furnish all Maintenance of Traffic requirements, compliant to Section 102 of the most recent edition of the Florida Department of Transportation Specifications for Road and Bridge Construction. B. Construction Methods: The existing pavement and base material shall be crushed and blended to a minimum depth specified and the gradation shall be two and one half (2 %2) inches or under so that the entire mass of material shall be uniformly dispersed throughout the processed base minimum depth shall be the bottom of existing base material. The contractor shall then shape the base course material to line and grade and haul off surplus material before the second pass for emulsion injection. The contractor shall obtain the 23 B11-03 Asphalt Paving Projects services of a certified testing laboratory to sample the existing pavement and base material to provide a modified Marshall Test for road base design for processed material at a depth specified. The processed material shall meet the following requirements: Modified Marshall Stability 1500 Minimum Estimated Layer Coefficient .18 Minimum Residual Asphalt Content ( %) .0 to 4 Soil cement base course shall attain a minimum 7 day compressive strength of 300 PSI. Mixing shall not be done in any weather detrimental to the intended finished material. After the material has been processed, it will be the contractor's responsibility to add water to insure optimum moisture content, thoroughly compact, and finish grade. The completed asphalt stabilized base shall be tested for smoothness and accuracy of grade and if any portion is found to lack the required smoothness or accuracy, such portion shall be reshaped and re- compacted until the required smoothness and accuracy are obtained. The finished surface shall have a tolerance of one quarter inch, plus or minus, to the grade shown on the plans and cross section. The contractor shall be responsible for removing all excess material from curbs, yards, shoulders, etc., as directed by the County. Prior to start of recycling work, all water gates, manhole castings, and catch basins will be located and clearly marked for location. All work under this item shall precede one half widths at a time to allow for passage of through traffic. Access to property abutters is to be provided as necessary. The contractor must have the ability to work completely within an eleven (11) foot travel lane, to insure no impact to adjacent travel lanes, upon direction of contract manager. The contractor shall notify all affected residents of proposed work a minimum of seven (7) calendar days prior to start of work using a county approved door hanger. Contractor must provide and distribute door hangers. Testing: It will be the contractor's responsibility to obtain the services of a certified testing laboratory to make sure that the contractor has thoroughly compacted the stabilized base to not less than ninety -eight percent (98 %) of the maximum dry density at optimum moisture content using a modified Proctor Test, in accordance with the (AASHTO) -180. 3.01 Asphalt Pavement Payment for constructing asphaltic concrete surface course shall be made at the Contract unit price per square yard (SY) placed and accepted, based on a nominal thickness of 1' /2 ", as shown on the Drawings, and shall be full compensation for all labor, material and equipment required to do the work. Payment shall include quality control testing, cleaning, sweeping and tack coat. No extra payment will be allowed for asphalt greater than that necessary to achieve the required grade, unless directed by the CITY or CITY' s representative. Refer to FDEP Section 331 Type S Asphalt Concrete, Quality Assurance and Acceptance Procedures provided herewith. 24 B11-03 Asphalt Paving Projects SAWMILL SUBDIVISION SAWMILL BOULEVARD — MILLING AND RESURFACING 4.01 Milling Payment for milling existing asphaltic concrete pavement shall be made at the Contract unit price per square yard (SY), and shall include full compensation for all labor, material and equipment required to complete the work. Payment includes full compensation for all materials and equipment required to mill 1" of existing asphaltic pavement, hauling, and cleaning up of milled material, labor and other incidentals. The measurement for payment under this item shall be the actual number of square yards of specified road satisfactorily milled. All materials and workmanship shall conform to the FDOT Standard Specifications (latest edition) Section 327 - Milling of Existing Asphalt Pavement. 4.02 Asphalt Pavement Payment for constructing asphaltic concrete surface course shall be made at the Contract unit price per square yard (SY) placed and accepted, based on a nominal thickness of 1", as shown on the Drawings, and shall be full compensation for all labor, material and equipment required to do the work. Payment shall include quality control testing, cleaning, sweeping and tack coat. No extra payment will be allowed for asphalt greater than that necessary to achieve the required grade, unless directed by the CITY or CITY's representative. Refer to FDEP Section 331 Type S Asphalt Concrete, Quality Assurance and Acceptance Procedures provided herewith. 5.01 Pavement Markings Payment for temporary striping and thermoplastic striping, stop bars and RPMs shall be made at the Contract Lump Sum (LS), and shall be placed and accepted, based on the existing striping along the road, intersections and cross walks. COLUMBUS STREET — MILLING AND RESURFACING 6.01 Milling Payment for milling existing asphaltic concrete pavement shall be made at the Contract unit price per square yard (SY), and shall include full compensation for all labor, material and equipment required to complete the work. Payment includes full compensation for all materials and equipment required to mill 1" of existing asphaltic pavement, hauling, and cleaning up of milled material, labor and other incidentals. The measurement for payment under this item shall be the actual number of square yards of specified road satisfactorily milled. All materials and workmanship shall conform to the FDOT Standard Specifications (latest edition) Section 327 - Milling of Existing Asphalt Pavement. 6.02 Asphalt Pavement Payment for constructing asphaltic concrete surface course shall be made at the Contract unit price per square yard (SY) placed and accepted, based on a nominal thickness of 1", as shown on the Drawings, and shall be full compensation for all labor, material and equipment required to do the work. Payment shall include quality control testing, cleaning, sweeping and tack coat. No extra payment will be allowed for asphalt greater than that necessary to achieve the required grade, unless directed by the CITY or CITY' s representative. Refer to FDEP Section 331 Type S Asphalt Concrete, Quality Assurance and Acceptance Procedures provided herewith. 25 B11-03 Asphalt Paving Projects 5 Contractor Qualifications The prime contractor submitting a bid must hold either a Florida general contractor or underground contractor license. The party responsible for all work related to improvements that must conform to the requirements of the Florida Building Code, which may be a subcontractor, will be required to hold a State of Florida General Contractor's license. A City of Ocoee building permit will be required for any such improvement. Contractor will be required to secure the building permit, the cost of which will be waived by the City, and to schedule and pass related inspections performed by City staff. A state - licensed electrician will be required to secure a building permit for the electrical power requirements of the work, if any. Construction Schedule The construction period is 45 days to substantial completion and 60 days to final completion. Substantial completion is the point where all facilities may be used for the purpose intended with no significant "punch list" items remaining to be resolved. Note that there is no restoration phase of the work. Each bid item includes related restoration work as part of the bid item. Thus, any facility for which restoration has not been completed and accepted by the City cannot be considered to have reached the point of substantial completion. The construction warranty period begins on the date of substantial completion, which will be recorded using a certificate issued by the City and acknowledged by the Contractor. The Contractor will be required to furnish a confirmed start date and construction phasing schedule to the City at the preconstruction conference so the period of construction can be determined for each part of the work. The City can delay the start date shown on the Notice to Proceed to allow a reasonable time for approval of shop drawings, mobilization, and similar start-up actions. The City may levy liquidated damages in the amount of $250 for each day beyond the final completion date shown on the Notice to Proceed. The number of unfavorable weather days that are not included in the 60 -day construction period to Final Completion. The City will evaluate any time extension sought by Contractor in light of these built -in time considerations. Warranty Period The Contractor is to provide a minimum one -year warranty beginning on the date of substantial completion, as recorded on a certificate of substantial completion issued by the City to the Contractor. The City will perform periodic inspections of the work and note any items that require correction. Unless posing a danger to the public, potentially leading to further damage to the affected improvement if not corrected, the City will normally wait to compile a list of all required corrective actions and transmit it to the Contractor near the end of the warranty period. The period allowed for correction of all noted warranty repair issues is generally 30 days, but may be extended in consideration of the need to fabricate or receive necessary materials, arrange for the work to be performed by a subcontractor, and other reasonable causes. The notice of required corrective action will include the period allowed for correction. The City may levy liquidated damages in the amount of $250 for each day beyond the final completion date shown on the notice. Any corrective work provided may be subject to a warranty extension determined by the City, but in no case longer than one year in duration from the date of correction. Payments Contractor will be required to use the attached progress payment form and the final payment will need to be accompanied by a release of lien from all subcontractors and suppliers. 26 x B11-03 Asphalt Paving Projects APPLICATION AND CERTIFICATE FOR PAYMENT FORM Application No. Progress Payment Final Payment Contractor: Contract Date: Application Date: For Period Ending City Project No.: Account No.: P.O. No.: Project Name: B11 -03 Asphalt Paving Projects for Prairie Lake Blvd, Sawmill Blvd, & Columbus St. Construction Start Date: End Date: Construction Days - Elapsed: Remaining: 1. Original Contract Amount $ 2. Sum of Approved Change Orders to Date (from Table) $ 3. Current Contract Amount (Sum of Lines 1 and 2) $ 4. Total of Prior Pay Applications (including retainage) $ 5. Amount of this Pay Application (including retainage; from Bid Item Quantity Spreadsheet) $ 6. Total Earned to Date (Sum of Lines 4 and 5) $ 7. Retainage Held from Prior Pay Applications $ 8. Retainage to Be Held in this Pay Application $ 9. Total Retainage Held to Date (Sum of Lines 7 and 8) $ 10. Total Earned to Date Less Retainage (Line 6 minus Line 9) $ 11. Total Earned less Retainage for this Pay Application (Line 5 minus Line 7) $ Approved Change Orders Change Date Approved Date Accepted Total Change in Order No. by City by Contractor Contract Price Total (Write in Line 2, above) 27 B11-03 Asphalt Paving Projects Contractor's Certification The undersigned Contractor hereby swears under penalty of perjury that (1) all previous progress payments received from the Owner on account of Work performed under the contract referred to above have been applied by the undersigned to discharge in full all obligations of the undersigned incurred in connection with Work covered by prior Applications for Payment numbered 1 through inclusive; (2) all materials and equipment incorporated in said Project or otherwise listed in or covered by this Application for Payment are free and clear of all liens, claims, security interest and encumbrances; and (3) all Work covered by this Application for Payment is in accordance with the Contract Documents and not defective as that term is defined in the Contract Documents. Dated , 20 (Contractor) By (Name) (Title) COUNTY OF STATE OF Before me on this day of , 20 personally appeared , known to me, who being duly sworn, deposes and says that (s)he is the of the Contractor above mentioned; that(s) he executed the above Application for Payment and statement on behalf of said Contractor; and that all of the statements contained therein are true, correct and complete. Notary Public My Commission Expires Payment shown on Line 11 is recommended by City's Resident Project Representative: By: Date: (Authorized Signature) Owner's Approval By: (Authorized Signature) Date: (Title) 28 B11 -03 Asphalt Paving Projects a` O N O z CI eU w i4 W 11 II 11 a) Ali 0 0 0 H CA CA Z Z O a F-4 U o W 6. 6. r ; O o w a v C O p" O E� .. z CIJ - 0 Xoa A _ z a A 0 0.A ""Q Q a) z Q • ° 09 a o z E VD en 44 cl '4 o w -o a� o a o z a 1 W a4 d a as w¢ a ,— co O `. Q b a *0 Z '> CA g ea 0 .0 a v —' yr O W d > xx w a a) d d — N 0 0 0 h '� O a N N N N M .4 - N M El M C/p O C) *0 O a all W O M b O w, G a) iA DBE W 11 11 .6"" F� H r% q tj rj c oa te vD 0 c E-+ U • °- W V) ti A c ..... O w O O Nc„7 a o it sa. ct ° a 3 v H� � cat -c E a • A d tt Q M AJ A Q z et) '~ , Q — a, 0 W C7 F- E • r" h ~ a . 0 z , <1.) 0 U ct �, •o A > W 0.t 00 o E en Z 0 f:0 W a _ H �-+ N L a s O O O It E O O O :" = t r% O z M f7 O y O CIO . tol W 11 11 u A a w z 0 E1 t4 a oa z FU U,6 `� A •1 M a oa a Op0„3 © c A > AaZ 5 U a, a - w et Q Q en W M N CO � z ci ... u z vs x 1 '° 1 ..- : . a a a O 40 E 0 ao H A : a 4 Cr) z 0 U = EXHIBIT C PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS that , (hereinafter referred to as "Principal "), and , a corporation organized under the laws of the State of and licensed to do business in the State of , (hereinafter referred to as "Surety "), and held and firmly bound unto the City of Ocoee, Florida, as Obligee, (hereinafter referred to as "Obligee "), in the Penal Sum of , for the payment of which sum well and truly made, Principal and Surety bind themselves, their heirs, personal representatives, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has by written agreement dated ,entered into a contract, (hereinafter referred to as the "Contract ") with Obligee for the construction of Asphalt Paving Projects for Prairie Lake Blvd, Sawmill Blvd, & Columbus St. (hereinafter referred to as the "Project ") in accordance with the plans and specifications prepared by City of Ocoee, dated May, 2011; and NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH THAT IF Principal shall well and truly perform all the undertakings, covenants, terms, conditions, and agreements of said Contract including, but not limited to, the making of payments to persons or entities providing labor, materials or services to Principal under the Contract, within the time provided therein, and any extensions thereof that may be granted by the Obligee, and also during the life of any warranty or guaranty required under said Contract, and shall also well and truly perform all undertakings, covenants, terms, conditions, and agreements of any and all duly authorized and modifications of said Contract that may hereafter be made, and shall pay, compensate, indemnify and save harmless the said Obligee of and from any and all loss, damage and expense, or from any breach or default by Principal under the Contract, including, but not limited to, liquidated damages, damages caused by delays in performance of the Principal, expenses, cost and attorneys' fees, including appellate proceedings, that Obligee sustains resulting directly or indirectly from failure of the Principal to perform the Work identified by the Contract, then this obligations shall be null and void; otherwise, it shall remain in full force and effect and Surety shall be liable to Obligee under this Performance Bond. The Surety's obligations hereunder shall be direct and immediate and not conditional or contingent upon Obligee's pursuit of its remedies against Principal, and shall remain in full force and effect notwithstanding (I) amendments or modifications to the contract or contract entered into by Obligee and Principal without the Surety's knowledge or consent; (ii) waivers of compliance with or any default under the Contract granted by Obligee to Principal or by Principal to Obligee without the Surety's knowledge or consent; (iii) the discharge of Principal from its obligations under the Contract as a result of any proceeding initiated under The Bankruptcy Code of 1978, as the same may be amended, or any similar state or federal law, or any limitation of the liability of Principal or its estate as a result of any such proceedings; or (iv) any other action taken by Obligee or Principal that would, in the absence of this clause, result in the release or discharge by operation of law of the Surety from its obligations hereunder. B l 1 -03 Asphalt Paving Projects 32 ORLA 1529706.1 In the event that the Surety fails to fulfill its obligations under this Performance Bond, then the Surety shall also indemnify and save the Obligee harmless from any and all loss, damage, cost and expense, including reasonable attorneys' fees and other legal costs for all trial and appellate proceedings, resulting directly or indirectly from the Surety's failure to fulfill its obligations hereunder. This paragraph shall survive the termination or cancellation of this Performance Bond. The obligations set forth in this paragraph shall not be limited by the Penal Sum of this Bond. Any changes in or under the Contract or the Contract and compliance or noncompliance with any formalities connected with the Contract or the Contract or the changes therein shall not affect Surety's obligations under this bond, and Surety hereby waives notice of any such changes. Further, Principal and Surety acknowledge that the Penal Sum of this bond shall increase or decrease in accordance with approved changes or modifications to the Contract. The said Principal and the said surety agree that this bond shall inure to the benefit of all persons supplying labor and material in the prosecution of the work provided for in the said subcontract, as well as to the Obligee, and that such persons may maintain independent actions upon this bond in their own names. IN WITNESS WHEREOF, the Principal and Surety have executed this instrument under their several seals on the day of , 20_, the name and corporate seal of each corporate party being hereto affixed and these presents fully signed by its undersigned representative, pursuant to the authority of its governing body. Signed, sealed and delivered in the presence of: Principal By: (SEAL) (Official Title) Surety By: (SEAL) (Official Title) NOTES: If Principal and Surety are corporations, the respective corporate seal should be affixed and attached. Surety shall execute and attach a certified copy of Power of Attorney Appointing Individual Attorney -In -Fact for execution of Performance Bond on behalf of Surety. END OF SECTION B11 -03 Asphalt Paving Projects 33 } Statutory Payment Bond Pursuant to Florida Statutes, 255.05, et seq. KNOW ALL MEN BY THESE PRESENTS, THAT (hereinafter called the "Principal "), as Principal, and , a corporation organized and existing under the laws of the State of , hereinafter called the "Surety "), as Surety, are held and firmly bound unto the City of Ocoee, Florida, (hereinafter called the "Obligee "), by bond number in the sum of Dollars and Cents ($ ), for the payment of which sum well and truly to be made, the said Principal and Surety bind themselves, and their respective heirs, administrators, executors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a written Contract with the Obligee dated , 20 to perform, as Contractor, in accordance with the Contract and Contract Documents, which Contract and Contract Documents are hereby incorporated herein by reference. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal promptly makes payments to all claimants, as defined in Section 255.05 (1), Florida Statutes, that provide or furnish the Principal with labor, materials, or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Principal and the Surety agree that this Bond shall inure to the benefit of all claimants, as defined in Section 255.05 (1), Florida Statutes, that provide or furnish the Principal with labor, materials, or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in said Contract, and that any such claimant may maintain an independent action upon this Bond in its own name. The provisions of Florida Statutes, Section 255.05, et seq. are hereby incorporated herein by reference and made a part of this payment bond including, but not limited to, the notice and time limitation provisions in subsection (2). Any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in Section 255.05 (2), Florida Statutes. IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their several seals this day of , 20_, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. B11-03 Asphalt Paving Projects 34 (Seal) (Principal) By (Name & Title) (Signature) Witness or Secretary's Attestation (Seal) (Surety) By (Name & Title *) (Signature) Witness or Secretary's Attestation *Attach Power -Of- Attorney END OF SECTION B11 -03 Asphalt Paving Projects 35 BID #B11 -03 COMPANY INFORMATION /SIGNATURE SHEET FAILURE TO COMPLY WITH THESE BID INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR BID. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL BID INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORK/BID FORM" ARE ACCURATE AND WITHOUT COLLUSION. THE PERSON SIGNING THIS BID SHOULD HAVE THE LEGAL AUTHORITY TO BIND THE COMPANY INTO A LEGAL CONTRACT. COMPANY NAME TELEPHONE (INCLUDE AREA CODE) FAX (INCLUDE AREA CODE) E -MAIL ADDRESS IF REMITTANCE ADDRESS IS DIFFERENT AUTHORIZED SIGNATURE (manual) FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: NAME /TITLE (PLEASE PRINT) STREET ADDRESS CITY STATE ZIP FEDERAL ID # Individual Corporation Partnership Other (Specify) Sworn to and subscribed before me this day of , 20 e• Personally Known or Produced Identification Notary Public - State of (Type of Identification) County of Signature of Notary Public Printed, typed or stamped Commissioned name of Notary Public i B11 -03 Asphalt Paving Projects 36 EXHIBIT D TYPE S ASPHALT CONCRETE QUALITY ASSURANCE AND ACCEPTANCE PROCEDURES B11-03 Asphalt Paving Projects 37 SECTION 331 TYPE S ASPHALT CONCRETE, QUALITY ASSURANCE AND ACCEPTANCE PROCEDURES 331 -1 Description. 331 - 1.1 General: Construct a Type S Asphalt Concrete course (using the Quality Assurance acceptance system) using the type of mixture specified in the Contract, 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 Sections 280, 290, 331, 332, 333, 335, and 337. Where Type S Asphalt Concrete is specified in the Contract, if approved by the Engineer, the equivalent fine Type SP Asphalt Concrete mixture (Traffic Level C) meeting the requirements of Section 334 may be selected as an alternate at no additional cost to the Department. 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 Section 320. Meet the general construction requirements specified in Section 330. Table 331 -1 Bituminous Concrete Mixtures (Gradation Design Range) Type Total Aggregate Passing Sieves' 3/4 inch 1/2 inch 3/8 inch No. 4 No. 10 No. 40 No. 80 No. 200 [19.0 mml x12.5 mm] [9.5 mm] [4.75 mm] [2.0 mm] [425 p.m] [180 Eun] [75 p.m] S I 100 7 88 -98 75 -93 47 -75 31 -53 19 -35 7 -21 2 -6 s-n 83 -98 71 -87 62 -78 47 -63 33 -49 19 -35 9 -18 2 -6 S -111 100 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 -3 70 -100 30 -70 20 -60 10 -40 2 -10 FC -2 100 85 -100 10 -40 4 -12 2 -5 FC -3 100 88 -98 60 -90 40 -70 20 -45 10 -30 2 -6 In inches [mm] or sieves [gm]. • 2 100% passing 1 1/4 inch [31.5 mm] sieve and 94 to 100% passing 1 inch [25.0 mm] sieve. 3 I00% passing 11/2 inch [37.5 mm] sieve. 4 The Engineer may increase the design range for the No. 10 [2.00 mm] sieve for lightweight aggregates. 5 The Engineer may retain up to 1% on the maximum sieve size. Table 331 -2 Non SI Units Marshall Design Properties For Bituminous Concrete Mixes Minimum ** Mix Marshall Flow Minimum Air Minimum Effective VFA Voids Filled with Type Stability (� )1 VMA ( %) ��)s Asphalt Content ( %) Asphalt ( %) (lbs.) 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 750 -1,000 7 -15 15 5 -12 5.5 - III 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 Minimum Minimum Marshall Air Effective Stability Flow ** Minimum Voids Asphalt VFA Voids Filled with Asphalt Mix Type (kN) (mm) VMA ( %) ( %) Content ( %) ( %) 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 -111 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 Engineer will accept the work on a LOT to LOT basis in accordance with the applicable requirements of 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. 331 -1.2 Layer Thicknesses: 331 -1.2.1 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 1/4 inches [20 — 30 mm] Type S -I 1 1/4 — 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-111— 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. 331 -1.2.2 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 Engineer. 331 -2 Materials. 331 -2.1 General Requirements: Meet the material requirements specified in Division III. Specific references are as follows: Superpave PG Asphalt Binder or Recycling Agent 916 -1, 916 -2 Mineral Filler 917 -1, 917 -2 Coarse Aggregate, Stone, Slag or Crushed Gravel Section 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. 331 -2.2 Specific Requirements: 331 -2.2.1 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. 331 -2.2.2 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. 331 -2.2.3 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. 331 -2.2.4 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 Department's web site. The URL for obtaining this information, if available, is: www 11. myflorida. com/ statematerialsofficeBituminous /CentralB itLab /AsphaltCompositions /Composition s.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. Use a grizzly or grid over the RAP cold bin, in -line roller crusher, screen, or other suitable means to prevent oversized RAP material from showing up in the completed recycled mixture. If oversized RAP material appears in the completed recycled mix, cease plant operations and take appropriate corrective action. 4. Ensure that the RAP material as stockpiled is reasonably uniform in characteristics and contains no aggregate particles which are soft or conglomerates of fines. 5. Ensure that the RAP has a minimum average asphalt content of 4% by weight of total mix. The Department reserves the right to sample the stockpile in order that this requirement is met. When material milled from the project is used as a component of the asphalt mixture and a Composition of Existing Pavement is known, use the following procedures for obtaining representative samples for the mix design: 1. Cut ten 6 -inch [150 mm] cores in area(s) approved by the Engineer. Fill the core holes immediately prior to opening to traffic. 2. 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 Contract. 3. Submit a request in writing to the Engineer for any variance from the above outlined methods of obtaining samples for mix designs. When the RAP to be used as a component in a mix design is stockpiled from a previous DOT project and the Composition of Existing Pavement is known, design the mix and submit to the Department for verification. When the composition of stockpiled RAP to be used as a component in a mix design is not known, design the mix as follows: 1. Submit a bag of RAP, composed of samples from several locations in the stockpile(s), to the Department at least four weeks prior to the planned start of mix design. The Engineer will run viscosities on the reclaimed asphalt pavement and furnish the information to the Contractor. 2. Run a minimum of six extraction gradation analyses of the RAP. Take the samples at random locations around the stockpile(s). 3. Request the Engineer to make a visual inspection of the stockpile(s) of RAP. Based on visual inspection, the Engineer will determine the suitability of the stockpiled materials. 4. When the proposed mix design is submitted to the Department for verification, submit the data from the extraction gradation analyses required above. 331 -2.2.5 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 Engineer 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. 331 -2.2.6 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. 331 - 3 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. 331 - 4 General Composition of Mixture. 331 -4.1 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 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 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. 331 -4.2 Grading Requirements: In all cases, use a mix design within the design ranges specified in Table 331 -1. 331 -4.3 Mix Design: 331 -4.3.1 General: Prior to the production of any asphalt paving mixture, submit a mix design and representative samples of all component materials to the Department at least two weeks before the scheduled start of production. The Engineer will verify the mix design before use. Send a copy of the proposed mix design to the Engineer at the same time. (Open - graded mixes will be designed by the Engineer.) 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 um]) 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. 331 -4.3.2 Revision of Mix Design: Submit all requests for revisions to approved mix designs, along with supporting documentation, in writing to the Engineer. 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 Engineer. In no case will the effective date of the revision be established earlier than the date of the first communication with the Engineer regarding the revision. Provide a new mix design for any change in source of aggregate. 331 -4.3.3 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. 331 -4.3.4 Revocation of Mix Design: The Engineer 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 Engineer will no longer allow the use of the mix design. 331 -4.4 Contractor's Quality Control: 331 -4.4.1 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 Department and possesses a valid certificate of qualification. When it becomes evident to the Department that the Quality Control Technician cannot perform as required by the position, the Department will revoke the certification and require replacement with a certified technician. 331 -4.4.2 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 Department'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 Sid, or an amount greater than 99.0% passing the 3/8 inch [9.5 mm] sieve for Types S -111 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 gm] 4.5 No. 80* r* 180 p.m] 3 No. 200 [75 µm] 2 *Does not apply to SAI -IM, ABC -1 or Type II. 331 -4.4.3 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 Engineer, 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. 331 -4.4.4 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 Engineer 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 Department 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 Engineer is out of the specified range, adjust the binder formulation or blend of RAP in the mix to bring the viscosity within tolerance. 331 - 5 Acceptance Procedures. The Department will approve all materials for acceptance through the Department's Acceptance Procedures specified herein. The Engineer is responsible for determining the acceptability of the construction and materials incorporated therein. The Contractor 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 Department will perform all necessary sampling and testing for acceptance purposes on a random basis as specified herein, in addition to monitoring and observing the Contractor'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 Engineer for approval. Obtain the Engineer'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 Department 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 Department. 331 -5.1 Acceptance Plans: 331 -5.1.1 Payment Based on Acceptance Results: The Department 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. 331 -5.1.2 Resampling of LOTs: The Department requires that LOTs of materials, products, items of construction or completed construction meet the requirements of these Specifications at the time of submission. The Department will not take check samples for acceptance purposes. 331 -5.1.3 Referee System: The Department has established a referee system to verify the validity of the acceptance test results on LOTs at the asphalt plant. The Department will evaluate the acceptance test results with data from split samples run by the District and Central Labs. The Engineer 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 Engineer 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. 331 -5.2 Quality Control by the Contractor: Provide and maintain a quality control system that provides reasonable assurance that all materials, products and completed construction submitted for acceptance meet Contract requirements. Develop and maintain a quality control system in conformance with the following requirements: 1 1 CONTRACTOR QUALITY CONTROL SYSTEM I. SCOPE: These Specifications establish minimum requirements and activities for a Contractor quality control system. These requirements pertain to the inspections and tests necessary to substantiate material and product conformance to Contract requirements and to all inspections and tests required by the Contract. II. FUNCTIONS AND RESPONSIBILITIES: 1. The Department. The Department will verify the Contractor's design mixes, inspect plants and monitor control of the operations to ensure conformance with these Specifications. The Department will design all open - graded friction mixes (FC -2 and FC -5). At no time will the Engineer issue instructions to the Contractor or producer as to the setting of dials, gauges, scales and meters. However, the Department's representatives may question and warn the Contractor 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 Contractor. Submit in writing the proposed Quality Control Plan for each asphalt plant for the Engineer's approval. Maintain the approved Quality Control Plan in effect for the plant to which it is assigned until the Engineer rejects it in writing. Include in the plan the sampling, testing, inspection and the anticipated frequencies of each to maintain process control. A recommended series of sampling, testing and inspecting activities are shown in Table 331 -4. Table 331 -4 RECOMMENDATIONS FOR A CONTRACTOR QUALITY CONTROL PLAN A. All Types of Plants 1. Stockpiles a. Place materials in the correct stockpile. b. Use good stockpiling techniques. c. Inspect stockpiles for separation, contamination, segregation, etc. 2. Incoming Aggregate a. Obtain gradations and bulk specific gravity (BSG) values from the aggregate supplier. b. Determine gradation of all component materials. c. Compare gradations and BSG to mix design. 3. Cold Bins a. Calibrate the cold gate /feeder belt settings. b. Observe operation of cold feed for uniformity. 4. Dryer a. Observe pyrometer for aggregate temperature control. b. Observe efficiency of the burner. 5. Hot Bins a. Determine gradation of aggregates in each bin. b. Determine theoretical combined grading. 6. Bituminous Mixture a. Determine asphalt content. b. Determine mix gradation. c. Check mix temperature. d. Verify modifier addition. B. 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. C. 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. D. 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 Department 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: a. gradation of incoming aggregates b. gradation and asphalt content of RAP c. combined gradations of hot bins d. extracted asphalt content e. mix gradation f. 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 Engineer for verification prior to their use. Provide process control of all materials during handling, blending, mixing and placing operations. III. 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 Engineer for acceptance meet the Contract requirements. Perform, or have performed, the inspection and tests required to substantiate product conformance to Contract requirements, and also perform, or have performed, all inspections and tests otherwise required by the Contract. Keep a quality control technician, who has been certified by the Department as a Qualified Asphalt Plant Technician (Plant Level II), available at the asphalt plant at all times when producing asphalt mix for the Department. Place a person in responsible charge of the paving operations who is qualified by the Department as a Qualified Asphalt Paving Technician (Paving Level 11). Document the quality control procedures, inspection and tests, and make that information available for review by the Engineer throughout the life of the Contract. 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 Department may review and approve all documentation procedures prior to the start of the work. The Department will take ownership of all charts and records documenting the Contractor'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 Engineer 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 Department. The Engineer will furnish a copy of each applicable chart and form. Provide a supply of the charts and forms from the copy furnished. Obtain the Engineer'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 Department that the Contractor is not controlling his process and is making no effort to take corrective actions, the Department will require the Contractor to cease plant operations until such time as the Contractor 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: a. Area - Provide an effective working area for the laboratory that is a minimum of 180 ft [17 m This area does not include the space for desks, chairs and file cabinets. b. Lighting - Provide lighting in the lab adequate to illuminate all areas of work. c. Temperature Control - Equip the lab with heating and air conditioning units that provide a satisfactory working environment. d. 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. e. Equipment and Supplies - Furnish the lab with the necessary sampling and testing equipment, and supplies, for performing Contractor quality control and Department acceptance sampling and testing. A detailed list of equipment and supplies required for each test is included in the Field Sampling and Testing Manual. When running plants at a high production rate, furnish additional testing equipment as necessary to allow the completion of the Contractor's quality control tests and the Department's Acceptance tests within the specified time frame. 6. Sampling and Testing. Use the sampling and testing methods and procedures that the Department provides to determine quality conformance of the materials and products. The Department 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 Contractor may use alternative sampling methods, procedures and inspection equipment when such procedures and equipment provide, as a minimum, the quality assurance required by the Contract Documents. Prior to applying such alternative procedures, describe them in a written proposal and demonstrate for the Engineer's approval that their effectiveness is equal to or better than the Contract requirements. In case of dispute as to whether certain proposed procedures provide equal assurance, use the procedures stipulated by the Contract 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 Engineer. Discuss the details of this system at the preconstruction conference, and make these details a part of the record of the conference. 9. Department Inspection at Subcontractor or Supplier Facilities. The Department reserves the right to inspect materials not manufactured within the Contractor's facility. The Department's inspection does not constitute acceptance and does not, in any way, replace the Contractor's inspection or otherwise relieve the Contractor of his responsibility to furnish an acceptable material or product. When the Department inspects the subcontractor's or supplier's product, such inspection does not replace the Contractor's responsibility to inspect such subcontractor's or supplier's product. Inspect subcontracted or purchased materials when received, as necessary, to ensure conformance to Contract requirements. Report to the Engineer any nonconformance found on Department source - inspected material, and require the supplier to take necessary corrective action. 331 -5.3 Defective Materials: 331 -5.3.1 Acceptance or Rejection: Following the application of the appropriate acceptance plan, the Engineer will make the final decision as to the acceptance, rejection or acceptance at an adjusted payment of the LOTs. 331 -5.3.2 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 Engineer. 331 -5.4 General Basis of Adjusted Payment For Deficiencies: When the Engineer determines that a deficiency exists, the Engineer will apply the applicable payment factor as shown in these Specifications to the entire LOT. When the Engineer determines that multiple deficiencies exist, the Engineer will apply an adjustment to the LOT of material that is identified by each deficiency. The Engineer will apply the adjustment for each deficiency separately as it occurs. The Engineer 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 Engineer will only apply the greater adjustment. The Engineer 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 Engineer 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 Engineer 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. 331 - 6 Acceptance of the Mixture at the Plant. 331 -6.1 General: The Engineer 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 Engineer 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 Engineer 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 project contracts, the LOT(s) at the asphalt plant will carry over from project to project. 331 -6.2 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 um 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 um] 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 Department'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 Engineer 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. -- 7 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 I 1 -Test 1 2 -Tests 1 3 -Tests I 4 -Tests 1 5 -Tests 1 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 nun] 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 gm] 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 [75}un] 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 Engineer based on an engineering determination that the material is acceptable to remain in place, the Contractor may accept the indicated partial pay. Otherwise, remove and replace the material at no cost to the Department 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 gm] sieve applies to Type S -I, S -II, S -III and FC -3. (2) Deviations are absolute values with no plus or minus signs. 331 -6.3 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 p.m and 75 gm] 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. 331 -6.4 Additional Tests: The Engineer reserves the right to run any test at any time for informational purposes and for determining the effectiveness of the Contractor's quality control. 331 -6.4.1 Determination of Marshall and Volumetric Properties: The Engineer 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 Department 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. 331 -6.4.2 Failing Marshall Properties: When the average value of the specimens fails to meet specification requirements for stability or flow, the Engineer 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 /ft [32 kg/m for two consecutive tests, the Engineer will revise the target value. 331 -6.4.3 Failing Volumetric Properties (Type S and FC -3 mixes only): When the Engineer 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. 331 -6.4.4 Resuming Production: In the event that plant operations are stopped due to a failure to meet specification requirements, obtain the Engineer'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. 331 -6.5.5 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 Engineer to determine if removal and replacement is necessary. Remove and replace any in -place material, if required, at no cost to the Department. 331 - 7 Acceptance of the Mixture at the Roadway 331 -7.1 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 /yd [55kg/m 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. 331 -7.2 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 Engineer may require an additional control strip when the Engineer 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 Contractor 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 Engineer 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 Engineer 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 Engineer 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 Engineer 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 Contractor is placing, until the Contractor obtains a passing control strip. Once the Contractor has obtained a passing control strip after a failing control strip (for the same mix, layer, and project), the Department will use the passing control strip to accept all previously laid mix. In the event the Contractor does not obtain a passing control strip, and this particular mix, layer, etc., is completed on the project, the Engineer will evaluate density in accordance with FM 5 -543. Table 331 -8 Roadway Requirements for Bituminous Concrete Mixes Minimum Control Strip Mix Type Density Density* Surface Tolerance (% of Lab Density) S -I, S -II, S -III, Type II, Type per 331 -7 96 per 330 -12 III, SAHM ABC -1, ABC -2, ABC -3 per 280 -8.6 96 per 200 -7 FC-2 No density N/A per 330 -12 required FC -3 per 331 -7 96 per 330 -12 * The minimum control strip density requirement for shoulders is 95% of lab density. 331 -7.3 LOTs: For the purpose of acceptance and partial payment, the Engineer will divide each day's production into LOTs. The Engineer 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 Engineer 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 Engineer 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 Engineer 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 Engineer 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 Engineer will determine the random locations by the use of statistically derived stratified random number tables. For the Contractor 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 Engineer determines the average density of a LOT, do not provide additional compaction to raise the average. Notify the Engineer should the average density for two consecutive LOTs be greater than 102% of control strip density. 331 -7.4 Acceptance: The Engineer will accept the completed pavement with respect to density on a LOT basis. The Department 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 * In calculating the percent of control strip density, do not round off the final percentage. ** If approved by the Engineer, based on an engineering determination that the material is acceptable to remain in place, the Contractor may accept the indicated partial pay; otherwise, remove and replace the material at no expense to the Department. The Contractor may remove and replace the material at no expense to the Department at any time. 331 -7.5 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 Contractor may use the standard rolling procedure to determine density requirements if so authorized in writing by the Engineer. 331 -7.6 Surface Tolerance: The bituminous mixture will be accepted on the roadway with respect to surface tolerance in accordance with 330 -12. 331 - 8 Method of Measurement. The quantity to be paid for will be the weight of the mixture, in tons [metric 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. There will be no separate payment or unit price adjustment for the bituminous material in the asphalt mix. 331 - 9 Basis of Payment: Price and payment will be full compensation for all the work specified under this Section, including the applicable requirements of Sections 320 and 330. Payment will be made under: Item No. 331- 2- Type S Asphaltic Concrete - per ton. Item No. 2331- 2- Type S Asphaltic Concrete - per metric ton. ' •1 L 1• , l'- E ! ti , k ill �; +� ,� i Ili . ,. • +1 ,.. •r „.. , , Pr ...• '', % 1 4 ; �� , X1 f II II t , • 1113 f- . 1 • co ; 1 f vet ,:; . , - I 1 1.4.1 I I ! I - 'ai i .. , 11 � I. I � E : 1 �I 11 , i 1 ( I I , 9k -• g ..- • .. ,�'' ,, yyn .aµ71! ! -., «Yw9'M', I I _ . . I I I 3 I 1 '` 7 1 ' 5. s y' uvri l - f M1 I !' • .,. I fi e. t I • h r ctrM 11,0r-* i it• �`Y H ^ r ^ T y F IooO P II II II �(� rt .1 o Cn tv n t ., �, n O � Cn $ 0) (......(i) a, v N.) .,..,.)N c n 2 `C r l O `C n O I O -1 c) y ~°o � n 1. ��Z � v� r� And � m Q N o �� W ° V ° N ~ � j v Rl � 24 ti i co I " ° 5 o 9 :-.-1 T1 (4 Z rri m 1. C - .rn ' Or OCOEE., ri 0.44.10f WOW PRAIRIE LAKE BLVD. ANA PUBLIC WORKS PAVING PROJECTS P ¢ ORn 5 DCrARTAILNT PM SAWMILL BLVD. (�C ac� , X .-. - 4 ( `4,_r:447.,,I.. - wow. r, . . .: saw.- � .: , e , l. a *. 1 . , , I , ! ; Al ' r, • 0 . ; , • ; 1 , a 1. ` � I ill "�►:. .w+ 3e? ; - ; _ ; t y . ,....: ; • • :*- • O rri )3 n G, „ `p w n D 00 E �=) II \ 'a... N . I . I �� o � `� o r c , ma ,,, d �L, an„waR� CITY OF O COEE. FI PRAIRIE LAKE BLVD. AND PUBLIC WORKS PAVIN PR G � - YU1SLIC ZOOS DCPART SAWMILL BLVD. (�_ aocc.n .�'� sx e H .. ,,,,,ziolt �1: 5 t ' ' • • . I - _ J 11 / \\ \\ mod` d' F .> ? I.-- H N ., �� _ ...s .' I . S I din : I a �� r � . �� �� s. • i. rii c) Cr) i Cr) -.< T I r " \I A yr / � f7 1i 1 o N r4 i1 W i ;`i rd air CITY Or °CODE, F{ r�o.ruv.e PRAIRIE LAKE BLVD. ANll J rue5nvoR�s DcrARrnl PUBLIC 1VORKS PAV ING PROJECT'S O .l aeom SAWMILL BLVU. nacc. r r , 2 vi1 rni;. �;��; � �. „• A Ire ' e, 1/ ° 1 ''.' .. i.4 : - ...._" rA '''. , .i.\ " / • , V. . ,. ., , . _ r -1 • � � \��. �: e • I/ '''"Thltt , A ; ��:' C am' �E i'' y : • r • iv ry -1 1 11 \ -I-1z ti (1) O 1, C A r\.) r --- -0; o v / T D O ru I r m N A T 1 / F / Crn,ud H CpLf ,„.,. . CITY Of \ /(<�E�. 1 I_ V ,¢mm PRAIRIE LAKE BLVD. AND PUBLIC \VORKS PAVING I'ROJ EC75 F " -✓ ..+ PL; DUARTMCnrr RAC SAIVAIILI. BLVD. . Q r, , v ;ii' 1. I / •• •Y. 1 r ,.. 1 • !\ .F' ! • J- , t t J �. l' a . I r •. arP, i . . ,I ,. j • ., a • ;i i f fi �' j y i �b 1 rte `w. , 1 ! �! s; I . . 7 ! vl O J a_ (-NI D � �� U � m N �n 0 y W). c.,,, r n -1-1 wand Cepa ur r PRAIRIE LAKE D lll' Or l /�. [, FI BLVD. AND AND !"-4 SK PUBLIC WORKS PAVING PROJECTS 0 T 1 PLµ6ll� t YO 5 Du SAWMILL BLVD. . (i ce „ „ ,,,o4 uu•...�re iLru N."... z u. . -� • 4. t F : . I I / ., •. r i J b "r`� .. �' r r • i,• ■ 1. l ! • .. f • f, t. .064._ P , y I • • it ' Jill i ■ l 11 I • ' • • ' �., 5 ,� ; .P i } 'L ' it f b • • e �� a , , .....4'::: t , r l 40.y am v • K tom ef'' _ M \% . . a wl' •• I i --- eft d • ii • r r r - 14111111114.'" f te 1 �..,l ) , I! : . ,*'fli .`": i t : V . .. • r . . mil' �, y ! II 1 II •�•- )l (.l T O W ff w (-rl // I C7\ 1 4a;.w.ra—.-- Cr' , I O Oco . Fl PUBLIC WORKS PAVING PROJECTS � 1 PU6LIUVORE:5 DCPMThICNT SA\1' \TILL BLVD. PUBLIC 0 wunua.o «occ A I( ` ., • }! '' ~ . %I '' c r ' W ` V3: , . 1 1 r • 1 , Y , °4.. �y 4 . 1-" 'l i ' . ,4e*. ,-rog. iii r 4 � I a f' , . ` ; + `ll..., A ', i , . , ;I 7. , ,. ,•.-.' �fi�r t 4 (1 � . _ �L'' - ' . 14'1' • 1 . 1;7 � i. , ,,, .•‘ % : • ' i , , .� 11' f — 1 � * � r . . e, a.' 406 40 0, -.. . 'i , , _, , • i t, 7! ....., . .11 . :_,.. ,. . , 11 - 010 . 4 4 i ,f ci, : ja - , . 404 . -i ‘ 11.k‘ •, ; , ' 411131111'. h WI II 1 • A \ . 1 4 ti- a . r 1 4 '''.1� r. IZ) r71 _ II SA rr, ct 0 Cri r ,, ; ;; .,a ;.,-- %, CITY OF °COLE. fI . .la...,af PUBLIC WORKS PAVING PROJECTS t Pu 6uC w vcTMRNT SAWMILL BLVD. I �1 ru.er oRK5 Drr • e - 41 n ' M L v� 1l • ' I: l ' 2 ri .i ' Ili L i j '' rer it . : ( 11 y r : „y •1 1 r L. I • • i i . „,, -dal, k P. 9y� It / 11 - .� , ,. V o Off(„ C Ll I, T p+ n 11 V ) C C " c `, a v r 1 r NI O Iv ( -)1 0 CO sr l cC.. ---, ' CITY Or OCOF_F_ Fl. �,a��o Nail S � -fiTl rlIbLIC IY KK5 DLf•1KTKILNT COLUA16U85172E6T PUBLIC WORKS PAVING PROJECTS ("- • h , Q,,o EMI G occr� :' Center of Good Z Mayor �� n v plll Commissioners S. Scott Vandergrift ,,,lm Ill; Gary Hood, District 1 i ,r wiabm Rosemary Wilsen, District 2 City Manager a �, 0 ER Rusty Johnson, District 3 Robert Frank = Joel Keller, District 4 Florida May 26, 2011 ADDENDUM NO: ONE (1) CITY OF OCOEE BID #B11 -03 ASPHALT PAVING PROJECTS FOR PRAIRIE LAKE BLVD, SAWMILL BLVD, & COLUMBUS ST, This addendum shall modify and become a part of the original bid documents for the asphalt paving projects for Prairie Lake Blvd,, Sawmill Blvd., and Columbus St. This addendum consists of one (1) page. Bidders shall acknowledge receipt of Addendum One (1) in the space provided on page 18 of the bid documents, Failure to do so may subject the bidder to disqualification. The bid date remains the same. Answers to questions received and /or amendments to the bid documents are: Q1. Is there any restoration, sidewalks, etc. needed for the above invitation? Is it only paving? Al. The scope only includes the pavement work described in the bid documents, The only restoration of flat work would be at the successful bidders expense if they happen to damage the existing surrounding infrastructure. Q2. A bid bond form was not included as part of the bid package. May we submit the bid bond on an AIA form? A2, Yes. Q3. Will Builder's Risk and Owner's Protective Liability required on this project? A3. No. The City must be listed as additional insured as required in the bid documents. C. 7 � e'I d b 4V--- Purchasing Agent City of Ocoee • 150 N Lakeshore Drive • Ocoee, Florida 34761 phone: (407) 905 -3100 • fax: (407) 905 -3194 • www,ocoee.org