HomeMy WebLinkAboutA - 25-18-ITB - Citywide Pavement Maintenance and Rehabilitative Services
INVITATION TO BID
25-18-ITB
CITYWIDE PAVEMENT MAINTENANCE AND REHABILITATIVE
SERVICES
Contact Person
Jessica Graham, CPPB
Procurement/Contracts Manager
Phone: (772) 388 – 8231
Email: Procurement@cityofsebastian.org
*Dates in this schedule occurring after the release date may be amended by the City.
The City reserves the right to delay or modify dates and will notify Proposers of all changes.
PROPOSED SCHEDULE
EVENT DATE TIME
RELEASE DATE: Thursday, July 10, 2025 -
PRE-BID MEETING Tuesday, July 22, 2025 9:30 AM Local Time
QUESTION DEADLINE Tuesday, July 29, 2025 2:00 PM Local Time
BID DUE DATE Thursday, August 14, 2025 2:00 PM Local Time
RECOMMENDATION OF AWARD September 2025 6:00 PM Local Time
25-18-ITB
Page 2 of 122
SECTION 1 – INSTRUCTIONS TO BIDDERS
1.1 PURPOSE
1.1.1 The City of Sebastian is requesting bids from qualified Contractors for
Citywide Pavement Maintenance and Rehabilitative Services. Services
include pavement preservation (asphalt rejuvenation), full-depth
reclamation, micro-surfacing, crack sealing, and paint and thermoplastic
striping/pavement markings. Work shall be performed in accordance with
the specifications provided for each project. Services will be on an as -
needed basis for various roadways throughout the City of Sebastian as
needs are identified and funding is available.
1.1.2 By submitting a proposal, the Contractor agrees to comply with all federal
and state laws and regulations, including 2 C.F.R. 200.317 through 200.326
and Appendix II to 2 C.F.R. part 200 entitled “Contract Provisions for Non-
Federal Entity Contracts Under Federal Awards.”
1.1.2.1. See Attachment A for Contract Provisions for Non-Federal Entity
Contracts Under Federal Awards.
1.1.3 All solicitations are posted on VendorLink (https://www.myvendorlink.com/).
It is the sole responsibility of interested parties to monitor VendorLink for
solicitation opportunities and updates.
1.2 ELECTRONIC BID SECURITY
Electronic proposal security shall be submitted by the proposer and made payable
to the City of Sebastian in an amount of not less than five percent (5%) of the
total proposal price. A contractor may file an alternative form of security in cash,
a money order, a certified check, a cashier’s check, or a domestic corporate bond,
note, or debenture as authorized in s. 625.317. The electronic proposal security
shall be issued by a company with a registered agent in Florida. Personal or
business checks are not acceptable.
1.3 PRE-BID MEETING
A non-mandatory pre-bid meeting will be held on Tuesday, July 22, 2025, at 9:30
AM local time at the City of Sebastian Public Works Compound, 505 Airport Drive
West, Sebastian, FL 32958.
1.4 QUESTION DEADLINE
1.4.1 The deadline to submit questions will be Tuesday, July 29, 2025, at 2:00
PM local time. Any questions or communication regarding this solicitation
must be emailed to the City’s Procurement/Contracts Manager at
jessgraham@cityofsebastian.org.
25-18-ITB
Page 3 of 122
1.4.2 The Bidder is responsible for checking for addenda associated with this
solicitation.
1.5 ELECTRONIC BID SUBMITTAL AND BID OPENING
1.5.1 All Bids must be submitted via VendorLink electronically
https://www.myvendorlink.com/.
1.5.2 All sealed bids are due by Thursday, August 14, 2025, by 2:00 P.M. local
time.
1.5.3 The bid opening will be held virtually. Bids will be opened at 2:10 p.m. local
time. Only the NAME of the company that submitted a response to this
Invitation to Bid will be read aloud.
1.5.4 Meeting Information:
https://v.ringcentral.com/join/136259113?pw=96e7b3457df176e15b92423
dbabea4df
Meeting ID: 136259113
Password: JhzXZgfvah
Or dial:
+1 (650) 419-1505 United States (San Mateo, CA)
Access Code / Meeting ID: 136259113
Dial-in password: 5499943824
1.5.5 All bids submitted to the city become public records unless exempt under
Florida or other law.
1.5.6 Late bids will not be opened or announced. Bidders can pick up or pay
for the mailed return of their late, unopened bid. If this option is not
exercised within five (5) days of the Bid Opening date, the late, unopened
bid will be disposed
1.5.7 At its sole discretion, the City may reject any and all bids or accept any bid
or portion thereof deemed to be whatever is in its best interest and to waive
any non-substantial irregularities.
REMAINDER OF PAGE INTENTIONALLY LEFT BLANK
25-18-ITB
Page 4 of 122
Indian River Press Journal
Date Advertised: Thursday, July 10, 2025
CITY OF SEBASTIAN, FLORIDA
NOTICE TO BIDDERS
25-18-ITB
Citywide Pavement Maintenance And Rehabilitative Services
NOTICE IS HEREBY GIVEN that the City of Sebastian is accepting bids for Citywide
Pavement Maintenance and Rehabilitative Services. The solicitation document outlining
the scope of services is available from VendorLink
(https://www.myvendorlink.com/external/bids).
Bids are due Thursday, August 14, 2025, 2:00 pm, Local Time.
A non-mandatory pre-proposal meeting will be held on Tuesday, July 22, 2025, at 9:30
a.m. local time, in the Public Works Training Room, Public Works Compound, 505 Airport
Drive W, Sebastian, FL 32958.
Questions are due on Tuesday, July 29, 2025, at 2:00 pm local time. All questions shall
be directed to the Procurement/Contracts Manager, Jessica Graham, CPPB, at 772-388-
8231 or by email at procurement@cityofsebastian.org.
25-18-ITB
Page 5 of 122
TABLE OF CONTENTS
Section 1 – Instructions To Bidders 2
Legal Ad 4
Table of Contents 5
Section 2 – Scope of Work 6
Section 3 – Special Conditions 80
Section 4 – General Terms And Conditions 83
Section 5 – Required Forms 101
• Contact Information Sheet 102
• Corporate Resolution (If Applicable) 103
• Statement Of Bidder’s Qualifications 104
• Non-Collusion Affidavit Of Prime Bidder 106
• Drug-Free Workplace Program 107
• Certification Regarding Debarment And Suspension 108
• Certification Regarding Scrutinized Companies 109
• Appendix A, 44 C.F.R. Part 18 – Certification Regarding Lobbying 110
• Contracting With Entities Of Foreign Countries Of Concern
Prohibited Affidavit 111
• Reference List 112
• Subcontractor List 116
• Addenda Acknowledgement 117
Section 6 – Bid Price Form Instructions 118
Section 7 – Bonding Capacity Letter and Bid Bond 119
• Bid Bond 120
• Bonding Capacity Letter 122
Attachments - Uploaded to VendorLink
• Attachment A - Contract Provisions for Non-Federal Entity Contracts Under
Federal Awards
• Attachment B - FY 2025-26 FDOT Standard Specifications, Section 334 –
Superpave Asphalt Concrete
• Attachment C – Electronic Bid Price Form
• Attachment D – Sample Contract
25-18-ITB
Page 6 of 122
SECTION 2 – SCOPE OF WORK
2.1 SCOPE OF WORK - GENERAL
2.1.1 The City of Sebastian is requesting bids from qualified contractors for
Citywide Pavement Maintenance and Rehabilitative Services. The
Contractor shall be responsible for providing all labor, materials, equipment,
and other items required to provide pavement/asphalt maintenance and
rehabilitation services and striping/pavement marking on an as -needed
basis for various roadways throughout the City of Sebastian, as funding is
available. The services include, but may not be limited to, milling,
resurfacing, pavement preservation (asphalt rejuvenation), full-depth
reclamation, micro-surfacing, crack sealing, and paint and thermoplastic
striping/pavement markings. All work shall be performed in accordance with
the plans and/or specifications provided for each project. The City reserves
the right to utilize other contracts for these services as needed.
2.1.2 Before submitting a cost proposal for Purchase Order request under this
Contract, the Contractor shall visit the site to inspect any designated areas
for any possible obstruction (both overhead and adjacent) and differences
in scope (i.e., paving area) and advise the City in writing of any obstructions
or other conditions that may pose differences in the proposed scope of
work.
SCOPE OF WORK – TECHNICAL
2.2 CHIP SEAL/FOG SEAL
2.2.1 Scope of Work: The work specified in this section consists of furnishing
and applying a single, double, or triple application of the bituminous surface
treatment on a paved roadway or a prepared road base, compacted to the
lines, grades, and thickness established by the City and in substantial
conformance with the limits established by the owner.
2.2.2 Description: Chip Seal is a pavement surface treatment option that
combines a layer of polymer modified liquid asphalt emulsion placed on a
prepared base with a layer of aggregate spread and compacted while the
asphalt is still liquid.
2.2.3 Materials:
A. Aggregates: Crushed granite conforming to FDOT Specifications
Section 901, table 1 for #89, #78, or #67 gradation for coarse aggregates
except as modified herein. The aggregate shall be washed granite
obtained from a source approved by the owner. Sampling and testing of
aggregate shall be the responsibility of the contractor. Copies of test
25-18-ITB
Page 7 of 122
results from the aggregate supplier shall be furnished to the City before
starting the surface treatment.
All aggregate, #89, #78, and #67 shall be treated before applying
Emulsified Asphalt Grade CSS-1H at the rate of 0.4% to 0.8% residual
asphalt. All aggregate, clean broken stone, shall be pre -coated with an
asphaltic material before the oil and chip process. All of the stones shall
have 100% total coverage. A pugmill shall be used to pre-coat the
aggregate. Stone having less than 100% total coverage shall not be
used. The emulsified asphalt grade CSS-1H shall coat the entire surface
of all of the aggregate. The pre- coating process is to take place at a
location that the contractor has procured. The City shall approve the pre-
coated aggregate before the seal coat process begins.
All costs for the pre-coating and placement of aggregate shall be
included in the applicable chip seal or fog seal pay item as identified in
the unit price proposal.
Payment shall not be made unless a representative of the City is present
to observe the pre-coating process.
B. Liquid bituminous material for surface treatment: CRS-2P liquid
bituminous material conforming to AASHTO M 316-99. When CRS-2P
is specified, apply the following modifications:
1. Distill the CRS-2P at 400ºF for 20 min. and
2. Provide Polymer-Modified Cationic Emulsified Asphalt, CRS-2P
produced by using polymer modified base asphalt only. The
emulsion shall be pumpable and suitable for application through a
distributor truck.
C. The Cationic mixing grade shall be homogeneous and of high quality.
The material shall be prepared from straight-run Asphalt of high ductility
and shall contain a rubber hydrocarbon additive derived from latex in
addition to carefully controlled amounts of selected diluents to promote
workability and minimize stripping. Additives that enhance pavement
performance are subject to approval by the City. The polymer material
shall be co-milled into the asphalt or added to the emulsifier solution
prior to the emulsification process. The amount of polymer modifier shall
not be less than 3.0% polymer solids based on the asphalt content (by
weight) and will be certified by the emulsified asphalt supplier.
REMAINDER OF PAGE INTENTIONALLY LEFT BLANK
25-18-ITB
Page 8 of 122
Cationic Asphalt Emulsion
Material Designation
Test on Emulsion: Minimum Maximum
Viscosity, Saybolt Furol, 77 degrees F (25
C),
Viscosity, Saybolt, 122 degrees F (50 C), s 100 400
Demulsibility, 35ml, 0.8 percent DSS, % 70 -
Sieve Test, % - 0.1
Residue by Distillation, 350ºF max, % 65 -
Oil distillate, % by volume of emulsion - 0.5
Residue Test, ASTM D 244 Low Temp Minimum Maximum
Penetration, 77ºF, 100gr, 5 sec 70 150
Elastic Recovery, ASTM D 6084, method
B, 77ºF, 5 cm/min, % 50 -
Softening Point, ºF 125 -
Solubility in Trichloroethylene, % 97.0 -
D. Material Samples: The City will require the Contractor to sample and
test each emulsion load before delivery. The Contractor will also provide
a sample of the emulsion on-site before commencing work. The City will
require the Contractor to provide sample containers and a local
independent testing laboratory without affiliation with the emulsion
supplier to analyze the emulsion. The Contractor will be responsible for
the cost of the testing. The City reserves the right to test any shipment
of emulsion that is believed to be substandard (color, viscosity, non -
homogeneous application, etc.). All samples shall be shipped and stored
in clean, air-tight, sealed wide-mouth jars or bottles made of plastic.
2.2.4 Equipment:
A. Distributor: The liquid bituminous material shall be applied with a truck-
mounted pressure distributor calibrated within the previous twelve
months for transverse and longitudinal application rates. The distributor
shall be equipped, maintained, and operated to apply the bituminous
material at controlled temperatures and rates from 0.035 to 1.5 gallons
per square yard. The distributor shall be capable of applying bituminous
material of variable widths up to 16 feet. The distributor shall uniformly
apply the bituminous material to the specified rate with a maximum
allowed variation of 0.015 gallons per square yard. Distributo r
equipment shall include a tachometer, an accurate volume measuring
device, a calibrated tank, and a thermometer for measuring the tank’s
contents. Distributors shall have a heating device, an asphalt pump, and
full circulating spray bars adjustable laterally and vertically. Distributors
and transport trailers shall be equipped with a
25-18-ITB
Page 9 of 122
sampling valve. Distributor trucks shall be of the pressure type with
insulated tanks. The use of gravity distributors will not be permitted. The
valves shall be operated by levers so that one or all valves may be
quickly opened or closed in one operation. The valves that control the
flow from nozzles shall act positively to provide a uniform , unbroken
spread of bituminous material on the surface. The distributor shall be
equipped with devices and charts to provide accurate and rapid
determination and control of the amount of bituminous material being
applied, with a bitumeter on the auxiliary wheel type registering speed
in feet per minute and trip and total distance in feet . Two distributor
trucks will be required on all projects.
B. Aggregate Spreader: The aggregate spreader shall be a self-propelled
unit capable of uniformly spreading the aggregate at the required rate
on a minimum width of six inches wider than the width of the lane to be
treated. The spreader shall be calibrated within the previous twelve
months for transverse and longitudinal application. The spreader shall
be capable of extending to a width of 22 feet. The spreader shall be
equipped with a computer-controlled aggregate/chip spreader to ensure
the appropriate aggregate coverage at varying speeds unless approved
otherwise by the City.
C. Rollers: The contractor shall use one ten-ton steel-wheeled roller and
two eight to twelve-ton self-propelled pneumatic tire rollers with
oscillating wheels and low-pressure, smooth tires. Maintain the inflation
of the tires such that in no two tires, the air pressure varies more than
five psi. The rollers will be equipped with an operating water system and
coco pads. A sufficient number of rollers and a sufficient number of
passes shall be used to ensure cover aggregate is appropriately rolled.
D. Self-Propelled Rotary Power Broom: The self-propelled rotary broom
shall be designed, equipped, maintained, and operated so the pavement
surface can be swept clean. The broom shall have an adjustment to
control the downward pressure.
E. Additional Equipment: Additional equipment will be needed to
complete the operations required by this technical provision. All
equipment necessary for completing projects governed by this technical
provision shall be included in the unit costs associated herein.
Availability of quality assurance devices (such as a 10' straight edge)
shall be the Contractor's responsibility.
2.2.5 Construction:
A. Layout: The Contractor will be responsible for the string lining and
layout of the roadway before paving. Weather and Seasonal Limitations:
The surface treatment shall not be applied to a wet surface or when rain
occurs or the threat of rain is present immediately before placement. The
surface treatment shall not be applied when the temperature is less than
25-18-ITB
Page 10 of 122
50 degrees Fahrenheit in the shade. When applying emulsions, the
surface temperature shall be a minimum of 55°F, and no more than
140°F.
B. Preparation of Surface: The chip seal material shall be placed on a
firm, unyielding prepared roadway. The Contractor shall be responsible
for clipping back shoulders and removing overburden or any other
vegetation or debris to ensure that the road is free of organic and
deleterious material. The contractor will be responsible for blowing or
sweeping the road immediately ahead of the chip seal operation to
ensure the road is free of loose aggregate and other debris.
C. Application of Bituminous Material: Liquid bituminous material shall
be applied using a pressure-type distributor in a uniform, continuous
spread over the section to be treated. The distributor shall be moving
forward at the proper speed when the liquid is discharged onto the
pavement to provide an even and consistent application at the rate
prescribed. If any areas are deficient, the operation shall be stopped and
corrected immediately. The liquid shall not be applied more than two
hundred feet before the aggregate spreader when the ambient air
temperature exceeds 75 degrees or one hundred feet if the air
temperature is between 55 and 75 degrees.
1. Single Chip Seal: Application of the liquid bituminous material shall
be applied at a rate of 0.38 0.45 gallons per square yard , depending
on the composition of the existing road bed, surface texture, and the
aggregate's size in use
2. Double Chip Seal: The second application of liquid bituminous
material shall be applied at a rate of 0.38 - 0.42 gallons per square
yard depending upon the size of the first layer of aggregate that the
liquid is sprayed upon and the size of the aggregate being placed
over the first application of surface treatment.
3. Triple Chip Seal: The third application of liquid bituminous material
shall be applied at a rate of 0.32 - 0.38 gallons per square yard
depending upon the size of the first two layers of aggregate that the
liquid is sprayed upon and the size of the aggregate being placed
over the first and second applications of surface treatment.
D. Application of Cover Aggregate: Immediately following the spray
application of the liquid bituminous material, cover aggregate shall be
spread over the liquid material at a rate of 18–30lbs per square yard
depending upon the type of road base and the size of the existing
aggregate that is being resurfaced.
E. Rolling: Immediately following the first application of the cover material,
roll the entire surface with a pneumatic roller, followed immediately with
the steel drum roller. Cover the entire surface one time with the steel
drum roller. Then, roll the cover material again with the pneumatic roller.
25-18-ITB
Page 11 of 122
Continue rolling as long as necessary to ensure thorough keying of the
cover aggregate into the liquid bituminous material. Eliminate the steel
drum when rolling the second application of cover aggregate. Apply the
second application of liquid and cover material the same day as the first
application, as far as it is practicable and consistent with the setting of
the liquid bituminous material.
F. Sweeping: After rolling the first application of cover aggregate, lightly
broom the loose aggregate not to dislodge the aggregate embedded in
the liquid. Sweep loose material from the roadbed. Following the second
application, again, broom loose aggregate from the road bed before
applying the fog seal. If temperatures exceed 85 degrees, it may be
necessary to wait 24 hours before sweeping the first application of the
chip seal.
G. Fog Seal: Upon direction from the City, the fog seal is to be applied as
a separate pay item. When surface treatment has been set, a fog seal
is to be applied at a rate of 0.1 to 0.15 gallons per square yard to the
entire surface treatment. The liquid for the fog seal shall be a cationic
mixing type emulsion diluted forty percent with water. If sanding is
needed, the fog seal shall be lightly sanded at a rate of plus or minus
two pounds per square yard utilizing a mechanical spreader.
H. General Performance: Provide completed pavement that performs to
the satisfaction of the City without bleeding, rutting, shoving, raveling,
stripping, or showing other types of pavement distress or unsatisfactory
performance.
I. Traffic Control: The Contractor shall furnish all necessary traffic control,
barricades, signs, and flaggers to ensure the safety of the traveling
public and to all working personnel. Traffic shall not travel on the fresh
mix until rolling and blotting have been completed. The Contractor shall
submit a Maintenance of traffic (MOT) plan indicating all facets of traffic
control for the project area. The MOT plan must be accepted in writing
by the City before commencing any work. All traffic control shall be
following the FDOT Standard Plans, most current edition, and TP-102.
MOT and associated devices shall be checked daily and periodically
throughout the project for compliance, and where adjustments or
corrections are needed, prompt revisions shall be made. In the event
that the work requires a special traffic control plan that deviates from
FDOT standards, the contractor shall submit a signed and sealed traffic
control plan or MOT plan to the City for acceptance. This signed and
sealed plan shall be incidental to the construction cost.
J. Method of Measurement: If a pay item is listed on the unit price
proposal for work required in this Technical Provision, the quantity to be
paid shall be as specified in the unit price proposal, including all items
of work described herein. Any item necessary for Chip Seal and not
explicitly listed in another item in the unit price proposal shall be included
25-18-ITB
Page 12 of 122
in this item. Should the contractor be directed to place Fog Seal as a
secondary application to Chip Seal, it shall be measured separately as
listed in the Technical Provision for Fog Seal.
K. Basis of Payment – Chip Seal: The quantities to be paid for under this
Technical Provision shall be included in the Square Yard price for Chip
Seal (single application), chip seal (double application), or chip seal
(triple application) as listed in the unit price proposal. The unit price
includes all items listed in the contract, including all General Conditions,
Special Conditions, and Technical Provisions pertaining to chip seal,
including all items of work described herein. No additional payment will
be provided for any item necessary to complete this contract as detailed
in the specifications, except that at the direction of the City, fog seal shall
be applied and paid separately as listed in the Technical Provision for
fog seal.
L. Warranty of Chip Seal: The Contractor shall provide the City, upon final
acceptance of the Chip Seal work, a warranty period of three (3) years
which shall include all labor, materials, hauling, traffic control, and
striping to repair the defective areas. Defective areas shall include
debonding/delamination, excessive raveling, and aggregate loss ,
exposing the old roadway surface. The Contractor shall perform all
warranty work at no cost to the City. The Contractor shall have been
doing business in the State of Florida for at least four years prior to the
date of this bid and have full-time, experienced personnel to respond to
any warranty issues within 24 hours. The Contractor can be called to
perform work or warranty work at any time of the year as needed by the
City. The Contractor must have a full-time presence with an office,
experienced personnel, and the proper equipment in Florida to respond
365 days a year.
2.3 CAPE SEAL
2.3.1 Description: The work specified in this section consists of furnishing and
applying a single application of polymer modified bituminous surface
treatment followed by a mixture of polymer- modified emulsified asphalt,
mineral aggregate, mineral filler, water, and other additives, properly
proportioned, mixed, and spread on a paved surface, established by the
City and in substantial conformance with the limits established by the City.
This two-step process is called a cape seal.
2.3.2 Materials:
A. Aggregates: for the first coat, surface treatment crushed granite
conforming to FDOT specifications section 901, table 1 for #89 gradation
for coarse aggregates except as modified herein. The aggregate shall
be washed granite obtained from a source approved by the ow ner.
25-18-ITB
Page 13 of 122
Sampling and testing of aggregate shall be the responsibility of the
contractor. Copies of test results from the aggregate supplier shall be
furnished to the owner before starting the surface treatment.
All aggregate #89 shall be treated before appl ying Emulsified Asphalt
Grade CSS-1H at the rate of 0.4% to 0.8% residual asphalt. All
aggregate, clean broken stone, shall be pre-coated with an asphaltic
material before the oil and chip process. All of the stones shall have
100% total coverage. A pugmill shall be used to pre-coat the stone.
Stone having less than 100% total coverage shall not be used. The
emulsified asphalt grade CSS-1H shall coat the entire surface of all of
the aggregate. The pre-coating process is to take place at a location that
the contractor procures. The City shall approve the pre-coated
aggregate before the seal coat process begins.
All costs for the pre-coating and placement of aggregate shall be
included in the cost of the item Cape Seal.
Payment shall not be made for the Cap e Seal unless a representative
of the City is present to observe the pre-coating process.
B. Aggregates: for the final coat, use an aggregate consisting of 100%
crushed stone. The aggregate shall be a crushed stone such as granite,
slag, limestone, chat, or another high- quality aggregate, or a
combination thereof. To assure the material is 100 percent crushed, the
parent aggregate will be larger than the largest stone in the gradation
used. Use aggregate source(s) from the list of aggregates available on
FDOT’s website and meet the requirements of this specification.
In addition to the requirements of FDOT Standard Specification Sections
901 and 902, meet the minimum aggregate requirements of Table 62-1.
Table 62-1
Quality Tests for Aggregate
AASHTO Test No. Aggregate Property Specification Requirements
AASHTO T 176 Sand Equivalent 65 Minimum
AASHTO T 104 Soundness 15% Maximum using Na2SO4 or
25% Maximum using MgSO4
AASHTO T 96 Abrasion Resistance
(1) 30% Maximum
(1) The abrasion test will be performed on the parent aggregate.
C. Gradation Requirements: When tested following FM 1-T 027 and FM
1-T 011, the target (mix design) aggregate gradation, including the
mineral filler, shall be within the gradation range for a Type II mixture
shown in Table 62-2, Column II.
25-18-ITB
Page 14 of 122
Table 62-2
Mix Design Gradation Requirements
Sieve Size Type II Mix Design
Range Percent Passing
Stockpile Tolerance from
Mix Design Percent Passing
3/8 inch 100 N/A
No. 4 90-100 ± 5%
No. 8 65-90 ± 5%
No. 16 45-70 ± 5%
No. 30 30-50 ± 5%
No. 50 18-30 ± 4%
No. 100 10-21 ± 3%
No. 200 5-15 ± 2%
The aggregate will be accepted from the stockpile located at the project.
The stockpile will be accepted based on five quality control gradation
tests conducted following FM 1-T 002. If the average of the five
gradation tests is within the stockpile tolerances shown in Table 62-2,
Column III for all of the sieve sizes, then the stockpile is accepted. If the
average of the five gradation tests is not within the stockpile tolerances
shown in Table 62-2, Column III, for any sieve size, remove the
stockpiled material and replace it with new aggregate or blend other
aggregate sources with the stockpiled material. Aggregates used in
blending must meet the quality tests shown in Table 62 -1 before
blending and must be blended in a manner to produce a consistent
gradation and sand equivalent value. If a new aggregate is obtained or
blending of aggregates is performed, resulting in an aggregate that is
not represented by the mix design, the contractor shall submit a new mix
design to the Engineer for approval before production of the mix.
The Engineer may obtain stockpile samples at any time. If the average
of five gradation tests conducted following FM 1 -T 002 is not within the
gradation tolerances shown in Table 62-2,
Column III for any sieve size, cease production until the problem is
corrected to the satisfaction of the Engineer.
Screen all stockpiled aggregates at the stockpile area before delivery to
the paving machine to remove oversize material and non -desirable
particles.
D. Mineral Filler: If a mineral filler is utilized in the mix design, use non-air-
entrained Portland cement or hydrated lime, free from lumps. The
Engineer will accept the mineral filler by visual inspection. The type and
amount of mineral filler shall be determined by a laboratory mix design
and considered part of the aggregate gradation. An increase or
decrease of less than one percent mineral filler may be permitted during
production if found to result in better consistency or set times. Any
25-18-ITB
Page 15 of 122
changes to the percentage of mineral filler must meet the requirements
of Table 62-4.
E. Water: Utilize potable water that is free of harmful soluble salts, reactive
chemicals, or any other contaminants.
F. Additives: Additives may be added to the mixture or any of the
component materials to provide control of quick-trafficking properties.
The additives to be used should be indicated on the mix design and be
compatible with the other components of the mix.
G. Mix Design: Before work begins, the Contractor shall submit a mix
design to the Engineer. The mix design must have an aggregate source
used on five similar projects and developed using the specific materials
to be used on the project. The mix design shall be developed by an
independent, accredited laboratory with no affiliation to the emulsion
supplier and endorsed by the International Slurry Surfacing Association
(ISSA) and has experience designing such mixtures.
Submit the proposed mix design with supporting test data indicating
compliance with all mix design criteria. Allow the Engineer a maximum
of two weeks to either conditionally verify or reject the mix design.
Meet the requirements provided in Table 62-3. After the mix design has
been approved, no substitutions to the mix design will be permitted
unless approved by the Engineer. The Engineer will consider
inadequate field performance of a mix as sufficient evidence that the
properties of the mix related to the mix design have changed, and the
Engineer will no longer allow the use of the mix design. The project will
be stopped until it is demonstrated that those properties, or issues, have
been sufficiently addressed.
Table 62-3
Mix Design Testing Requirements
ISSA Test No. Property Specification Requirements
ISSA TB-139(1)
Wet Cohesion:
@ 30 Minutes Minimum
(Set) @ 60 Minutes
Minimum (Traffic)
12 kg-cm Minimum
20 kg-cm or Near Spin Minimum
ISSA TB-109
Excess Asphalt by
Loaded Whee Tester
(LWT) Sand Adhesion
50 g/ft2 Maximum
ISSA TB-114 Wet Stripping 90% Minimum
ISSA TB-100
Wet-track Abrasion
Loss: One-hour Soak
Six-day Soak
50 g/ft2 Maximum 75 g/ft2 Maximum
ISSA TB-147
Lateral Displacement
Specific Gravity after
1,000 Cycles of 125 lb.
5% Maximum
2.10 Maximum
ISSA TB-113(1) Mix Time @ 77°F
(25°C)
Controllable to 120 Seconds
Minimum
25-18-ITB
Page 16 of 122
The Cohesion test and Mixing Time test should be checked and reported
for the highest temperatures expected during construction.
The mix design must clearly show the proportions of aggregate,
emulsified asphalt, mineral filler, water, and additive usage based on the
dry weight of the aggregate. Meet the mix design component material
requirements provided in Table 62-4.
Table 62-4
Mix Design Component Material Requirements
Component Materials Specification Requirements
Residual Asphalt 5.5 to 10.5% (by dry weight of aggregate)
Mineral Filler 0.5 to 3.0% (by dry weight of aggregate)
Polymer-based Modifier Minimum of 3.0% (solids based on asphalt weight
content)
Additives As needed
Water As required to produce proper mix consistency
The materials (aggregates, emulsion, mineral filler, and additives) must
be from the same source, grade and type used to develop the approved
mix design. The Engineer must preapprove any substitutions or
alternate supplies. Changes in the aggregate source or emulsion source
require re-validating the mix design and the performance properties.
Blending, co-mingling, and combining materials from two or more
sources, grades or types is strictly prohibited. Aggregate stockpiles and
emulsion material should be located at or near the job site in sufficient
quantity for the job or designated parts of the job.
H. Liquid bituminous material for the first coat: CRS-2P liquid
bituminous material conforming to AASHTO M 316-99. When CRS-2P
is specified, apply the following modifications:
1. Distill the CRS-2P at 400ºF for 20 min. and
2. Provide Polymer-Modified Cationic Emulsified Asphalt, CRS-2P
produced by using polymer modified base asphalt only. The
emulsion shall be pumpable and suitable for application through a
distributor truck.
The Cationic mixing grade shall be homogeneous and of high quality.
The material shall be prepared from an Asphalt of high ductility and shall
contain a rubber hydrocarbon additive derived from latex in addition to
carefully controlled amounts of selected diluents to promote workability
and minimize stripping. Additives that enhance pavement performance
are subject to approval by the City. The polymer material shall be co -
milled into the asphalt or added to the emulsifier solution before the
emulsification process. The amount of polymer modifier shall not be less
than 3.0% polymer solids based on the asphalt content (by weight) and
certified by the emulsified asphalt supplier.
25-18-ITB
Page 17 of 122
Cationic Asphalt Emulsion
Material Designation
Test on Emulsion: Minimum Maximum
Viscosity, Saybolt Furol, 77 degrees F (25 C), s - -
Viscosity, Saybolt, 122 degrees F (50 C), s 100 400
Demulsibility, 35ml, 0.8 percent DSS, % 70 -
Sieve Test, % - 0.1
Storage Stability - 1
Residue by Distillation, 350ºF max, % 65 -
Oil distillate, % by volume of emulsion 0.5
Residue Test, ASTM D 244 Low Temp Minimum Maximum
Penetration, 77ºF, 100gr, 5 sec 70 150
Elastic Recovery, ASTM D 6084, method B,
77ºF, 5 cm/min, % 50 -
Softening Point, ºF 125 -
Solubility in Trichloroethylene, % 97.0 -
I. Liquid bituminous material for the final coat: Provide a quick-traffic,
polymer-modified emulsified asphalt conforming to the requirements
specified in AASHTO M 208 for CSS-1has listed in Table 62-5. The
cement mixing test shall be waived for this product.
The polymer material shall be co-milled into the asphalt or added to the
emulsifier solution before the emulsification process. The amount of
polymer modifier shall not be less than 3.0% polymer solids based on
the asphalt content (by weight) and certifie d by the emulsified asphalt
supplier.
The Engineer may waive the five-day settlement test, provided job-
stored emulsified asphalt is used within 36 hours from the time of the
shipment or the stored material has had additional emulsified asphalt
blended into it before use.
J. Quality Tests: The emulsified asphalt, and emulsified asphalt residue,
shall meet the requirements of AASHTO M 208 for CSS-1h, with the
following additions:
Table 62-5
Quality Tests for Emulsified Asphalt
AASHTO Test
No. Emulsified Asphalt Property Specification
Requirements
AASHTO T 59 Residue after Distillation (1) 62% Minimum
AASHTO T 59 Cement Mixing Not Required
Quality Tests for Emulsified Asphalt Residue
AASHTO T 53 Softening Point 135°F (57°C) Minimum
(1) Maintain the test temperature at 350°F (177°C) for 20 minutes.
K. Sampling, Certification, and Verification: For the first load of
emulsified asphalt produced for the project, the supplier shall submit a
sample to the Engineer for testing before use. The Engineer will then
25-18-ITB
Page 18 of 122
assign a pretest number, and the pretest number shall be furnished with
all emulsified asphalt delivered to the project.
During application, the Engineer may sample and test all subsequent
loads of emulsified asphalt delivered to the project to verify and
determine compliance with specification requirements. These tests
identify material outside specification requirements; the Engineer may
require the supplier to cease shipment of that pre -tested product. A
further shipment of that pre-tested product to the owning agency’s
projects will remain suspended until the cause of the problem is
evaluated and corrected by the supplier to the Engineer's satisfaction.
L. Material Samples: The City will require the Contractor to sample and
test each emulsion load before delivery. The Contractor will also provide
a sample of the emulsion on-site before commencing work. The City will
require the Contractor to provide sample containers and a local
Independent testing laboratory with no affiliation to the emulsion supplier
to analyze emulsion. The Contractor will be responsible for the cost of
the testing. The City reserves the right to test any shipment of emulsion
that is believed to be substandard. All samples shall be shipped and
stored in clean air-tight sealed wide-mouth jars or bottles made of
plastic.
2.3.3 Equipment:
A. Maintain all equipment, tools, and machines used in the performance of
this work in satisfactory working condition at all times to ensu re a high-
quality product.
B. Distributor: The liquid bituminous material shall be applied with a truck-
mounted pressure distributor that has been calibrated within the
previous twelve months for transverse and longitudinal application rates.
The distributor shall be equipped, maintained, and operated to apply the
bituminous material at controlled temperatures and rates from 0.035 to
1.5 gallons per square yard. The distributor shall be capable of applying
bituminous material of variable widths up to twenty-four feet. The
distributor shall uniformly apply the bituminous material to the specified
rate with a maximum allowed variation of 0.015 gallons per square yard.
Distributor equipment shall include a tachometer, an accurate volume
measuring device, a calibrated tank, and a thermometer for measuring
the tank’s contents. Distributors shall be equipped with a heating device,
asphalt pump, and full circulating spray bars adjustable laterally and
vertically. Distributors and transport trailers shall be equipped w ith a
sampling valve. Distributor trucks shall be of the pressure type with
insulated tanks. The use of gravity distributors will not be permitted. The
valves shall be operated by levers so that one or all valves may be
quickly opened or closed in one operation. The valves that control the
flow from nozzles shall act positively to provide a uniform unbroken
spread of bituminous material on the surface. The distributor shall be
25-18-ITB
Page 19 of 122
equipped with devices and charts to provide accurate and rapid
determination and control of the amount of bituminous material being
applied and with a bitumeter of the auxiliary wheel type registering speed
in feet per minute and trip and total distance in feet. Two distributor
trucks will be required on all projects.
C. Aggregate Spreader: The aggregate spreader shall be a self-propelled
unit capable of uniformly spreading the aggregate at the required rate
on a minimum width of six inches wider than the width of the lane to be
treated. The spreader shall be calibrated within the previou s twelve
months for transverse and longitudinal application. The spreader shall
be capable of extending to a width of 24 feet. The spreader shall be
equipped with a computer-controlled aggregate/chip spreader to ensure
the appropriate aggregate coverage at varying speeds unless approved
otherwise by the Engineer.
D. Rollers: The contractor shall use three eight to twelve-ton self-propelled
pneumatic tire rollers with oscillating wheels and low pressure, smooth
tires. Maintain the inflation of the tires such that in no two tires, the air
pressure varies more than five psi. The rollers will be equipped with an
operating water system and coco pads. A sufficient number of rollers
and a sufficient number of passes shall be used to ensure cover
aggregate is appropriately rolled.
E. Sweepers: A minimum of two vacuum sweepers shall be used on this
project. In rural areas, a self-propelled rotary broom can be used. It shall
be equipped, maintained, and operated so the pavement surface can be
swept clean. The broom shall have an adjustment to control the
downward pressure. A vacuum street sweeper must be used in
residential areas, and all excess aggregate shall be swept within 24 to
48 hours after the first application of the Cape Seal has been applied.
F. Mixing Equipment: Truck mounted and self-loading continuous
machines are acceptable. Mix the material with an automatic-
sequenced, self-propelled mixing machine. It shall be a continuous-flow
mixing unit able to accurately deliver and proportion the mix components
through a revolving multi-blade, double-shafted mixer and to discharge
the mixed product on a continuous-flow basis. The machine shall have
sufficient storage capacity for all mix components to maintain an
adequate supply to the proportioning controls. Four truck-mounted
machines of 12 cubic yard capacity, or larger, will be required for all
projects or roads one-half mile or less in length.
Self-loading continuous machines shall be capable of loading materials
while maintaining micro-surfacing, thereby minimizing construction
joints. Two self-loading machines shall be required on all projects or
roads greater than one-half mile in length. Self-loading continuous
machines shall be equipped to allow the operator to have complete
control of the forward and reverse speeds during applications of the
25-18-ITB
Page 20 of 122
material and shall be equipped with opposite-side driver stations to
assist in alignment. The self-loading device, opposite-side driver
stations, and forward and reverse speed controls shall be original
equipment-manufacturer design.
G. Proportioning Device: Provide and properly mark individual volume or
weight controls for proportioning each material to be added to the mix
(i.e., aggregate, mineral filler, emulsified asphalt, additives, and water).
H. Spreading Equipment: Agitate and spread the mixture uniformly in the
spreader box using twin-shafted paddles or spiral augers fixed in the
spreader box. Provide a front seal to ensure no loss of the mixture at the
road contact point. The rear seal shall act as a final strike -off and shall
be adjustable. The spreader box and rear strike-off shall be so designed
and operated that a uniform consistency is achieved, and a free flow of
material is provided to the rear strike- off. The spreader box shall have
suitable means to automatically adjust the box width while traveling
behind the mixing unit and side shift the box to compensate for variations
in the pavement geometry.
I. Secondary Strike-off: Provide a secondary strike-off to improve
surface texture. The secondary strike-off shall have the same
adjustments as the spreader box. No burlap drags will be perm itted on
the final applications.
J. Auxiliary Equipment: Provide suitable surface preparation equipment,
traffic control equipment, hand tools, and any other support and safety
equipment necessary to perform the work.
K. Calibration: Calibrate each mixing unit to be used in the performance
of the work in the presence of the Engineer before the start of
construction. Previous calibration documentation covering the exact
materials to be used may be acceptable, provided that no more than 60
days have elapsed.
Document the individual calibration of each material at various settings,
which can be related to the machine metering devices. Do not utilize any
mixing unit on the project until the calibration has been completed and
approved by the Engineer. Any component replacement affecting
material proportioning requires that the machine be recalibrated. No
machine will be allowed to work on the project until the calibration has
been completed and accepted.
L. Additional Equipment: Additional equipment will be needed to
complete the operations required by this technical provision. All
equipment necessary for the successful completion of projects governed
by this technical provision shall be included in the unit costs associated
herein. Availability of quality assurance devices (such as a 10-foot
straight edge) shall be the Contractor's responsibility.
25-18-ITB
Page 21 of 122
M. Experience: All contractors and subcontractors shall be FDOT
prequalified in the work classes of drainage, flexible paving, grading, and
hot plant–mixed bituminous courses.
1. Bidders must submit with the bid a minimum of five (5) Cape Seal
project references from a City or County in the State of Florida that
have been completed within the past three (3) years. Bidders may
be required to submit detailed information regarding the staff that
they propose for this project.
2. The Contractor should have in their possession, in the State of
Florida at the time of bidding, two or more aggregate spreaders, two
distributors, four truck-mounted machines, and two self-loading
machines as described in the equipment section of the specification.
3. Staff shall have the option to inspect the Contractor’s equipment, and
if found deficient, it shall be the basis for rejection of Contractor’s bid.
2.3.4 Construction:
A. Layout: The Contractor will be responsible for the string lining and
layout of the roadway before paving.
B. Weather and Seasonal limitations: The cape seal treatment shall not
be applied to a wet surface or when rain occurs or the threat of rain is
present immediately before placement. The surface treatment shall not
be applied when the temperature is less than 50 degrees Fahrenheit in
the shade. When applying emulsions, the surface temperature shall be
a minimum of 55°F, and no more than 140°F.
C. Preparation of Surface: The cape seal material shall be placed on a
firm, unyielding prepared roadway. The Contractor shall be responsible
for clipping back shoulders and removing overburden or any other
vegetation or debris to ensure that the road is free of organic and
deleterious material. The contractor will be responsible for blowing or
sweeping the road immediately ahead of the chip seal operation to
ensure the road is free of loose aggregate and other debris. Remove
any thermoplastic striping materials and retro-reflective pavement
markers in the areas to be cape sealed. Provide temporary striping as
necessary to comply with Contract Documents. If water is used for
cleaning, allow any unsealed cracks to dry thoroughly before applying a
cape seal. Protect maintenance holes, valve boxes, drop inlets, and
other service entrances from the cape seal mixture by a suitable method.
The Engineer will approve the surface preparation before the cape seal.
No loose aggregate, either spilled from the lay-down machine or existing
on the road, will be permitted on the final application.
D. Application of bituminous material: Liquid bituminous material shall
be applied using a pressure type distributor in a uniform, continuous
spread over the section to be treated. The distributor shall be moving
25-18-ITB
Page 22 of 122
forward at the proper speed when the liquid is discharged onto the
pavement to provide an even and consistent application at the rate
prescribed. If any areas are deficient, the operation shall be stopped and
corrected immediately. The liquid shall not be applied more than two
hundred feet before the aggregate spreader when the ambient air
temperature exceeds 75 degrees or one hundred feet if the air
temperature is below 75 degrees.
1. Single Chip Seal: The liquid bituminous material shall be applied at
a rate of 0.32 – 0.38 gallons per square yard, depending on the
composition of the existing roadbed, surface texture, and the
aggregate's size in use.
E. Application of cover Aggregate: Immediately following the spray
application of the liquid bituminous material, cover aggregate shall be
spread over the liquid material at a rate of 22 – 28 lbs. square yard
depending upon the type of road that is being resurfaced.
F. Rolling: Immediately following the first application of the cover material,
roll the entire surface with pneumatic rollers. Continue rolling as long as
necessary to ensure thorough keying of the cover aggregate into the
liquid bituminous material and as far as it is practicable and consistent
with the setting of the liquid bituminous material.
G. Sweeping: After rolling the first application of cover aggregate, lightly
broom the loose aggregate not to dislodge the aggregate embedded in
the liquid. Before the final lift is applied, sweep loose material within 24
to 48 hours after the first application.
H. Application of Final Lift: Pre-wet the surface by fogging ahead of the
spreader box with water. Adjust the application rate of the fog spray to
suit temperatures, surface texture, humidity, and dryness of the
pavement.
The material shall be of the desired consistency upon leaving the mixer.
Carry a sufficient amount of material in all parts of the spreader box at
all times so that complete coverage is obtained. Avoid overloading of the
spreader box. Do not allow lumping, balling, or unmixed aggregate in
the micro surfacing mixture.
Do not leave streaks, such as those caused by oversized aggregate, in
the finished surface. If excess streaking develops, stop production until
the situation has been corrected. Excessive streaking is defined as more
than four drag marks greater than 1/2 inch wide and 4 inches long, or 1
inch wide and 3 inches long, in any 30 yd2 areas. Do not permit
transverse ripples or longitudinal streaks of 1/4 inch in depth or greater
when measured by placing a 10-foot straight edge over the surface.
I. Rate of Application: The average application rate shall be following
Table 62-6 unless otherwise specified in the Contract Documents. Full-
width application rates must be maintained within ± 2 lbs/yd2 of the
25-18-ITB
Page 23 of 122
specified rate. Application rates are based upon the weight of dry
aggregate in the mixture. The maximum thickness of any single layer of
micro-surfacing at the edge of the pavement shall be 1/4 inch.
TABLE 62-6
FINAL APPLICATION RATES
AGGREGATE
TYPE LOCATION APPLICATION RATE(1)
Type II Collectors, Local Roads,
and Airport Runways
Single Application: 26-30
lbs/yd2
(1) Application rates are based upon the weight of dry aggregate in the mixture.
J. Joints: Prevent excessive buildup, uncovered areas, or unsightly
appearance on longitudinal and transverse joints. Provide suitable -width
spreading equipment to produce a minimum number of longitudinal
joints throughout the project. Place longitudinal joints on l ane lines,
where possible. Use half passes and odd -width passes only when
absolutely necessary. Do not apply a half pass as the last pass of any
area. Do not overlap longitudinal lane line joints by more than three
inches. Do not construct joints having more than a 1/4 inch difference in
elevation when measured by placing a 10 -foot straight edge over the
joint and measuring the elevation drop-off. Construct longitudinal joints
so that water is not held at the joint. Construct transverse joints at the
beginning and end project limits so that the elevation difference does not
exceed 1/4 inch.
K. Mix Stability: Produce a mixture that possesses sufficient stability, so
that premature breaking of the material in the spreader box does not
occur. The mixture shall be homogeneous during and following mixing
and spreading. The mixture shall be free of excess water or emulsified
asphalt and free of segregation of the emulsified asphalt and aggregate
fines from the coarser aggregate. Do not spray water directly into the
spreader box while applying material under any circumstances.
L. Handwork: Utilize hand squeegees to provide complete and uniform
coverage of cape-sealed areas that cannot be reached with the mixing
machine. Lightly dampen the area to be hand-worked before mix
placement, if necessary. Care shall be exercised to leave no unsightl y
appearance from handwork. When performing handwork, provide the
same type of finish as that applied by the spreader box.
M. Lines: Construct straight lines along curbs and shoulders. Do not permit
runoff in these areas. Keep lines at intersections straight to provide a
good appearance. If necessary, utilize a suitable material to mask off the
end of streets to provide straight lines. Edge lines shall not vary by more
than 2 inches horizontally.
N. Cleanup: Remove cape seal material from all areas such as manholes,
gutters, drainage structures, rumble strips, and as otherwise specified
25-18-ITB
Page 24 of 122
by the Engineer. Daily, remove any debris resulting from the
performance of the work.
2.3.5 Quality Assurance:
A. Material Monitoring: Provide a computerized material monitoring
system with integrated material control devices that are readily
accessible and positioned so the amount of each material used can be
determined at any time. Ensure the computer system is functional at the
beginning of work and during each calibration. Provide a backup
electronic materials counter that is capable of recording running count
totals for each material being monitored. Equip the mixer with a radar
ground measuring device. The computer system shall have the
capability to record, display and print the following information:
1. Individual sensor counts for emulsion, aggregate, cement, water,
and additive
2. Aggregate, emulsion, and cement output in pounds per minute
3. Ground travel distance
4. Spread rate in pounds per square yard
5. Percentages of emulsion, cement, water, and additive
6. Cumulative totals of aggregate, emulsion, cement, water, and
Additive
7. Scale factor for all materials
B. Sampling and Testing: The Engineer shall obtain one sample of micro-
surfacing mixture each day of production. The Engineer shall test each
sample following FM 5-563 and FM 1-T 030 to determine the residual
asphalt content and the gradation of the sample. Evaporate all water
from the sample before testing. Determine the deviation of the test
results for each sample from the mix design target values. Compare the
deviation from the mix design to the mixture control tolerances shown in
Table 62-7.
Table 62-7
Aggregate and Emulsified Asphalt - Acceptance Limits
Aggregate Tolerance from Mix Design Target
Values
Percent Passing No. 4 Sieve ± 6 percent
Percent Passing No. 8 Sieve ± 7 percent
Percent Passing No. 50 Sieve ± 6 percent
Percent Passing No. 200 Sieve ± 3.0 percent
Emulsified Asphalt
Residual Asphalt Content of Mixture ± 0.6 percent
25-18-ITB
Page 25 of 122
C. Application Rate: Control the application rate for micro surfacing on a
lot basis to within the “Total” range specified in 62 -6. A lot will be
considered as 0.10 lane miles. No additional compensation will be paid
for application rates placed in excess of the “Total” specified range. The
unit price for each deficient lot will be reduced by ten percent for each
lb/yd2 rate less than the “Total” specified range. For application rates
outside the “Total” specified range, stop production of the mixture and
make adjustments to correct the problem to the Engineer's satisfaction
before resuming production. Accept a pay reduction for deficient lot
production or overlay the deficient area at full plan width and depth at no
additional cost.
D. Traffic Control: The Contractor shall furnish all necessary traffic control,
barricades, signs, and flagmen to ensure the safety of the traveling
public and to all working personnel. Traffic shall not travel on the fresh
mix until rolling and blotting have been completed. The Contractor shall
submit an MOT plan indicating all facets of traffic control for the project
area. The MOT plan must be accepted in writing by the City before
commencing any work. All traffic control shall be following the FDOT
Roadway Design Standards, most current edition, and TP-102. MOT
and associated devices shall be checked daily and periodically
throughout the project for compliance, and where adjustments or
corrections are needed, prompt revisions shall be made. In the event
that the work requires a special traffic control plan that deviates from
FDOT standards, the contractor shall submit a signed and sealed traffic
control to the City for acceptance. This signed and sealed plan shall be
incidental to the construction cost.
E. Method of Measurement: If a pay item is listed on the unit price
proposal for work required in this Technical Provision, the quantity to be
paid shall be as specified in the unit price proposal, including all items
of work described herein. Any item necessary for Cape Seal, not
specifically listed in another item in the unit price proposal, shall be
included. The prime contractor must perform at least 51% or more of the
project that includes Cape Seal.
F. Basis of Payment: The quantities to be paid for under this Technical
Provision shall be included in the Square Yard price for Cape Seal as
listed in the unit price proposal. The Unit price includes all items listed in
the contract, including all General Conditions, Special Conditions, and
Technical Provisions pertaining to Cape Seal, including all items of work
described herein. No additional payment will be provided for any item
necessary to complete this contract as detailed in the specifications,
except that at the direction of the City.
G. Warranty of Cape Seal: The Contractor shall provide the City upon final
acceptance of the Cape Seal work a warranty period of three (3) years
which shall include all labor, materials, hauling, traffic control, and
striping to repair the defective areas. Defective areas shall include
25-18-ITB
Page 26 of 122
debonding/delamination, excessive raveling, and aggregate loss
exposing the old roadway surface. The Contractor shall perform all
warranty work at no cost to the City. The Contractor shall have been
doing business in the State of Florida for at least four years fr om the
date of this bid and have full-time, experienced personnel to respond to
any warranty issues within 24 hours. The Contractor can be called to
perform work or warranty work at any time of the year as needed by the
City. The Contractor must have a full-time presence with an office,
experienced personnel, and the proper equipment in Florida to respond
365 days a year.
2.4 MICRO-SURFACING
2.4.1 Micro-Surfacing shall be performed following FDOT Specification Section
335, provided as follows for reference. Any reference to the “Engineer” shall
mean “Engineer or the City.” All payment terms shall be following Contract
Terms contained in the Contract Documents.
2.4.2 SECTION 335
A. Micro-Surfacing
1. Description. Construct a micro-surfacing pavement with the type of
mixture specified in the Contract Documents. Micro-surfacing is a
mixture of polymer-modified emulsified asphalt, mineral aggregate,
mineral filler, water, and other additives, properly proportioned,
mixed, and spread on a paved surface. The mix shall be capable of
being spread in variable thickness cross-sections (wedges, ruts,
scratch courses, and surfaces), which, after curing and initial traffic
consolidation, resists compaction throughout the entire design
tolerance range of asphalt binder content and variable thickness to
be encountered. The end product shall maintain a skid -resistant
surface in variable thick sections throughout the service life of the
micro-surfacing. The mix shall be a quick-traffic system that will
accept straight rolling traffic one hour after application.
B. Materials
335-2.1 Emulsified Asphalt:
1. 335-2.1.1 General Requirements: Provide a quick-traffic, polymer-
modified emulsified asphalt conforming to the requirements specified
in AASHTO M 208 for CSS-1h, as listed in Table 335-1. The cement
mixing test shall be waived for this product.
a. The polymer material shall be co-milled into the asphalt or
added to the emulsifier solution before the emulsification
process. The amount of polymer modifier shall not be less
25-18-ITB
Page 27 of 122
than 3.0% polymer solids based on the asphalt content (by
weight) and certified by the emulsified asphalt supplier.
b. The Contractor’s Engineer and City representative may
waive the five-day settlement test, provided job-stored
emulsified asphalt is used within 36 hours from the time of
the shipment or the stored material has had additional
emulsified asphalt blended into it before use.
2. 335-2.1.2 Quality Tests: The emulsified asphalt, and emulsified
asphalt residue, shall meet the requirements of AASHTO M 208 for
CSS-1h, with the following additions:
Table 335-1
Quality Tests for Emulsified Asphalt
AASHTO Test No. Emulsified Asphalt Property Specification
Requirements
AASHTO T 59 Residue after Distillation (1) 62% Minimum
AASHTO T 59 Cement Mixing Not Required
Quality Tests for Emulsified Asphalt Residue
AASHTO T 53 Softening Point 135°F (57°C)
Minimum
(1) Maintain the test temperature at 350°F (177°C) for 20 minutes.
3. 335-2.1.3 Sampling, Certification, and Verification: For the first
load of emulsified asphalt produced for the project, the supplier shall
submit a sample to the Contractor’s Engineer for testing before use.
A pretest number will then be assigned by the Contractor’s Engineer,
and the pretest number shall be furnished with all emulsified asphalt
delivered to the project.
At any time during application, the Contractor’s Engineer may
sample and test all subsequent loads of emulsified asphalt delivered
to the project to verify and determine compliance with specification
requirements. Where these tests identify material outside
specification requirements, the Contractor’s Engineer may require
the supplier to cease shipment of that pre-tested product. A further
shipment of that pre-tested product to the owning agency’s projects
will remain suspended until the cause of the problem is evaluated
and corrected by the supplier to the satisfaction of the Contractor’s
Engineer and City representative.
C. 335-2.2 Aggregate:
1. 335-2.2.1 General: Use an aggregate consisting of 100% crushed
stone. The aggregate shall be a crushed stone such as granite, slag,
limestone, chat, or other high-quality aggregate, or a combination
thereof. To assure the material is 100 percent crushed, the parent
aggregate will be larger than the largest stone in the gradation used.
25-18-ITB
Page 28 of 122
Use aggregate source(s) from the list of aggregates available on
FDOT’s website and meet the requirements of this specification.
2. 335-2.2.2 Aggregate Quality Tests: In addition to the requirements
of FDOT Standard Specification Sections 901 and 902, meet the
minimum aggregate requirements of Table 335-2.
Table 335-2
Quality Tests for Aggregate
AASHTO Test No. Aggregate Property Specification
Requirements
AASHTO T 176 Sand Equivalent 65 Minimum
AASHTO T 104 Soundness
15% Maximum using
Na2SO4 or 25% Maximum
using MgSO4
AASHTO T 96 Abrasion Resistance 30% Maximum
(1) The abrasion test will be performed on the parent aggregate.
3. 335-2.2.3 Gradation Requirements: When tested following FM 1-T
027 and FM 1-T 011, the target (mix design) aggregate gradation,
including the mineral filler, shall be within the gradation range for a
Type II mixture shown in Table 335- 3, Column II.
Table 335-3
Quality Tests for Aggregate
Sieve Size
Type II Mix Design
Range Percent
Passing
Stockpile Tolerance from Mix
Design
Percent Passing
3/8 inch 100 N/A
No. 4 90 – 100 ± 5%
No. 8 65 – 90 ± 5%
No. 16 45 – 70 ± 5%
No. 30 30 – 50 ± 5%
No. 50 18 – 30 ± 4%
No. 100 10 – 21 ± 3%
No. 200 5 -15 ± 2%
The aggregate will be accepted from the stockpile located at the
project. The stockpile will be accepted based on five quality control
gradation tests conducted following FM 1-T 002. If the average of the
five gradation tests is within the stockpile tolerances shown in Table
335-3, Column III for all of the sieve sizes, then the stockpile is
accepted. If the average of the five gradation tests is not within the
stockpile tolerances shown in Table 335-3, Column III, for any sieve
size, remove the stockpiled material and replace it with new
aggregate or blend other aggregate sources with the stockpiled
material. Aggregates used in blending must meet the quality tests
shown in Table 335-2 before blending and must be blended in a
manner to produce a consistent g radation and sand equivalent
25-18-ITB
Page 29 of 122
value. If new aggregate is obtained or blending of aggregates is
performed resulting in an aggregate that is not represented by the
mix design, submit a new mix design to the Contractor’s Engineer for
approval prior to production of the mix.
4. The Contractor’s Engineer may obtain stockpile samples at any time.
If the average of five gradation tests conducted in accordance with
FM 1-T 002 is not within the gradation tolerances shown in Table
335-3, Column III for any sieve size, cease production until the
problem is corrected to the satisfaction of the Engineer.
5. Screen all stockpiled aggregates at the stockpile area prior to
delivery to the paving machine to remove oversize material and non-
desirable particles.
D. 335-2.3 Mineral Filler: If mineral filler is utilized in the mix design, use
non air-entrained Portland cement or hydrated lime that is free from
lumps. The Engineer will accept the mineral filler by visual inspection.
The type and amount of mineral filler shall be determined by a
laboratory mix design and will be considered as part of the aggregate
gradation. An increase or decrease of less than one percent mineral filler
may be permitted during production if it is found to result in better
consistency or set times. Any changes to the percentage of mineral filler
must meet the requirements of Table 335-5.
E. 335-2.4 Water: Utilize water that is potable and free of harmful soluble
salts, reactive chemicals, or any other contaminants.
F. 335-2.5 Additives: Additives may be added to the mixture or any of the
component materials to provide control of quick- trafficking properties.
The additives to be used should be indicated on the mix design and be
compatible with the other components of the mix.
G. 335-2.6 Crack Filler: Utilize a crack filler meeting the material
requirements of Developmental Specification Section 305.
H. 335.3 Mix Design: Before work begins, the Contractor shall submit a
mix design to the Engineer. The mix design must have an aggregate
source used on five similar projects and developed using the specific
materials to be used on the project. The mix design shall be developed
by an independent, accredited laboratory with no affiliation to the
emulsion supplier and is endorsed by the International Slurry Surfacing
Association (ISSA) and has experience in designing micro surfacing
mixtures.
Submit the proposed mix design with supporting test data indicating
compliance with all mix design criteria. Allow the Engineer a maximum
of two weeks to either conditionally verify or reject the mix design.
Meet the requirements provided in Table 335-4. After the mix design has
been approved, no substitutions to the mix design will be permitted,
25-18-ITB
Page 30 of 122
unless approved by the Engineer. The Engineer will consider
inadequate field performance of a mix as sufficient evidence that the
properties of the mix related to the mix design have changed, and the
Engineer will no longer allow the use of the mix design. The project will
be stopped until it is demonstrated that those properties, or issues, have
been sufficiently addressed.
Table 335-4
Mix Design Testing Requirements
ISSA Test
No. Property Specification Requirements
ISSA TB-
139
Wet Cohesion:
@ 30 Minutes Minimum (Set)
@ 60 Minutes Minimum
(Traffic)
12 kg-cm Minimum
20 kg-cm or Near Spin
Minimum
ISSA TB-
109
Excess Asphalt by Loaded
Wheel Tester (LWT) Sand
Adhesion
50 g/ft2 Maximum
ISSA TB-
114 Wet Stripping 90% Minimum
ISSA TB-
100
Wet-track Abrasion Loss:
One-hour Soak
Six-day Soak
50 g/ft2 Maximum
75 g/ft2 Maximum
ISSA TB-
147
Lateral Displacement
Specific Gravity after 1,000
Cycles of 125 lb.
5% Maximum
2.10 Maximum
ISSA TB-
113(1) Mix Time @ 77°F (25°C) Controllable to 120 Seconds
Minimum
(1) The Cohesion test and Mixing Time test should be checked and reported for
the highest temperatures expected during construction.
The mix design must clearly show the proportions of aggregate, emulsified
asphalt, mineral filler, water, and additive usage based on the dry weight of the
aggregate. Meet the mix design component material requirements provided in
Table 335-5.
Table 335-5
Mix Design Component Material Requirements
Component Materials Specification Requirements
Residual Asphalt 5.5 to 10.5% (by dry weight of aggregate
Mineral Filler 0.5 to 3.0% (by dry weight of aggregate)
Polymer-based Modifier Minimum of 3.0% (solids based on asphalt weight
content)
Additives As needed
Water As required to produce proper mix consistency
25-18-ITB
Page 31 of 122
The materials (aggregates, emulsion, mineral filler, and additives) must
be from the same source, grade, and type used to develop the approved
mix design. Any substitutions or alternate supplies must be preapproved
by the Contractor’s Engineer. Changes in the aggregate source or
emulsion source require re-validating the mix design and the
performance properties. Blending, co-mingling and otherwise combining
materials from two or more sources, grades or types is strictly prohibited.
Aggregate stockpiles and emulsion material should be located at or near
the job site in sufficient quantity for the job or designated parts of the job.
I. 335.4 Equipment.
1. 335-4.1 General: Maintain all equipment, tools, and machines used
in the performance of this work in satisfactory working condition at
all times to ensure a high-quality product.
2. 335-4.2 Mixing Equipment: Use a machine specifically designed
and manufactured to place micro-surfacing. Truck-mounted and self-
loading continuous machines are acceptable. Mix the material with
an automatic-sequenced, self-propelled micro surfacing mixing
machine. It shall be a continuous-flow mixing unit able to accurately
deliver and proportion the mix components through a revolving multi-
blade, double-shafted mixer and to discharge the mixed product on
a continuous-flow basis. The machine shall have sufficient storage
capacity for all mix components to maintain an adequate supply to
the proportioning controls. Four truck-mounted machines will be
required for all projects or roads one-half mile or less in length.
Self-loading continuous machines shall be capable of loading
materials while continuing to lay micro surfacing, thereby minimizing
construction joints. Two self-loading machines will be required on all
projects or roads greater than one half mile in length. Self -loading
continuous machines shall be equipped to allow the o perator to have
full control of the forward and reverse speeds during applications of
the micro surfacing material and shall be equipped with opposite-
side driver stations to assist in alignment. The self -loading device,
opposite-side driver stations, and forward and reverse speed
controls shall be original equipment-manufacturer design.
3. 335-4.3 Proportioning Device: Provide and properly mark
individual volume or weight controls for proportioning each material
to be added to the mix (i.e., aggregate, minera l filler, emulsified
asphalt, additives, and water).
4. 335-4.4 Spreading Equipment: Agitate and spread the mixture
uniformly in the spreader box by means of twin-shafted paddles or
spiral augers fixed in the spreader box. Provide a front seal to ensure
no loss of the mixture at the road contact point. The rear seal shall
act as a final strike-off and shall be adjustable. The spreader box and
rear strike-off shall be so designed and operated that a uniform
25-18-ITB
Page 32 of 122
consistency is achieved and a free flow of material is provided to the
rear strike- off. The spreader box shall have suitable means to
hydraulically adjust the box width automatically while traveling
behind the mixing unit, and be able to side shift the box to
compensate for variations in the pavement geometry.
5. 335-4.4.1 Secondary Strike-off: Provide a secondary strike-off to
improve surface texture. The secondary strike-off shall have the
same adjustments as the spreader box. No burlap drags will be
permitted on the final applications.
6. 335-4.4.2 Rut-filling Equipment: When required by the Contract
Documents, micro surfacing material may be used to fill ruts, utility
cuts, depressions in the existing surface, etc. When rutting or
deformation is less than 1/2 inch, a full-width scratch course may be
applied with the spreader box using a metal or stiff rubber strike-off.
Ruts of 1/2 inch or greater in-depth shall be filled independently with
a rut-filling box, either five or six feet in width. Ruts that are in excess
of 1 1/2 inches in depth may require multiple applications with the
rut-filling box to restore the cross-section.
When a rut box is used, emulsified asphalt content may be reduced
by 0.5% of the mix design target. Any reduction of emulsified asphalt
content must be within the tolerance of the job mix formulation listed
in the mix design. Material placed with the rut-filling box shall have a
1/4 inch crown to allow for traffic consolidation. Before placing
subsequent lifts, allow all rut-filling material to cure under traffic for
at least 24 hours
7. 335-4.5 Auxiliary Equipment: Provide suitable surface preparation
equipment, traffic control equipment, hand tools, and any other
support and safety equipment necessary to perform the work.
J. 335.5 Calibration: Calibrate each mixing unit to be used in the
performance of the work in the presence of the Engineer before the start
of construction. Previous calibration documentation covering the exact
materials to be used may be acceptable, provided that no more than 60
days have lapsed. Document the individual calibration of each material
at various settings, which can be related to the machine metering
devices.
Do not utilize any mixing unit on the project until the calibration has been
completed and approved by the Engineer. Any component replacement
affecting material proportioning requires that the machine be
recalibrated. No machine will be allowed to work on the project until the
calibration has been completed and accepted.
K. 335.6 Weather Limitations. Do not apply micro surfacing if either the
pavement or air temperature is below 50°F. Do not apply micro surfacing
when there is the possibility that the finished product will freeze within
25-18-ITB
Page 33 of 122
24 hours. Do not apply micro-surfacing in the rain or when there is
standing water on the pavement. The mixture shall not be applied when
weather conditions prevent opening to traffic within a reasonable
amount of time, as determined by the Engineer.
L. 335.7 Surface Preparation.
1. 335-7.1 General: Remove any thermoplastic striping materials and
retro-reflective pavement markers in the areas to be micro surfaced.
Provide temporary striping as necessary to comply with Contract
Documents. Immediately before applying the micro -surfacing, clear
the surface of all loose material, silt spot s, vegetation, and other
material that will negatively affect the quality of the micro -surfacing,
utilizing any standard cleaning method. If water is used for cleaning,
allow any unsealed cracks to dry thoroughly before applying micro-
surfacing.
Protect manholes, valve boxes, drop inlets, and other service
entrances from the micro- surfacing mixture by a suitable method.
The Engineer will approve the surface preparation before micro -
surfacing. No loose aggregate, either spilled from the lay-down
machine or existing on the road, will be permitted.
2. 335-7.2 Cracks: Pre-treat any cracks in the pavement's surface with
a crack filler meeting the requirements of FDOT Developmental
Specification Section 305 prior to the application of the micro -
surfacing. Fill any cracks with a width greater than 1/4 inch. Do not
overfill the cracks. Crack filling material must cure for a minimum of
30 days prior to application of the micro surfacing.
3. 335-7.3 Rumble Strips: Where shoulders are not to be micro
surfaced, prevent material from being applied to or entering any
rumble strip depressions. If necessary, remove any material that
enters the depressions. When rumble strips are to be micro surfaced,
place a scratch course to fill the depressions prior to placing the final
surface course.
4. 335-7.4 Tack Coat: Place a tack coat on all collector roads prior to
constructing a micro-surfacing course. A tack coat is not required on
residential roads or between the leveling (scratch) course and the
surface course provided the surface course is placed within 30 days
of the leveling (scratch) course. If required, the tack coat should be
type SS, type CSS, or the micro-surfacing emulsified asphalt. It may
consist of one part emulsified asphalt to three parts water and should
be applied with a standard distributor. The distributor shall be
capable of applying the tack evenly at a rate of 0.05 -0.15 gal/yd2.
25-18-ITB
Page 34 of 122
M. 335.8 Application.
1. 335-8.1 General: Pre-wet the surface by fogging ahead of the
spreader box with water. Adjust the rate of application of the fog
spray to suit temperatures, surface texture, humidity, and dryness of
the pavement.
The micro surfacing shall be of the desired consistency upon leaving
the mixer. Carry a sufficient amount of material in all parts of the
spreader box at all times so that complete coverage is obtained.
Avoid overloading of the spreader box. Do not allow lumping, balling,
or unmixed aggregate in the micro surfacing mixture.
Do not leave streaks, such as those caused by oversized aggregate,
in the finished surface. If excess streaking develops, stop production
until the situation has been corrected. Excessive streaking is defined
as more than four drag marks greater than 1/2 inch wide and 4 inch es
long, or 1 inch wide and 3 inches long, in any 30 yd2 area. Do not
permit transverse ripples or longitudinal streaks of 1/4 inch in depth
or greater, when measured by placing a 10 -foot straight edge over
the surface.
2. 335-8.2 Rate of Application. The average application rate shall be
in accordance with Table 335-6, unless otherwise specified in the
Contract Documents. Full width application rates must be maintained
within ± 2 lbs/yd2 of the specified rate. Application rates are based
upon the weight of dry aggregate in the mixture. The maximum
thickness of any single layer of micro-surfacing at the edge of the
pavement shall be 1/4 inch.
AGGREGATE
TYPE LOCATION APPLICATION RATE (1)
Type II
Collectors, Local
Roads, and
Airport Runways
Single
Application:
20-24 lbs/yd2
Double Application
(two lifts):
Bottom: 14-18 lbs/yd2
Top: 16-20 lbs/yd2
Total: 30-34 lbs/yd2
Scratch or
Leveling
Course
As Required --- 12 lbs/yd2 (minimum)
(1) Application rates are based upon the weight of dry aggregate in the mixture.
3. 335-8.3 Joints: Prevent excessive buildup, uncovered areas, or
unsightly appearance on longitudinal and transverse joints. Provide
suitable-width spreading equipment to produce a minimum number
of longitudinal joints throughout the project. Place longitudinal joints
on lane lines, where possible. Use half passes and odd-width passes
only when absolutely necessary. Do not apply a half pass as the last
pass of any area. Do not overlap longitudinal lane line joints by more
than three inches. Do not construct joints having more than a 1/4 inch
25-18-ITB
Page 35 of 122
difference in elevation when measured by placing a 10 -foot straight
edge over the joint and measuring the elevation drop -off. Construct
longitudinal joints so that water is not held at the joint. Construct
transverse joints at the beginning and end project limits so that the
elevation difference between the micro-surfacing and the adjacent
pavement does not exceed 1/4 inch.
4. 335-8.4 Mix Stability: Produce a micro-surfacing mixture that
possesses sufficient stability so that premature breaking of the
material in the spreader box does not occur. The mixture shall be
homogeneous during and following mixing and spreading. The
mixture shall be free of excess water or emulsified asphalt and free
of segregation of the emulsified asphalt and aggregate fines from the
coarser aggregate. Do not spray water directly into the spreader box
while applying micro surfacing material under any circumstances.
5. 335-8.5 Handwork: Utilize hand squeegees to provide complete and
uniform coverage of micro-surfaced areas that cannot be reached
with the mixing machine. Lightly dampen the area to be hand worked
prior to mix placement, if necessary. Care shall be exercised to leave
no unsightly appearance from handwork. When performing
handwork, provide the same type of finish as that applied by the
spreader box.
6. 335-8.6 Lines: Construct straight lines along curbs and shoulders.
Do not permit runoff on these areas. Keep lines at intersections
straight to provide a good appearance. If necessary, utilize a suitable
material to mask off the end of streets to provide straight lines. Edge
lines shall not vary by more than 2 inches horizontally.
7. 335-8.7 Cleanup: Remove micro surfacing mixture from all areas
such as manholes, gutters, drainage structures, rumble strips, and
as otherwise specified by the Engineer. On a daily basis, remove any
debris resulting from the performance of the work.
8. 335-8.8 Post Sweeping: If required by the Engineer, broom the
surface of any loose material within 48 hours after the completion of
the micro surfacing. If directed by the Engineer, perform this
operation again approximately seven to ten days after completion of
the micro surfacing as needed. Additiona lly, clean the surface, as
necessary, prior to application of the final pavement markings.
N. 335-9 Quality Assurance.
1. 335-9.1 Material Monitoring: Provide a computerized material
monitoring system with integrated material control devices that are
readily accessible and positioned so the amount of each material
used can be determined at any time. Ensure the computer system is
functional at the beginning of work and during each calibration.
Provide a backup electronic materials counter that is capable of
25-18-ITB
Page 36 of 122
recording running count totals for each material being monitored.
Equip the mixer with a radar ground measuring device. The computer
system shall have the capability to record, display and print the
following information:
a. Individual sensor counts for emulsion, aggregate, cement,
water, and additive.
b. Aggregate, emulsion, and cement output in pounds per
minute.
c. Ground travel distance.
d. Spread rate in pounds per square yard.
2. 335-9.2 Sampling and Testing: The Engineer shall obtain one
sample of micro-surfacing mixture each day of production. The
Engineer shall test each sample in accordance with FM 5-563 and
FM 1-T 030 to determine the residual asphalt content and the
gradation of the sample. Evaporate all water from the sample prior
to testing. Determine the deviation of the test results for each sample
from the mix design target values. Compare the deviation from the
mix design to the mixture control tolerances shown in Table 335-7.
Table 335-7
Aggregate and Emulsified Asphalt - Acceptance Limits
Aggregate Tolerance from Mix Design Target Values
Percent Passing No. 4
Sieve ± 6 percent
Percent Passing No. 8
Sieve ± 7 percent
Percent Passing No. 50
Sieve ± 6 percent
Percent Passing No. 200
Sieve ± 3.0 percent
Emulsified Asphalt
Residual Asphalt Content of
Mixture ± 0.6 percent
3. 335-9.3 Application Rate: Control the application rate for micro
surfacing on a lot basis to within the “Total” range specified in 335-6.
A lot will be considered as 0.10 lane miles. No additional
compensation will be paid for micro surfacing application rates
placed in excess of the “Total” specified range. The unit price for
each deficient lot will be reduced by ten percent for each lb/yd2 rate
less than the “Total” specified range. For application rates outside
the “Total” specified range, stop production of the mixture and make
adjustments to correct the problem to the satisfaction of the
Contractor’s Engineer before resuming production. Accept a pay
25-18-ITB
Page 37 of 122
reduction for deficient lot production or overlay the deficient area at
full plan width and depth at no additional cost.
O. 335-10 Basis of Payment
1. 335-10.1 General: The micro surfacing shall be paid for at the
Contract unit price per square yard, completed, and accepted. Such
price and payment shall be full compensation for performing all
micro- surfacing work included in this section, and shall include the
cost of all materials, including the cost of the emulsified asphalt and
aggregate. Crack sealing, if required, shall be paid for under the
appropriate pay item.
2. Payment will be made under:
Double Micro Per square yard
Single Micro Per square yard
Crack Sealant Per Gallon
Rut Filling (Leveling) Per Ton
P. Public Outreach: The contractor shall distribute by hand, a typed notice
to all residences and businesses on the street to be treated two weeks
before and 24 hours before. The notice will be delivered no more than
24 hours prior to the treatment of the road. The notice wil l have a local
phone number that residents may call to ask questions. The notice shall
be of the door hanger type, which secures to the door handle of each
dwelling. Unsecured notices will not be allowed. The contractor shall
also place the notice on the windshield of any parked cars on the street.
A hand distribution of this notice will be considered incidental to the
contract.
2.5 In-Place Recycling – Reconstruction with Asphalt Emulsion and
Cement Blend Specification (Full Depth Reclamation).
2.5.1 his work shall consist of the preparation of a stabilized base course
composed of a mixture of the existing bituminous concrete pavement,
existing base course material, emulsified asphalt, Portland cement and
other additives per the mix design. The manufacturing of the stabilized base
course shall be done by in-place pulverizing and blending of the existing
pavement and base materials, and the introduction of asphalt emulsion,
cement, and additives if called for in the Special Conditions or design mix
formula. The process, which results in a stabilized base course, shall be
accomplished in accordance with these specifications and conform to the
lines and grades established by the engineer.
2.5.2 Existing asphalt pavement shall be pulverized by a method that does not
damage the material below the plan depth as shown on the appropriate
roadway section.
25-18-ITB
Page 38 of 122
2.5.3 Materials:
A. RAP: Materials must meet all requirements specified in the 2017 Florida
Department of Transportation Standard Specifications for Road and
Bridge Construction 283-2, except that 98% of all material is required to
pass through a 50 mm (2 inch) sieve.
B. Additional Base Materials: Additional base materials may be needed
to meet the mix design parameter for adjusting grade elevations, as
directed by the engineer, or for widening. When such additional material
is required it shall be among those bases listed in FDOT Design
Standards as General Use Optional Base Materials and meet applicable
FDOT requirements for such. Section 285, Table 285-1 FDOT.
C. Asphalt Emulsion: When the mix design calls for stabilization with
asphalt emulsion, utilize CSS-1h or CMS-2h, meeting the requirements
of AASHTO M 208-01 (2009) and approved by the State Materials Office
prior to use.
D. Foamed Asphalt: If the mix design calls for stabilization with foamed
asphalt utilize an asphalt binder meeting the requirements of Section
916 FDOT and listed on the FDOT Department's Approved Products
List.
E. Portland Cement: When a blend of asphalt emulsion and Portland
cement is specified the Portland cement shall be type I or II and conform
to the latest standard requirements of ASTM C150 and AASHTO M85.
When cement is added with the emulsion no more than 2.5% shall be
used on the project, unless approved by the Engineer.
F. Water: The water for the base course compaction and foaming additive
shall be clean and free from sewage, oil, acid, strong alkalis, or
vegetable matter and it shall be in sufficient supply for mixing and curing.
Water of questionable quality shall be tested in accordance with the
requirements of AASHTO T 26.
G. Soil: The soil base to be reclaimed shall be evaluated by a professional
geotechnical engineering laboratory to determine suitability in the
stabilization process. The soil shall be free of roots, sod, weeds and
deleterious materials.
2.5.4 Equipment:
A. Road Reclaimer: Shall be originally designed for pavement reclaiming
of a size equal to or larger than a Wirtgen WR 240i with comparable
specifications including but not limited to: horsepower, rotor size, and
injection system. The reclaimer shall be capable of pulverizing and
mixing pavement, base materials, and subgrade soil to a depth of 20
inches. It shall have the capability of introducing and metering additives
uniformly and accurately and that positive displacement pumps
accurately meter the planned amount of asphalt emulsion into the
25-18-ITB
Page 39 of 122
mixture. The reclaiming machine shall mix the emulsified asphalt and
cement additive thoroughly with the RAP and soil materials. The pump
shall be mechanically or electronically interlocked with the ground speed
of the machine. The asphalt metering system and water metering
system shall be capable of continuously monitoring (GPM) flow, and
totaling the quantity of water and asphalt applied into the mixing
chamber. Additives shall be uniformly distributed and mixed with the
pulverized material, any existing underlying material as specified.
B. Milling Machine: A 10 foot and a 12 foot mill, self-propelled, bi-
directional, down-cutting, lateral/horizontal mixing, cold milling machine
capable of pulverizing the existing asphalt (and base material as needed
to a maximum depth of 14 inches) in a single pass to the depth shown
on the plans will be required. The machine shall have automatic depth
controls to maintain the cutting depth to within ¼ in (6 mm) of that shown
on the plans and shall have a positive means for controlling cross slope
elevations. A 30 foot non-contact averaging beam must be used on the
mill. The use of a heating device to soften the pavement will not be
permitted. Up-cutting machines shall not be permitted. Machines that
only provide vertical mixing will not be permitted.
The milling machine must be equipped with a liquid metering device
capable of adjusting the flow of asphalt emulsion to compensate for any
variation in the speed of the machine. The metering device shall deliver
the amount of asphalt emulsion to within 0.2 percent of the required
design amount by weight of pulverized bituminous material (for example,
if the design requires 3.0 percent, the metering device shall maintain the
emulsion amount between 2.8 percent and 3.2 percent). The asphalt
emulsion pump should be of sufficient capacity to allow emulsion
contents up to 3.5% by weight of pulverized bituminous material. Also,
automatic digital readings will be displayed for both the flow rate and
total amount of pulverized bituminous material and asphalt emulsion in
appropriate units of weight and time.
C. Bituminous Paver: A self-propelled high density paver having tamper
bar compaction, electronic grade and cross slope control for the screed
shall be utilized. The equipment shall be of sufficient size and power to
spread and lay the reclaimed base mixture in one smooth continuous
pass to the specified section and according to the plans. A 30 foot non -
contact averaging beam must be used on the bituminous paver. To
reduce material segregation, the bituminous paver must utilize a hopper
insert.
D. Motor Grader: Shall be of sufficient size and horsepower to adequately
rough grade the pulverized base and rough and finish grade the mixed
and compacted base. The equipment shall be in good working order free
from leaks and capable of maintaining an accurate grade and cross-
slope.
25-18-ITB
Page 40 of 122
E. Rollers: Shall be in good working order free from leaks and capable of
compacting the mix to the requirements of this specification: Vibratory
rollers shall be a minimum of 10 tons and capable of rolling in either
vibratory or static mode. Three wheel static rollers shall be a minimum
of 11 tons. Pneumatic tire rollers shall have a minimum of 9 oscillating
wheels with smooth, low pressure tires (pressure shall be equally
matched in all tires within 5 PSI) and weigh at least 28 tons. Initial
compaction shall be accomplished by either single or dual drum
vibratory or three wheel roller static rollers.
F. Additional Equipment: Additional equipment will be needed to
complete the operations required by this technical provision. All
equipment necessary for the successful completion of projects governed
by this technical provision shall be included in the unit costs associated
herein. Availability of quality assurance devices (such as a 10' straight
edge) shall be the responsibility of the Contractor.
G. Cement Delivery Equipment: Ensure cement is spread uniformly and
accurately during the recycling process with an Integrated binder
spreader system, capable of spreading in various widths by opening or
closing panels and micro processer-controlled metering cells for precise
metering of the cement. The spreader shall be mounted on the Road
Reclaimer, have digital and automated controls and be dust free.
Minimize the amount of airborne cement dust to the satisfaction of the
Engineer and in accordance with OSHA regulations.
A cement spreader can only be used if milling machines are required.
The cement spreader shall be equipped with a bag house and curtains
and be capable of spreading 25 tons at one time before being reloaded.
Cement will not be allowed to be spread with spreader bar s from a
tanker.
H. Experience: All contractors and their subcontractors shall be FDOT
prequalified in the work classes of drainage, flexible paving, grading, and
hot plant–mixed bituminous courses.
3. Bidders must submit with the bid a minimum of five (5) In-Place
Recycling-Reconstruction (with emulsion and cement blend
stabilization) project references from a City or County in the State of
Florida, that have been completed within the past two (2) years.
4. The contractor should have in their possession at the time of bidding,
three (3) or more Road Reclaimers and two or more Milling Machines
as described in the equipment section of the specification.
5. Staff shall have the option to inspect the Contractor’s equipment, and
if it is found deficient, it shall be the basis for rejecting the
Contractor’s bid.
25-18-ITB
Page 41 of 122
2.5.5 Construction:
A. Layout: The Contractor will be responsible for the string lining and lay
out of the roadway prior to paving. Elevations of the existing road must
be referenced at sufficient intervals to ensure the reclaimed roadway
elevation, template and cross slope are as previously planned after the
final wearing surface is placed. Method for layout and line and elevation
reference must be approved by the engineer prior to beginning work.
B. Weather and Seasonal limitations: The base shall not be mixed or
placed while the atmospheric temperature is below 40 deg F (2 deg C)
or when conditions indicate that the temperature may fall below 35 deg
F (2 deg C) within 24 hours, or when the weather is foggy or rainy, or
when the soil or sub grade is frozen.
C. Mix Design: Prior to construction, obtain an adequate number of core
samples to develop the mix design(s). Representative samples of the
asphalt pavement material, underlying base material, and virgin
materials, where applicable, shall be supplied to an independent,
nationally accredited laboratory with no partnership with the emulsion
supplier, for testing to determine the proportions of asphalt emulsion and
cement needed to produce a mix design meeting the requirements of
Table 198-1. The optimum binder content shall be the binder content
that results in the highest wet tensile strength while also having 70%
retained tensile strength compared to the dry strength and additionally
has a minimum 3500 pounds Marshall stability. Cement shall be used at
a minimum dosage rate of 1% and at a maximum dosage rate of 2.5%
by dry weight of reclaimed material. Cement amounts greater than 2.5%
will only be allowed if approved by the engineer. The mix design shall
be signed and sealed by a professional engineer and submitted to the
Engineer prior to use for approval.
Table 198-1
Mix Design Criteria
Test Test Method Number Criteria
Gradation of reclaimed material AASHTO T 27-11 Report
Determination of optimum binder content
Compaction effort at optimum
fluids content. Marshall
Compactor; 50 blows/side or
Superpave Gyratory Compactor,
100 mm diameter specimens, 30
gyrations.
Density determination.
Asphalt Institute MS 14,
Appendix F.
ASTM D6926-10
AASHTO T 312-12
FM 1-T 166
Report
Marshall stability
Cure at 60°C to constant weight.
Test at 40°C.
ASTM D6927-06 2,500 minimum
stability
25-18-ITB
Page 42 of 122
Determination of optimum binder content
Resistance of compacted
bituminous mixture to moisture
induced damage.
55 to 75% vacuum saturation,
water bath at 25°C for 23 hours,
last hour in water bath at 40°C.
AASHTO T 283-07
(2011)
70% minimum
retained tensile
strength
D. Widening: When the existing base is to be widened, the Contractor shall
excavate the shoulder from the edge of the existing pavement to at least
6 inches beyond the planned new width of the base prior to pulverization.
All costs involved in collecting, hauling, and disposing of these materials
shall be borne by the Contractor.
The bottom of the trench shall be kept free of loose soil and vegetation.
Reclaimed existing roadway parent materials or approved base material
(those bases listed in FDOT Design Standards as General Use Optional
Base Materials) shall be placed in the excavation uniformly and without
loss or contamination. The Contractor shall correct all areas of irregular
grade or deficient thickness and shall remove and replace material
contaminated with soil, organic material, or debris.
After the final pass of the recycler, soil shall be drawn up against the
widening material to close the excavation, and the shoulder shall be
graded and compacted to produce a firm, even surface.
E. Additional Material: When additional material is to be added to correct
cross slope deficiencies or change elevation as directed by the engineer,
approved base material (those bases listed in FDOT Design Standards
as General Use Optional Base Materials) shall be placed on the roadway
prior to final pass for pulverization and mixed uniformly with the existing
material.
F. Pulverization: The existing pavement and base material shall be
pulverized and blended to the depth required so the entire mass of
material shall be uniformly graded to the following gradation:
Table 198-2
SIEVE SIZE PERCENT PASSING
2” 98 - 100
1-1/2” 95
Material gradation may vary due to local aggregates and conditions.
Multiple passes of the reclaimer may be necessary to achieve the
required gradation.
The asphalt emulsion or asphalt and water (to produce a foamed
asphalt) shall be introduced into the m ix through the reclaimer uniformly
and accurately and metered such that areas are of equal consistency
25-18-ITB
Page 43 of 122
and moisture content. The reclaimed material and additives shall be
combined in place to meet the requirements specified in such
proportions that the reclaimed mixture is of acceptable composition and
stability. Before the start and at the end of each day’s work and at any
time requested, the engineer must be permitted access to the mixing
equipment in order to read the meter to verify the quantity of asph alt
emulsion applied during the day’s work. Field adjustments shall be made
as necessary to the recommended mix design under the guidance of a
knowledgeable and competent technician or superintendent to obtain a
satisfactory reclaimed mixture of consistent composition and stability
throughout the Project.
After the material has been processed, it shall be compacted to the lines,
grades, and depth required. Water may be applied to ensure optimum
moisture content at the time of mixing and compaction.
G. Compaction: Commence rolling with self-propelled rollers as required
by this technical provision at the low side of the course, except leave 3
to 6 inches from any unsupported edge or edges unrolled initially to
prevent distortion. Density readings shall be taken by Contractor’s
licensed nuclear gauge operator and witnessed by the
Engineer/inspector.
Rollers shall move at a uniform speed that shall not exceed 8 km/hour
(5 miles/hour). For static rollers, the drive drum normally shall be in the
forward position or nearest to the paver. Vibratory rollers shall be
operated at the speed, frequency and amplitude required to obtain the
required density and prevent defects in the mat.
The number, weight and type of rollers furnished shall be sufficient to
obtain the required compaction of the reclaimed material. The field
density of the compacted mixture shall be at least 94 percent of the
maximum density of laboratory specimens prepared from samples of the
base material taken from the material in place. The specimens shall be
compacted in accordance with AASHTO T-180. The in-place field
density shall be determined in accordance with ASTM D 2922.
Any pavement shoving or other unacceptable displacement shall be
corrected. The cause of the displacement shall be dete rmined and
corrective action taken immediately and before continuing rolling. Care
shall be exercised in rolling the edges of the reclaimed mixture so the
line and grade of the edge are maintained.
At the end of each day's production, a transverse construction joint shall
be formed by a header or by cutting back into the compacted material to
form a true vertical face free of loose material. The protection provided
for construction joints shall permit the placing, spreading, and
compacting of base material without injury to the work previously laid.
Where it is necessary to operate or turn any equipment on the completed
base course, sufficient protection and cover shall be provided to prevent
25-18-ITB
Page 44 of 122
damage to the finished surface. A supply of mats or wooden planks shall
be maintained and used as approved and directed by the Engineer.
H. Finishing: Finishing operations shall be completed and the base course
shall conform to the required lines, grades, and cross section. If
necessary, the surface shall be lightly scarified to eliminate any imprints
made by the compacting or shaping equipment. The surface shall then
be recompacted to the required density. Correct all irregularities greater
than ½” over ten feet to the satisfaction of the engineer.
I. Protection and Curing: After the base course has been finished as
specified herein, it shall be protected against drying for a period of 2 to
3 days by the application of a prime coat as specified in FDOT Standard
Specifications section 300 at a rate of not less than 0.15 gal/s y or a
sacrificial HMA paving 4.75 mix as per Dev 337 on collector & arterial
roads with over 10,000 ADT. Both are incidental and will be included in
the In-Place Recycling price. The curing method shall begin as soon as
possible, but no later than 24 hours after the completion of finishing
operations. The finished base course shall be kept moist continuously
until the curing material is placed.
If performed, micro fracturing will be performed within 48 to 72 hours
after the chemical admixtures have been introduced into the reclaimed
base
At the time the prime coat or 4.75 mix is applied, the surface shall be
dense, free of all loose and extraneous material, and shall contain
sufficient moisture to promote adhesion of the bituminous material.
To prevent equipment from marring or damaging the completed work,
protect finished portions of base used by equipment.
Do not allow traffic on the reclaimed base until it is assured the reclaimed
base surface will not distort, shove, or ravel under the anticipated
vehicular loading.
J. Thickness: The average thickness of the base constructed during one
day shall be within 1/2 inch (12 mm) of the thickness required, except
that the thickness of any one point may be within 3/4 inch (19 mm) of
that required. Where the average thickness shown by the
measurements made in one day's construction is not within the
tolerance given, the Engineer shall evaluate the area and determine if,
in his/her opinion, it shall be reconstructed at the Contractor's expense
or the deficiency deducted from the total material in place.
2.5.6 Sampling and Testing:
A. Quality Control: Perform the following quality control tests at the
prescribed frequency. Randomly determine sample locations in
accordance with ASTM D 3665-12 or equivalent. Reclaimed material
gradation: Determine the percent passing the following sieve sizes: 3
25-18-ITB
Page 45 of 122
inches and 2 inches. Obtain a sample at a frequency of one sample per
5,000 SY. Meet the requirements of Table 198 -2. If the requirements of
Table 198-2 are not met, adjust the pulverization operation so that the
resultant material will meet specification requirements or to the
satisfaction of the Engineer.
Moisture/density relationship of reclaimed base: Establish a wet/dry
density relationship for density specification compliance by obtaining a
sample at a frequency of once per 5000 square yards for Modified
Proctor (AASHTO T-180) determination. Determine the moisture
content in accordance with AASHTO T 110-03 (2011), AASHTO T 265-
12, or ASTM D 4643-08.
In-place field density: Perform one nuclear density test per 1000 square
yards. The dry field density (i.e. corrected gauge wet density) of the
compacted mixture shall average at least 96.0 percent of the maximum
laboratory dry density as determined by modified proctor. No individual
density test shall be lower than 94.0 percent of the maximum laboratory
dry density. If one density test is below 94.0 percent or two consecutive
density tests are below 96.0 percent of the maximum laboratory dry
density, cease production and resolve the issue to the satisfaction of the
Engineer before resuming production.
B. Marshall stability: Perform Marshall stability testing twice per day or
once per day if less than 1500 square yards is reclaimed. Meet the
requirements of Table 198-1. If the Marshall stability does not meet the
requirements of Table 198-1, cease production and resolve the issue to
the satisfaction of the Engineer before resuming production. Retained
tensile strength: Perform retained tensile strength testing twice per day
or once per day if less than 1500 square yards is reclaimed. Meet the
requirements of Table 198-1. If the retained tensile strength does not
meet the requirements of Table 198-1, cease production and resolve the
issue to the satisfaction of the Engineer before resuming production.
C. Depth of mixing: Determine the depth of mixing at least once per 250
square yards. Meet the requirements of Thickness.
Cross slope measurement: Meet the requirements of Table 330 -4 FDOT
2017.
Additional sampling and testing may be required if significant changes
in the characteristics of the reclaimed material are observed, such as a
much coarser or finer gradation or a noticeable difference in asphalt
content, or when there is considerable variability in the field test results.
All delivery tickets and notes regarding any materials brought to the
project site to complete this Contract must be given to the
Engineer/Inspector upon delivery to the project site.
2.5.7 Method of Measurement: If a pay item is listed on the unit price proposal
for work required in this Technical Provision, the quantity to be paid shall be
25-18-ITB
Page 46 of 122
as specified in the unit price proposal, including all items of work described
herein. Any item necessary for In-Place Recycling-Reconstruction with
Asphalt Emulsion and Cement, and not specifically listed in another item in
the unit price proposal, shall be included in the SY Price for Pulverization
including but not limited to shaping, compacting, finish grading, sacrificial
4.75 mix, prime coat, sanding prime coat, etc. Cost for introduction of
asphaltic cement into the mixture shall be included in the per GL cost f or
Asphalt Emulsion. Cost for excavation for widening will be included in the
CY Price for Excavation. Cost for additional materials needed for widening
or adjustment of grade as directed by the engineer shall be included in the
per TON Price for General Use Optional Base Material.
2.5.8 Basis of Payment: The quantities to be paid for under this Technical
Provision shall be included in the Square Yard price for In -Place Recycling-
Reconstruction, (Pulverization), the per Gallon price for Asphalt Emulsion,
the per ton price for Portland Cement, the per Cubic Yard price for
Excavation and the per TON price for General Use Optional Base Material.
The Unit prices include all items listed in the contract, including all General
Conditions, Special Conditions and Technical Provisions pertaining to In-
Place Recycling-Reconstruction with Asphalt Emulsion and Cement,
including all items of work described herein. No additional payment will be
provided for any item necessary for the completion of this contract as
detailed in the specifications.
2.5.9 Warranty of In-Place Recycling: The Contractor shall provide the City or
City upon final acceptance of the In- Place Recycling-Reconstruction with
Asphalt Emulsion and Cement work, a warranty period of three years (36
months) which shall include all materials and workmanship. The Contractor
shall have full time experienced personal to respond to any warranty issues
within 24 hours. The Contractor can be called to preform work or warranty
work at any time of the year as needed by the City. The Contractor must
have a full-time presence with an office, experienced personal and the
proper equipment in Florida to respond 365 days a year.
2.6 ASPHALT REJUVENATION
2.6.1 Description: The work specified in this section shall consist of furnishing
all labor, material, and equipment necessary to perform all operations for
the application of an asphalt rejuvenating agent to asphaltic concrete
surface courses.
2.6.2 The rejuvenation of surface courses shall be by spray application of a
maltene-based cationic rejuvenating agent composed of petroleum oils and
resins emulsified with water. All work shall be following the specifications,
the applicable drawings, and subject to the terms and conditions of this
contract.
25-18-ITB
Page 47 of 122
2.6.3 Materials: The asphalt rejuvenating agent shall be an emulsion composed
of a petroleum resin oil base uniformly emulsified with water. Each bidder
must submit a bid with a certified statement from the asphalt rejuvenator
manufacturer showing that the asphalt rejuvenating emulsion conforms to
the required physical and chemical requirements.
Test Methods Requirements
ASTM AASHTO Min Max
Tests on Emulsion
Viscosity @ 25○C, SFS D-244 T-59 15 40
Residue, % W1 D-244(Mod.) T-59(Mod) 60 65
Miscibility Test2 D-244(Mod.) T-59(Mod) No Coagulation
Sieve Test, %W3 D-244(Mod.) T-59(Mod) 0.1
Particle Charge Test D-244 T-59 Positive
Percent Light
Transmittance4 30
Tests on Residue from Distillation:
Flash Point, COC,○C D-92 T-48 196
Viscosity @ 60○C, cSt D-445 - 100 200
Asphaltenes, %w D-2006-70 - 1.00
Maltene Dist. Ratio5 D-2006-70 - 0.3 0.6
PC/S Ratio5 D-2006-70 - 0.5
Saturated
Hydrocarbons,S5 D-2006-70 - 21 28
1 - ASTM D-244 Modified Evaporation Test for percent of residue is made by
heating 50-gram sample to 149°C (300°F) until foaming ceases, then cool
immediately and calculate results.
2 - Test procedure identical with ASTM D-244-60 except that .02 Normal Calcium
Chloride solution shall be used in place of distilled water.
3 - Test procedure identical with ASTM D-244 except that distilled water shall be
used in place of two percent sodium oleate solution.
4 - Procedure for Determining Percent Light Transmittance on Asphalt
Rejuvenating Agent:
Scope: This procedure covers the determination of percent light transmittance of
the asphalt rejuvenating agent.
A. Apparatus:
1. Container may be glass, plastic or metal having a capacity of
6,000 ml.
2. Graduated cylinder, 1,000 ml, or greater
3. Light transmittance measuring apparatus, such as Bausch and
Lomb or Lumberton spectrophotometer
4. Graduated pipette having 1 ml capacity to 0.01 ml accuracy
5. Suction bulb for use with pipette
6. Test tubes compatible with spectrophotometer, 3/4” X 6, Bausch
and Lomb, Catalog No. 33-17-81, (B&L)
B. Calibration of spectrophotometer:
1. Calibrate spectrophotometer as follows:
25-18-ITB
Page 48 of 122
2. Set wavelength at 580 mu,
3. Allow spectrophotometer to warm-up thirty minutes,
4. Zero percent light transmittance (%LT) scale,
5. Rinse test tube three times with tap water and fill to top of circle
marking on B&L test tube or approximately 2/3 full,
6. Place tube in the spectrophotometer and set %LT scale at 100,
and,
7. Repeat steps (c) (e) two times or until no further adjustments
necessary.
C. Procedure:
1. Shake, stir or otherwise thoroughly mix emulsion to be tested.
Place sample of emulsion in beaker and allow to stand one
minute.
2. Place 2,000 ml tap water in container.
3. Suck 1.00 ml emulsion into pipette using suction bulb. Wipe off
outside of pipette.
4. Using suction bulb, blow emulsion into container.
5. Rinse pipette by sucking in diluted emulsion solution and blowing
out.
6. Clean pipette with soap or solvent and water. Rinse with acetone.
7. Stir diluted emulsion thoroughly.
8. Rinse out tube to be used with the diluted emulsion three times
and fill to top of circle.
9. Calibrate spectrophotometer.
10. Place diluted emulsion sample tube in spectrophotometer, cover
and read %LT to nearest tenth.
11. Repeat steps 9 and 10 until three identical consecutive readings
are achieved.
12. The elapsed time between addition of emulsion to dilution of water
and final %LT reading should not exceed 5 minutes.
5 - Chemical Composition by ASTM Method D-2006-70 -- (Free) Maltene
Distribution Ratio (MDR) can be defined as:
PC + A1 S + A2
Where:
PC = Polar Compounds A1 = First Acidaffins
A2 = Second Acidaffins S = Saturated Hydrocarbons
The rejuvenating agent shall have a record of satisfactory service as an
asphalt rejuvenating agent and in depth sealer. Satisfactory service shall
be based on the capability of the material to decrease the viscosity of the
asphalt binder and provide an in-depth seal.
The bidder must submit with his bid the manufacturer's certification that
the material proposed for use is in compliance with the specification
25-18-ITB
Page 49 of 122
requirements. The bidder must submit with his bid previous use
documentation and test data conclusively demonstrating that; the
rejuvenating agent has been used successfully and that the asphalt
rejuvenating agent has been proven to perform, as heretofore required,
through field testing as to the required change in asphalt binder viscosity.
Testing data shall be submitted indicating such product performance on a
sufficient number of projects to insure product consistency and reasonable
life expectancy.
2.6.4 Material Performance: The asphalt rejuvenating agent shall have the
capability to penetrate the asphalt pavement surface. The asphalt
rejuvenating agent shall be absorbed and incorporated into the asphalt
binder. Verification that said incorporation of the asphalt rejuvenating agent
into the asphalt binder has been effected shall be by analysis of the
chemical properties the asphalt binder
The viscosity shall be reduced by a minimum of 25% for a pavement two
years or less in age, and reduced by a minimum of 40% for a pavement
greater than two years in age as determined by dynamic shear rheometer
(DSR) method for asphalt testing in accord with AASHTO T315 - 05. This
analysis shall apply to extracted asphalt binder, taken from cores extracted
fifteen to thirty days following application, in the upper 3/8 inch of pavement.
In addition, the treated areas shall be sealed in-depth to the intrusion of air
and water.
The Engineer will require that untreated and treated core samples, a
minimum of six inches in diameter, be removed by the Contractor at
locations indicated by the Engineer. The treated core sample shall be taken
in the same lane in close proximity to each untreated sample. A minimum
of one untreated and treated core sample shall be taken for each pavement
group or one per 50,000 square yards of treated pavement in each
pavement group.
2.6.5 Equipment:
A. Distributor: The distributor for spreading the emulsion shall be self-
propelled, and shall have pneumatic tires. The distributor shall be
designed and equipped to distribute the asphalt rejuvenating agent
uniformly on variable widths of surface at readily determined and
controlled rates from 0.04 to 0.5 gallons per square yard of surface, and
with an allowable variation from any specified rate not to exceed 5% of
the specified rate.
Distributor equipment shall include full circulation spray bars, pump
tachometer, volume measuring device and a hand hose attachment
suitable for application of the emulsion manually to cover areas
inaccessible to the distributor. The distributor shall be equipped to
circulate and agitate the emulsion within the tank.
The rate of application shall be controlled by an onboard computer
control system designed to uniformly and consistently control the
25-18-ITB
Page 50 of 122
selected application rate in gallons per square yard regardless of the
forward speed of the distributor truck.
A check of distributor equipment as well as application rate accuracy
and uniformity of distribution shall be made when directed by the
Engineer.
B. Sand Truck: The truck used for sanding shall be equipped with a
spreader that allows the sand to be uniformly distributed onto the
pavement. The spreader shall be able to apply 1/2 pound to 3 pounds
of sand per square yard in a single pass. The spreader shall be
adjustable so as not to broadcast sand onto driveways or to lawns.
The sand to be used shall be manufactured sand free flowing, without
any leaves, dirt, stones, etc. Any wet sand shall be rejected from the job
site.
Any equipment that is not maintained in full working order, or is proven
inadequate to obtain the results prescribed, shall be repaired or replaced
at the direction of the Engineer.
C. Calibration: Distributor-Prior to construction, calibrate the distributor in
accordance with ASTM D2995-99 in the presence of the Engineer. The
distributor shall be moving forward at the proper application speed at the
time the spray bar is opened. If at any time a noz zle becomes clogged
or not spraying a proper pattern, the operation shall be immediately
halted until repairs are made.
Sand Spreader - Prior to construction, calibrate the spreader in
accordance with ASTM D5624-02, in the presence of the Engineer. The
allowable deviation in the amount of manufactured sand spread on each
of the rubber mats shall not exceed plus or minus 1 pound per square
yard in the transverse direction, or plus or minus 1 pound per square
yard in the longitudinal direction, from the design application rate.
2.6.6 Construction:
A. Layout: The Contractor will be responsible for the lay out of the roadway
and project planning and sequencing to meet traffic control requirements
prior to paving.
B. Weather and Seasonal Limitations: The asphalt-rejuvenating agent
shall not be applied to a wet surface or when rain is occurring or the
threat of rain is present immediately before placement. The surface
treatment shall not be applied when the temperature is less than 40° in
the shade. When applying emulsions, the temperature of the surface
shall be a minimum of 59°F, and no more than 140°F.
If unexpected rain occurs prior to material penetration and sanding, the
agent shall be reapplied at no cost to the City. Further, the contractor’s
traffic control and project monitoring shall continue until the application
25-18-ITB
Page 51 of 122
has penetrated, area has been sanded and the resultant surface is not
slippery or dangerous to vehicular travel.
C. Preparation of Surface: The contractor will be responsible for blowing
or sweeping the road immediately ahead of the application operation to
make sure the road is free of standing water, dirt, loose aggregate and
other debris. The surface shall be clean and dry prior to the application.
D. Application of asphalt rejuvenating emulsion: The asphalt-
rejuvenating agent shall be applied by a distributor truck at the
temperature recommended by the manufacturer and at the pressure
required for the proper distribution. The emulsion shall be so applied that
uniform distribution is obtained at all points of the areas to be treated.
Distribution shall be commenced with a running start to insure full rate
of spread over the entire area to be treated. Areas inadvertently missed
shall receive additional treatment as may be required by hand sprayer
application.
E. Material Placement: Application of asphalt rejuvenating agent shall be
on one-half width of the pavement at a time. When the second half of
the surface is treated, the distributor nozzle nearest the center of the
road shall overlap the previous application by at least one-half the width
of the nozzle spray. In any event the centerline construction joint of the
pavement shall be treated in both application passes of the distributor
truck.
Before spreading, the asphalt rejuvenating agent shall be blended with
water at the rate of two parts rejuvenating agent to one part water, by
volume or as specified by the manufacturer. The combined mixture of
asphalt rejuvenating agent and water shall be spread at the rate of 0.04
to 0.10 gallons per square yard, or as approved by the Engineer
following field testing.
Where more than one application is to be made, succeeding applications
shall be made as soon as penetration of the preceding application has
been completed and the Engineer grants approval for additional
applications. Grades or super elevations of surfaces that may cause
excessive runoff, in the opinion of the Engineer, shall have the required
amounts applied in two or more applications as directed. After the street
has been treated, the area within one foot of the curb line on both sides
of the road, when directed shall receive an additional uniformly applied
treatment of the asphalt rejuvenating emulsion as directed by the
engineer.
The Contractor shall furnish a quality inspection report showing the
source, manufacturer, and the date shipped, for each load of asphalt
rejuvenating agent. When directed by the Engineer, the Contractor shall
take representative samples of material for testing.
25-18-ITB
Page 52 of 122
F. Test Strip for Application Rate: Prior to start of the project, the
contractor shall perform test strip applications as directed by the
engineer. Test strips shall be performed for each pavement group of
similar age and type within the project area.
The test strips shall be applied at a minimum width of 6 feet and for a
length of 50 feet. A total of three test strips shall be applied at application
rates of 0.04, 0.08 and 0.10 gallons per square yard, respectively. The
time, in minutes, for essentially complete absorption of the asphalt
rejuvenating emulsion shall be recorded for each test strip. The optimal
rate to be used in a given area shall be that rate essentially absorbed
within 30 minutes.
In the event that all three of the standard test rates are absorbed
completely within the 30 minute timeframe, then the Contractor and the
Engineer shall agree on a fourth test strip application rate.
Upon completion of the test strips for each pavement group, the
Engineer will determine the final application rate to be applied to each
pavement group.
G. Sanding/Blotting: After the rejuvenating emulsion has penetrated, and
when recommended by the Contractor and approved by the Engineer, a
coating of dry manufacture sand shall be applied to the surface in
sufficient amount to protect the traveling public as required.
All manufactured sand used during the treatment must be removed no
later than 24 hours after treatment of a roadway. This shall be
accomplished by a combination of hand and mechanical sweeping. All
turnouts, cul-de-sacs, etc. must be cleaned of any material to the
satisfaction of the Engineer. Street sweeping will be included in the price
bid per square yard for asphalt rejuvenating emulsion.
If, after manufactured sand is swept and in the opinion of the Engineer
a hazardous condition exists on the roadway, the contractor must apply
additional manufactured sand and sweep same no later than 24 hours
following reapplication. No additional compensation will be allowed for
reapplication and removal of materials.
H. Handling of Asphalt Rejuvenating Agent: Contents in tank cars or
storage tanks shall be circulated at least 45 minutes before withdrawing
any material for application. When loading the distributor, the asphalt
rejuvenating agent concentrate shall be loaded first and then the
required amount of water shall be added. The water shall be added into
the distributor with enough force to cause agitation and thorough mixing
of the two materials. To prevent foaming, the discharge end of the water
hose or pipe shall be kept below the surface of the material in the
distributor that shall be used as a spreader. The distributor truck will be
cleaned of all of its asphalt materials, and washed out to the extent that
no discoloration of the emulsion may be percep tible. Cleanliness of the
25-18-ITB
Page 53 of 122
spreading equipment shall be subject to the approval and satisfaction of
the Engineer.
I. Resident Notification: The contractor shall distribute by hand, a typed
notice to all residences and businesses on the street to be treated tw o
weeks before and 24 hours before beginning work. The notice will be
delivered no more than 24 hours prior to the treatment of the road. The
notice will have a local phone number that residents may call to ask
questions. The notice shall be of the door ha nger type, which secures to
the door handle of each dwelling. Unsecured notices will not be allowed.
The contractor shall also place the notice on the windshield of any
parked cars on the street. Hand distribution of this notice will be
considered incidental to the contract.
J. Traffic Control: The Contractor shall furnish all necessary traffic
control, barricades, signs and flagmen, to ensure the safety of the
traveling public and to all working personnel. Traffic shall not travel on
fresh Asphalt Rejuvenator until penetration, in the opinion of the
Engineer, has become complete and the area is suitable for traffic. The
Contractor shall submit an MOT plan indicating all facets of traffic control
for the project area. The MOT plan must be approved in writing b y the
Engineer prior to commencing any work. All traffic control shall be in
accordance with the FDOT Roadway Design Standards, most current
edition and TP-102. MOT and associated devices shall be checked daily
and periodically throughout the project for compliance; and where
adjustments or corrections are needed, prompt revisions shall be made.
Traffic control is incidential to the contract work.
K. Street Sweeping: The Contractor shall be responsible for sweeping and
cleaning of the streets after treatment. All sand used during the
treatment must be removed no later than 48 hours after treatment of the
street. This shall be accomplished by a combination of hand and
mechanical sweeping. All turnouts, cul-de-sacs, etc. must be cleaned of
any material to the satisfaction of the Engineer.
If, after sand is swept and in the opinion of the Engineer a hazardous
condition exists on the roadway, the contractor must apply additional
sand and sweep same no later than 24 hours following reapplication. No
additional compensation will be allowed for reapplication and removal of
sand.
L. Method of Measurement: Asphalt rejuvenating emulsion at the
Contract bid unit prices of measure is compensation in full for all costs
of furnishing and applying the material as specified, inc luding cleaning
the existing pavement, stationing, purchase of aggregate, delivery of
aggregate, all labor, equipment, and materials necessary for the
placement of the asphalt rejuvenating emulsion, sweeping of any loose
material after construction and other requirements as specified. Traffic
control for maintaining traffic for constructing asphalt rejuvenating
25-18-ITB
Page 54 of 122
emulsion, removal and repair of test cores shall be considered incidental
to the work unless specified elsewhere in the plans or proposal.
Payment for removal of untreated and treated cores shall be paid for as
each at the unit price bid for Test Core Removal.
Payment for laboratory analysis of untreated and/or treated test cores
shall be paid for as each at the unit price bid for Test Core Laborato ry
Analysis.
M. Basis of Payment:
1. Payment will be made under:
Asphalt Rejuvenating Emulsion Per square yard
Test Core Removal Each
Test Core Laboratory Analysis- Viscosity Each
2.7 ASPHALT REJUVENATION INCLUDING TITANIUM DIOXIDE - TIO2
ENHANCED ASPHALT REJUVENATING AGENT
2.7.1 The work specified in this section shall consist of furnishing all labor,
material, and equipment necessary to perform all operations for the
application of a penetrating polymerized asphalt rejuvenating agent to
asphaltic concrete surface courses. The asphalt binder rejuvenation shall
be affected through the petroleum Maltene Replacement Technology
method. In addition, and with the same penetrating carrier liquid, apply
photocatalytic-grade Titanium Dioxide (TiO2) to create a pollution reducing
pavement surface. The rejuvenation of surface courses shall be by spray
application of a polymerized maltene based cationic rejuvenating agent
composed of petroleum oils and resins emulsified with water and containing
photocatalytic titanium dioxide in a minimum parts per million at a minimum
depth as hereafter specified.
2.7.2 All work shall be in accordance with the specifications, the applicable
drawings, and subject to the contractual terms and conditions.
2.7.3 Materials and Performance: TiO2 Enhanced Asphalt Rejuvenating Agent
The TiO2 Enhanced Asphalt Rejuvenating Agent shall be an emulsion
composed of a petroleum resin oil base uniformly emulsified with water.
Each bidder must submit a bid with a certified statement from the
TiO2 enhanced asphalt rejuvenating agent manufacturer showing that the
asphalt rejuvenating emulsion conforms to the required physical and
chemical requirements:
25-18-ITB
Page 55 of 122
Table 1 Test of Emulsion and on Residue
Test Methods Requirements
ASTM AASHTO Min Max
Tests on Emulsion
Viscosity @ 25○C, SFS D-244 T-59 15 40
Residue, %W1 D-244(Mod.) T-59(Mod) 60 65
Miscibility Test2 D-244(Mod.) T-59(Mod) No Coagulation
Sieve Test, %W3 D-244(Mod.) T-59(Mod) 0.1
Particle Charge Test D-244 T-59 Positive
Percent Light
Transmittance4 30
Flash Point, COC, ○C D-92 T-48 196
Viscosity @ 60○C, cSt D-445 - 100 200
Asphaltenes, %w D-2006-70 - 1.00
Maltene Dist. Ratio5 D-2006-70 - 0.3 0.6
PC/S Ratio5 D-2006-70 - 0.5
Saturated Hydrocarbons,
S5 D-2006-70 - 21 28
1 - ASTM D-244 Modified Evaporation Test for percent of residue is made by heating
50-gram sample to 149°C (300°F) until foaming ceases, then cool immediately and
calculate results.
2 - Test procedure identical with ASTM D-244-60 except that .02 Normal Calcium
Chloride solution shall be used in place of distilled water.
3 - Test procedure identical with ASTM D-244 except that distilled water shall be used
in place of two percent sodium oleate solution.
4 - Procedure for Determining Percent Light Transmitt ance on Asphalt Rejuvenating
Agent:
A. Apparatus:
1. Container may be glass, plastic or metal having a capacity of
6,000 ml.
2. Graduated cylinder, 1,000 ml, or greater
3. Light transmittance measuring apparatus, such as Bausch and
Lomb or Lumberton spectrophotometer
4. Graduated pipette having 1 ml capacity to 0.01 ml accuracy
5. Suction bulb for use with pipette
6. Test tubes compatible with spectrophotometer, 3/4” X 6, Bausch
and Lomb, Catalog No. 33-17-81, (B&L)
B. Calibration of Spectrophotometer
1. Calibrate spectrophotometer as follows:
a. Set wavelength at 580 mu,
b. Allow spectrophotometer to warm-up thirty minutes,
c. Zero percent light transmittance (%LT) scale,
d. Rinse test tube three times with tap water and fill to top of
circle marking on B&L test ube or approximately 2/3 full,
25-18-ITB
Page 56 of 122
e. Place tube in spectrophotometer and set %LT scale at
100, and,
f. Repeat steps (c) (e) two times or until no further
adjustments necessary.
C. Procedure
1. Shake, stir or otherwise thoroughly mix emulsion to be tested.
Place sample of emulsion in beaker and allow to stand one
minute.
2. Place 2,000 ml tap water in container.
3. Suck 1.00 ml emulsion into pipette using suction bulb. Wipe off
outside of pipette.
4. Using suction bulb, blow emulsion into container.
5. Rinse pipette by sucking in diluted emulsion solution and blowing
out.
6. Clean pipette with soap or solvent and water. Rinse with acetone.
7. Stir diluted emulsion thoroughly.
8. Rinse out tube to be used with the diluted emulsion three times
and fill to top of circle.
9. Calibrate spectrophotometer.
10. Place diluted emulsion sample tube in spectrophotometer, cover
and read %LT to nearest tenth.
11. Repeat steps 9 and 10 until three identical consecutive readings
are achieved.
12. The elapsed time between addition of emulsion to dilution of water
and final %LT reading hould not exceed 5 minutes.
5 - Chemical Composition by ASTM Method D-2006-70 -- (Free) Maltene Distribution
Ratio (MDR) can be defined as:
PC + A1
S + A2
Where:
PC = Polar Compounds A1 = First Acidaffins
A2 = Second Acidaffins S = Saturated Hydrocarbons
2.7.4 Maltene Replacement (“Rejuvenation”) Test: The TiO2 Enhanced
Asphalt Rejuvenating Agent shall have the capability to penetrate the
asphalt pavement surface and shall be absorbed and incorporated into the
asphalt binder. Verification that said incorporation of the TiO2 Enhanced
Asphalt Rejuvenating Agent into the asphalt binder has been affected shall
be by the petroleum maltene fraction replacement method and analysis of
the chemical properties of said asphalt binder therein i.e., viscosity shall be
reduced by said method.
For pavements receiving the first or original application of TiO2 Enhanced
Asphalt Rejuvenating Agent, the viscosity shall be reduced by a minimum
25-18-ITB
Page 57 of 122
of thirty (30%) percent as determined by the dynamic shear rheometer
(DSR) method for asphalt testing in accord with AASHTO T315 -05. For
treatments of pavements after an initial treatment with a petroleum maltene
asphalt rejuvenator, the viscosity shall be reduced by petroleum maltene
replacement method a minimum of twenty percent (20%) in accord with
same. This analysis shall apply to extracted asphalt binder, taken from
cores extracted fifteen to thirty days following application, in the upper 3/8”
of pavement. In addition, the treated areas shall be sealed in -depth to the
intrusion of air and water.
The TiO2 Enhanced Asphalt Rejuvenating Agent shall have a record of at
least two years of satisfactory service as a TiO2 enhanced petroleum
maltene based emulsion asphalt rejuvenating agent and in -depth sealer.
Satisfactory service shall be based on the capability of the material to
decrease the viscosity of the asphalt binder by the petroleum maltene
replacement method and provide an in-depth seal.
The bidder must submit with his bid the manufacturer's certification that the
material proposed for use is following the specification requirements. The
bidder must submit with his bid previous use documentation and test data
conclusively demonstrating that; the TiO2 Enhanced Asphalt Rejuvenating
Agent has been used successfully for a period of two years (2) by
government agencies such as state, City and municipal governments, etc.;
and that the enhanced rejuvenating agent has been proven to perform, as
heretofore required, through field testing by government agencies as t o the
required change in asphalt binder viscosity. Testing data shall be submitted
indicating such product performance on a sufficient number of projects to
ensure product consistency. In addition, field testing data shall be submitted
to indicate said product performance over a testing period of two years to
ensure reasonable life expectancy.
The Engineer will require that untreated and treated core samples, a
minimum of four inches (4”) in diameter, be removed by the Contractor at
locations indicated by the Engineer. The treated core sample shall be taken
in the same lane in close proximity to each untreated sample. A minimum
of one untreated and treated core sample shall be taken for each pavement
group or one per 50,000 square yards of treated pavement in each
pavement group.
2.7.5 Photocatalytic Properties Testing
A. TiO2 Penetration Test: The TiO2 Enhanced Asphalt Rejuvenating
Agent shall have a non-destructive analytical procedure applied to
determine the percent of Titanium Dioxide nanoparticles present in each
two-millimeter (2mm) layer of the field core sample matrix for a minimum
depth of six millimeters (6mm) from the top of the treated sample core.
The method of measurement shall be by fluorescent X -ray emitted from
the surface when excited by a principal X-ray source that is exceptional
25-18-ITB
Page 58 of 122
for the given element. A hand-held XRF analyzer may be accepted for
this testing.
The minimum required concentration of Titanium Dioxide nanoparticles
per each two-millimeter (2mm) section up to the minimum depth (6mm)
shall be 2000 parts per million.
B. NO2 Reduction Effectiveness: The TiO2 Enhanced Asphalt
Rejuvenating Agent shall be verified for the effectiveness of the air
pollution remediation of the Titanium Dioxide nano -particle portion of by
laboratory analysis of core samples extracted from the treated pavement
as directed and required by the Engineer. The cores shall be a minimum
of four inches (4”) in diameter and in pairs at each location directed by
the Engineer. The cores shall be tested by an accredited laboratory or
university with the equipment and capability to perform the following test
procedures.
C. NO2 Reduction Test: A photo reactor test chamber shall be employed
that allow for the evaluation of the efficient photocatalytic reduction of
introduced NOx gas of a known and controlled concentration within the
chambers volume. The chamber light source shall be a UV lamp having
a wavelength of 375 nanometers. The interior chamber environment
shall be at 77ºF with a constant humidity of 55% ±5%. The test total
duration shall be five hours. The analysis test system shall be based on
a Japanese Industrial Standard (JIS) TR Z0018 “Photocatalytic
Materials-Air purification test procedure”. NO removal efficiency shall be
measured using a Model 42i Chemiluminescence NO -NO2-NOx
Analyzer (Thermo Fisher Scientific Inc.).
The minimum NO reduction following the heretofore outlined test
procedure evaluating field core samples shall average 25% for all cores
tested.
2.7.6 Equipment
A. Distributor: The distributor for spreading the emulsion shall be self-
propelled and shall have pneumatic tires. The distributor shall be
designed and equipped to distribute the asphalt rejuvenating agent
uniformly on variable widths of surface at readily determined and
controlled rates from 0.04 to 0.10 gallons per square yard of surface,
and with an allowable variation from any specified rate not to exceed 5%
of the specified rate.
Distributor equipment shall include full circulation spray bars, pump
tachometer, volume measuring device and a hand hose attachment
suitable for application of the emulsion manually to cover areas
inaccessible to the distributor. The distributor shall be equipped to
circulate and agitate the emulsion within the tank.
The rate of application shall be controlled by an onboard computer
control system designed to uniformly and consistently control the
25-18-ITB
Page 59 of 122
selected application rate in gallons per square yard regardless of the
forward speed of the distributor truck.
A check of distributor equipment as well as application rate accuracy
and uniformity of distribution shall be made when directed by the
Engineer.
B. Aggregate Cover Truck: The truck used for cover aggregate
application shall be equipped with a spreader that allows the aggregate
to be uniformly distributed onto the pavement. The spreader shall be
able to apply 1/2 pound to 3 pounds of cover aggregate per square yard
in a single pass. The spreader shall be adjustable so as not to broadcast
cover aggregate onto driveways or to lawns.
The cover aggregate to be used shall be free flowing, without any
leaves, dirt, stones, etc. Any wet aggregate shall be rejected from the
job site.
Any equipment that is not maintained in full working order, or is proven
inadequate to obtain the results prescribed, shall be repaired or replaced
at the direction of the Engineer.
C. Calibration: Distributor- prior to construction, calibrate the distributor in
accordance with ASTM D2995-99 in the presence of the Engineer. The
distributor shall be moving forward at the proper application speed at the
time the spray bar is opened. If at any time a nozzle becomes clogged
or not spraying a proper pattern, the operation shall be immediately
halted until repairs are made.
Aggregate Spreader- prior to construction, calibrate the spreader in
accordance with ASTM D5624-02, in the presence of the Engineer. The
allowable deviation in the amount of manufactured cover aggregate on
each of the rubber mats shall not exceed plus or m inus 1 pound per
square yard in the transverse direction, or plus or minus 1 pound per
square yard in the longitudinal direction, from the design application rate.
2.7.7 Construction:
A. Layout: The Contractor will be responsible for the lay out of the roadway
and project planning and sequencing to meet traffic control requirements
prior to paving.
B. Weather and Seasonal limitations: The TiO2 Enhanced Asphalt
Rejuvenating Agent shall not be applied to a wet surface or when rain is
occurring, or the threat of rain is present immediately before placement.
The surface treatment shall not be applied when the temperature is less
than 40° in the shade. When applying emulsions, the temperature of the
surface shall be a minimum of 45°F, and no more than 150°F.
If unexpected rain occurs prior to material penetration and sanding, the
agent shall be reapplied at no cost to the agency. Further, the
contractor’s traffic control and project monitoring shall continue until the
25-18-ITB
Page 60 of 122
application has penetrated, area has been sanded and t he resultant
surface is not slippery or dangerous to vehicular travel.
C. Preparation of Surface: The contractor will be responsible for blowing
or sweeping the road immediately ahead of the application operation to
make sure the road is free of standing water, dirt, loose aggregate and
other debris. The surface shall be clean and dry prior to the application.
D. Application of TiO2 Enhanced Asphalt Rejuvenating Agent: The
TiO2 Enhanced Asphalt Rejuvenating Agent shall be applied by a
distributor truck at the temperature recommended by the manufacturer
and at the pressure required for the proper distribut ion. The emulsion
shall be so applied that uniform distribution is obtained at all points of
the areas to be treated. Distribution shall be commenced with a running
start to ensure full rate of spread over the entire area to be treated. Areas
inadvertently missed shall receive additional treatment as may be
required by hand sprayer application.
Material Placement of TiO2 Enhanced Asphalt Rejuvenating Agent:
Application of TiO2 Enhanced Asphalt Rejuvenating Agent shall be on
one-half width of the pavement at a time. When the second half of the
surface is treated, the distributor nozzle nearest the center of the road
shall overlap the previous application by at least one -half the width of
the nozzle spray. In any event the centerline construction joint of the
pavement shall be treated in both application passes of the distributor
truck.
Before spreading, the TiO2 Enhanced Asphalt Rejuvenating Agent shall
be blended with water at the rate of two parts rejuvenating agent to one -
part water, by volume or as specified by the manufacturer. The
combined mixture of asphalt rejuvenating agent and water shall be
spread at the rate of 0.04 to 0.10 gallons per square yard, or as approved
by the Engineer following field testing.
Where more than one application is to be made, succeeding applications
shall be made as soon as penetration of the preceding application has
been completed and the Engineer grants approval for additional
applications. Grades or super elevations of surfaces that may cause
excessive runoff, in the opinion of the Engineer, shall have the required
amounts applied in two or more applications as directed. After the street
has been treated, the area within one foot of the curb line on both sides
of the road, when directed shall receive an additional unifor mly applied
treatment of the TiO2 Enhanced Asphalt Rejuvenating Agent emulsion
as directed by the engineer.
The Contractor shall furnish a quality inspection report showing the
source, manufacturer, and the date shipped, for each load of TiO2
Enhanced Asphalt Rejuvenating Agent. When directed by the Engineer,
the Contractor shall take representative samples of material for testing.
25-18-ITB
Page 61 of 122
E. Test Strip for Application Rate: Prior to start of the project, the
contractor shall perform test strip applications as directed by the
engineer. Test strips shall be performed for each pavement group of
similar age and type within the project area.
The test strips shall be applied at a minimum width of 6 feet and for a
length of 50 feet. A total of three test strips shall be applied at application
rates of 0.04, 0.08 and 0.10 gallons per square yard, respectively. The
time, in minutes, for essentially complete absorption of the asphalt
rejuvenating emulsion shall be recorded for each test strip. The optimal
rate to be used in a given area shall be that rate essentially absorbed
within 20 minutes.
In the event that all three of the standard test rates are absorbed
completely within the 20-minute timeframe, then the Contractor and the
Engineer shall agree on a fourth test strip application rate.
Upon completion of the test strips for each pavement group, the
Engineer will determine the final application rate to be applied to each
pavement group.
F. Aggregate Application: After the TiO2 Enhanced Asphalt
Rejuvenating Agent emulsion has penetrated, and when recommended
by the Contractor and approved by the Engineer, a coating of dry
aggregate shall be applied to the surface in sufficient amount to protect
the traveling public as required.
All aggregate used during the treatment must b e removed no later than
24 hours after treatment of a roadway. This shall be accomplished by a
combination of hand and mechanical sweeping. All turnouts, cul-de-
sacs, etc. must be cleaned of any material to the satisfaction of the
Engineer. Street sweeping will be included in the price bid per square
yard for asphalt rejuvenating emulsion.
If, after the aggregate is swept and in the opinion of the Engineer a
hazardous condition exists on the roadway, the contractor must apply
additional aggregate and sweep same no later than 24 hours following
reapplication. No additional compensation will be allowed for
reapplication and removal of materials.
G. Handling of TiO2 Enhanced Asphalt Rejuvenating Agent: Contents
in tank cars or storage tanks shall be circulated at least 45 minutes
before withdrawing any material for application. When loading the
distributor, the TiO2 Enhanced Asphalt Rejuvenating Agent concentrate
shall be loaded first and then the required amount of water shall be
added. The water shall be added into the distributor with enough force
to cause agitation and thorough mixing of the two materials. To prevent
foaming, the discharge end of the water hose or pipe shall be kept below
the surface of the material in the distributor that shall be used as a
spreader. The distributor truck will be cleaned of all of its asphalt
25-18-ITB
Page 62 of 122
materials and washed out to the extent that no discoloration of the
emulsion may be perceptible. Cleanliness of the spreading equipment
shall be subject to the approval and satisfaction of the Engineer.
H. Street Sweeping: The Contractor shall be responsible for sweeping
and cleaning of the streets after treatment. All aggregate used during
the treatment must be removed no later than 48 hours after treatment of
the street. This shall be accomplished by a combination of hand and
mechanical sweeping. All turnouts, cul-de-sacs, etc. must be cleaned of
any material to the satisfaction of the Engineer. If, after aggregate is
swept and in the opinion of the Engineer a hazardous condition exists
on the roadway, the contractor must apply additional aggregate and
sweep same no later than 24 hours following reapplication. No additional
compensation will be allowed for reapplication and remova l of
aggregate.
I. Resident Notification: The contractor shall distribute by hand, a typed
notice to all residences and businesses on the street to be treated two
weeks before and 24 hours before treatment. The notice will be
delivered no more than 24 hours prior to the treatment of the road. The
notice will have a local phone number that residents may call to ask
questions. The notice shall be of the door hanger type, which secures to
the door handle of each dwelling. Unsecured notices will not be allowed.
The contractor shall also place the notice on the windshield of any
parked cars on the street. Hand distribution of this notice will be
considered incidental to the contract.
J. Traffic Control: The Contractor shall furnish all necessary traffic
control, barricades, signs and flagmen, to ensure the safety of the
traveling public and to all working personnel. Traffic shall not travel on
fresh TiO2 Enhanced Asphalt Rejuvenating Agent until penetration, in
the opinion of the Engineer, has become complete and the area is
suitable for traffic. The Contractor shall submit an MOT plan indicating
all facets of traffic control for the project area. The MOT plan must be
accepted in writing by the Engineer prior to commencing any work. All
traffic control shall be in accordance with the DOT Roadway Design
Standards, most current edition and TP-102. MOT and associated
devices shall be checked daily and periodically throughout the project
for compliance, and where adjustments or corrections are needed,
prompt revisions shall be made. Traffic control is incidental to the
contract work
K. Method of Measurement: If a pay item is listed on the unit price
proposal for work required in this Technical Provision, the quantity to be
paid shall be as specified in the unit price proposal, including all items
of work described herein. Any item necessary for The TiO2 Enhanced
Asphalt Rejuvenating Agent emulsion shall be paid at the Contract unit
price proposal prices for the actual square yards of pavement treated as
field measured. Said payment is compensation in full for all costs of
25-18-ITB
Page 63 of 122
mobilizing, furnishing and applying the material as specified, including
cleaning the existing pavement, purchase of aggregate, delivery of
aggregate, all labor, equipment, and materials necessary for the
placement of the TiO2 Enhanced Asphalt Rejuvenating Agent emulsion,
sweeping of any loose material after construction and other
requirements as specified. Traffic control for maintaining traffic for
constructing TiO2 Enhanced Asphalt Rejuvenating Agent emulsion shall
be considered incidental.
L. Payment for removal of untreated and treated cores shall be paid for as
each at the unit price proposal for Test Core Removal.
1. Basis of Payment:
TiO2 Enhanced Asphalt Rejuvenating Agent Per square yard
Field Core Removal Each
Field Core Laboratory Analysis - Viscosity Each
Field Core Laboratory Analysis -Titanium Dioxide
Penetration Each
Field Core Laboratory Analysis - Titanium Dioxide NO2
Reduction Each
Field Core Laboratory Analysis - Titanium Dioxide Solar
Reflectance Index (SRI) Each
2.8 CRACK SEALING
2.8.1 Description: The work covered by these specifications consists of
furnishing all labor, equipment, and materials necessary to perform all
operations connected with the cleaning and sealing of construction and
random cracks.
2.8.2 Material: Utilize Rubberized Joint Sealing Material meeting the
requirements of Modified AASHTO M 173. Utilize Asphalt Rubber Sealing
Compound meeting the requirements of ASTM D 5078.
2.8.3 Equipment:
A. Kettle: The kettle shall be an oil-jacketed double wall kettle equipped
with agitator and 2 inch hot asphalt pump. Provide separate
thermometers for oil bath and melting chamber. Provide a pump for
circulating the transfer oil bath. Do not allow the operating tem perature
in the kettle to exceed the melting point of the sealing material.
B. Compressor: Utilize an air compressor capable of maintaining a
minimum of 100 PSI at 150 CFM, measured at the source and equipped
with traps that shall maintain the compressed air free of oil and water.
C. Extruder: Provide an extruder capable of providing variable width
overband from 2 to 4 inches.
25-18-ITB
Page 64 of 122
2.8.4 Construction: No crack sealing material shall be applied in wet cracks or
when ambient temperature is below 25C F, unless a heat lance is utilized
to adequately dry the crack.
2.8.5 All cracks shall be cleaned of loose dirt and debris with a compressor. Any
vegetation shall be removed prior to sealing utilizing a motorized wire brush.
2.8.6 Fill joints and cracks in such a manner to provide a 2” band centered over
the joint. The thickness of the material shall not exceed 1/8” to 1/16”.
Material shall be leveled by means of a squeegee or a dish mounted on the
delivery wand.
2.8.7 When traffic requires immediate use of the roadway, a boiler slag aggregate
shall be broadcast over cracks to prevent sealer pickup.
2.8.8 All workmanship shall be of the highest quality, and excess spilled sealer
shall be removed from the pavement surface by approved methods and
discarded. Any workmanship determined to be below standards of the
particular craft involved will not be accepted, and will be corrected and /or
replaced as required by the City.
2.8.9 Traffic Control: The Contractor shall furnish all necessary traffic control,
barricades, signs and flagmen, to ensure the safety of the traveling public
and to all working personnel. Traffic shall not travel on freshly reclaimed
base until all operations have been completed and the sealer has dried such
that tire pickup will not occur. The Contractor shall submit an MOT plan
indicating all facets of traffic control for the project area. The MOT plan shall
be approved in writing by the City prior to commencing any work. All traffic
control shall be in accordance with the FDOT Roadway Design Standards,
latest edition. MOT and associated devices shall be checked daily and
periodically throughout the project for compliance; and where adjustments
or corrections are needed, prompt revisions shall be made.
2.8.10 Method of Measurement: If a pay item is listed on the unit price proposal
for work required in this Technical Provision, the quantity to be paid shall be
per gallon or as specified in the unit price proposal including all items of
work described herein. Any item necessary for Crack Sealing and not
specifically listed in another item in the unit price proposal, shall be included
in this item.
2.8.11 Basis of Payment: The quantities to be paid for under this Technical
Provision shall be included in the per gallon unit price for Crack Sealing.
The Unit price includes all items listed in the contract, including all General
Conditions, Special Conditions and Technical Provisions pertaining to
Crack Sealing and all items of work described her ein. No additional
payment shall be provided for any item necessary for the completion of this
contract as detailed in the specifications.
25-18-ITB
Page 65 of 122
2.9 SECTION 334 - SUPERPAVE ASPHALT CONCRETE
2.9.1 Refer to Attachment A, FY 2025-26 Standard Specifications eBook, Section
334 – Superpave Asphalt concrete. All asphalt provided under this contract
must adhere to FY 2025-26 Standard Specifications eBook, or the current
version when work is performed.
2.9.2 Warranty: The Contractor hereby warrants that all workmanship and all
materials furnished under the contract comply fully with the requirements of
the specifications. If at any time within one year after the date of the final
inspection, any unsuitable or defective work should appear which in the
opinion of the City is due to inferior materials or workmanship, the
Contractor shall take all necessary actions to remedy the defects
immediately at no cost to the County. The County will notify the Contractor
in writing of the defects and the repairs to be made, and the Contractor will
begin repairs within a mutually agreedupon time frame. The warranty period
shall become effective the date of final acceptance.
2.10 SODDING:
2.10.1 This work shall require the Contractor to provide for the installation and
acceptance of sod along the shoulder of the road. The sod shall meet the
Florida Department of Transportation Standard Specifications for Road and
Bridge Construction, Section 981. The sod type (e.g., Argentine Bahia) shall
be similar to existing sod in the area or at the direction of the City.
2.11 VARIABLE MESSAGE BOARDS
2.11.1 This work shall require the Contractor to provide a Variable Message
Board(s) (VMB(s)) in accordance with FDOT Standard Specifications for
Road and Bridge Construction. The locations and dates of the VMB(s) shall
be agreed upon prior to the start of construction.
2.12 STRIPING/PAVEMENT MARKINGS
2.12.1 Scope: This work shall include, but is not limited to materials, labor,
equipment, traffic control, placement of signs and any construction and
application procedures required for the placement of striping/pavement
markings. This work includes temporary and perm anent reflective paint,
thermoplastic, reflective pavement markings, removal of existing pavement
markings through hydroblasting or grinding, and miscellaneous related
activities. Contractor shall complete temporary paint striping application
immediately after paving completion.
2.12.2 Reference and Material Standards: All work and material shall conform to
Section 706, 710, and 711 of the FDOT Standard Specifications for Road
25-18-ITB
Page 66 of 122
and Bridge Construction, latest edition. Coordination for the striping with the
pavement maintenance shall be the responsibility of the Contractor.
2.12.3 Safety: Work shall be completed in accordance with all local, state and
federal safety requirements and regulations. Contractor shall take the
necessary steps to provide protection against injury to all personnel (City
and Contractor) for the duration of the work.
2.12.4 Maintenance of Traffic: The Contractor shall provide Maintenance of
Traffic in accordance with FDOT Maintenance of Traffic Standards.
2.12.5 Supervision: Contractor shall have competent supervisory personnel on
site at all times that work is in progress and shall be responsible for ensuring
the quality and completeness of the work and safety of all personnel.
2.12.6 Inspection/Quality Assurance: All work will be subject to in-process and
final inspection by an authorized City representative. Full compliance with
job specifications will be verified. All testing shall be in accordance with
Florida Department of Transportation Standard Specifications for Road and
Bridge Construction, latest edition.
2.12.7 Schedule: The work performance schedule shall be established on a
Purchase Order by Purchase Order basis and each Purchase Order shall
be approved by all parties.
2.12.8 Debris/Housekeeping: The contractor shall make a substantial effort to
keep the job-site clean while work is in progress and shall have all debris
cleaned up at the end of each work-day. Contractor shall remove all work
related debris, equipment and surplus materials from the premises at the
completion of work. All construction debris shall be disposed of at an
appropriate solid waste receiving facility.
2.12.9 Close-out Documentation: Upon each Purchase Order completion and as
a condition of final acceptance, an authorized City representative and the
contractor shall inspect and approve the quality and completeness of the
work performed. All workmanship and materials used in the performance of
each Purchase Order shall be warranted for a period of one year from the
date of acceptance by the authorized City representative. The Contractor
shall submit all retroreflectivity requirements in accordance with Florida
Department of Transportation Standard Specifications for Road and Bridge
Construction, latest edition.
2.13 MOBILIZATION
2.13.1 Project Staging Areas: Upon being assigned a project, the Contractor
shall identify potential staging areas. City ROW, if approved, or properties
that allow staging. Should the Contractor identify private property as a
25-18-ITB
Page 67 of 122
staging area, they should provide the City with written documentation
evidencing the property owner’s permission to use said property as a
staging area, and any required conditions for said usage. Upon completion,
the staging areas should be returned to their original condition unless
specifically instructed by the City or private owner to do otherwise.
2.14 MAINTENANCE OF TRAFFIC
2.14.1 The terms Traffic Control Plan (TCP) and Maintenance of Traffic Plan (MOT
Plan) are intended to be synonymous. The term Maintenance of Traffic
(MOT) is the function presented in the TCP.
2.14.2 The Contractor shall provide, install and maintain traffic devices for any
assigned work according to the FDOT Design Standards Index 600 series,
latest edition, and applicable laws and ordinances. The traffic control shall
provide a safe work zone and safe flow of traffic in and through the project
site.
2.14.3 When needed, temporary striping will be considered as part of Maintenance
of Traffic.
2.14.4 Depending on the project complexity, the City may require the Contractor
submit an MOT plan showing all phases of construction in advance for
approval.
2.14.5 The Contractor shall have a designated Worksite Traffic Supervisor who
shall be adequately certified per FDOT requirements, and responsible for
initiating, installing and maintaining all temporary traffic control devices.
When needed, the Contractor shall provide dedicated flaggers, adequately
certified per FDOT requirements. The Contractor shall provide Inspection
with the name and contact information of the Worksite Traffic Supervisor
prior to beginning any project, and should be able to provide evidence of
the MOT personnel certification upon request.
2.14.6 If the construction method being employed requires a lane closure longer
than a day, it shall not be considered as a moving operation and the
Contractor should submit a Lane Closure Request to the City for approval.
2.14.7 If the construction method being employed requires a road closure, the
Contractor should submit Road Closure Request at least ten (10) working
days prior to the anticipated start date of the closure. Both the Lane Closure
and Road Closure Fillable Forms can be found on the City’s website or
provided by the Project Manager upon request.
25-18-ITB
Page 68 of 122
2.15 MISCELLANEOUS NON-BID ITEMS
2.15.1 The City may negotiate with the Contractor(s) on Miscellaneous Non-Bid
Items necessary for the successful completion of the Project(s).
2.16 SCHEDULE
2.16.1 Pre-Construction Meeting: The Contractor and City shall hold a pre-
construction meeting at City offices or on-site once a Purchase Order has
been fully executed. The City may elect to hold a pre-construction meeting
that includes multiple Purchase Orders.
2.16.2 Construction Schedule: The schedule for completion shall be designated
on a project-by-project basis and shall not exceed the number of days
allowed without prior written consent of the City Project Manager or an
authorized City representative.
2.16.3 Daily Work Schedule: All work shall be coordinated with the City Project
Manager or an authorized City representative. The Contractor shall notify
the City at least 48 hours prior to performing any work. If any work
commences prior to the required notification, the work will b e stopped until
such time that the Contractor is given an authorization to proceed by an
appropriate City representative.
2.17 SAFETY AND INSPECTION
2.17.1 Safety Standards: The Contractor shall comply with all safety standards
and regulations as required by the City Land Development Code, Florida
Department of Transportation (FDOT), OSHA and any other Local, State or
Federal Agency. The Contractor shall submit a safety plan to owner upon
request.
2.17.2 Employee Safety: The Contractor shall take all necessary steps to provide
protection against injury to City staff and contractor employees throughout
the duration of the project. Work areas shall be blocked off from access by
the public with the use of tape and barricades as required.
2.17.3 Supervisor For Emergencies: The Contractor shall have a responsible
person available at or reasonably near the work site on a 24 -hour basis, 7
days a week; in order that he may be contacted in emergencies and in cases
where immediate action must be taken to maintain traffic or to handle any
other problem that might arise. The Contractor’s responsible person for
supervision during emergencies shall speak and understand English. The
Contractor shall submit, by certified mail, phone numbers and names of
personnel designated to be contacted in cases of emergencies.
25-18-ITB
Page 69 of 122
2.17.4 Damages: Incidental damage to public and/or private property will be the
responsibility of the Contractor. Any damage to items including, but not
limited to inlets, manholes, junction boxes, culverts, under drains, curb and
gutter, sidewalks, fencing, grassed areas, roadway shoulders, signing and
guardrail will be corrected in strict conformance with applicable sections of
the Florida Department of Transportation Standard Specifications for Road
and Bridge Construction, latest edition. The Contractor shall also be
responsible for any damages to driveways during the course of
construction. The Contractor shall repair or replace, at the Contractor’s sole
expense, any driveway damaged at as deemed necessary by the
authorized City representative.
2.17.5 Inspection/Quality Assurance: Full compliance with project specifications
will be verified and shall be subject to in-process and final inspection by an
authorized City representative. All deficiencies shall be corrected to the
satisfaction of the City prior to approval of final payment.
2.18 SUPERVISION/PERSONNEL
2.18.1 Supervisor: The Contractor shall have competent supervisory personnel
on site at all times that work is in progress.
2.18.2 Worksite Traffic Supervisor: The Contractor shall have a Worksite Traffic
Supervisor responsible for installing and maintaining all traffic control
devices as described in FDOT Specifications Section 102. This includes
keeping traffic cones and other traffic control devices upright and cleaned
for high visibility. The Worksite Traffic Supervisor shall have at least one
year of experience directly related to worksite traffic control in a supervisory
or responsible capacity and shall be certified by International Municipal
Signal Association, (IMSA), Certification Program or an equal approved by
the City. Approved alternate Worksite Traffic Supervisors may be used
when necessary.
The Worksite Traffic Supervisor shall be available on a 24 -hour per day
basis and shall review the project on a day to day basis as well as being
involved in all changes to traffic control. The Worksite Traffic Supervisor
shall have access to all equipment and materials needed to maintain traffic
control and handle traffic related situations. The Worksite Traffic Supervisor
shall ensure the safety deficiencies are corrected immediately. In no case
shall minor deficiencies, which are not immediate safety hazards, remain
uncorrected for more than 24 hours. The Worksite Traffic Supervisor shall
be present to direct the initial setup of the traffic control plan and any
changes to it. The Job Superintendent, in the event of an emergency, shall
be prepared to immediately respond to repair the work zone traffic control
or to provide alternate traffic arrangements. Failure to maintain a designated
Worksite Traffic Supervisor or failure to comply with these provisions will
result in temporary suspension of all activities except traffic and erosion
25-18-ITB
Page 70 of 122
control and such other activities deemed to be necessary for project
maintenance and safety.
2.18.3 Testing: In general, all independent lab and field testing required, for each
project shall be provided by the Contractor. The Contractor shall submit the
name and qualifications of the firm they will be using for testing.
2.18.4 Debris/Housekeeping: The contractor shall make a substantial effort to
keep the job site clean while work is in process and shall have all debris
cleaned up at the end of each day’s work. Contractor to remove all work-
related debris, equipment and surplus materials from the premises at the
completion of work. All construction debris shall be disposed of at an
appropriate solid waste landfill facility.
2.18.5 Project Administration
A. Work Authorization: Project work shall be authorized under the terms
and conditions of the Agreement and will be released on a Project by
Project basis. No work shall begin until the applicable Contract is fully
executed by all parties and the Public Construction Bond (if required) is
recorded by the Clerk of Courts office and the recorded bond is received
by the City Purchasing Department.
B. Additional Services: The Contractor shall submit a written proposal to
the authorized City representative for all additional services or change
in scope to the original Purchase Order prior to performing proposed
change. Approved proposals shall be added to the applicable Purchase
Order by change order. Any work performed by the Contractor without
written authorization in the form of a fully executed change order shall
be done so at the Contractor’s own risk.
C. Method Of Measurement And Basis Of Payment: Upon completion of
each Purchase Order the Contractor shall submit all documentation
including tests, measurements, etc. and providing evide nce of actual
quantities utilized in the performance of the scope of work and all
quantities shall be verified and approved by the authorized City
representative prior to payment.
D. Fuel And Asphalt Index Adjustments: Adjustments will not be allowed
through this contract outside of the renewal period. Prices are fixed for
all items between contract renewals.
E. Daily Reports: The Contractor shall submit Daily Status Reports to the
authorized City representative on a weekly basis or upon final
completion of the Purchase Order for projects of 30 days or less in
duration. The Report shall include incidents, names of streets/roads,
quantity completed per street/road and cumulative totals reflecting
actual quantities of materials used.
25-18-ITB
Page 71 of 122
F. Close-Out Documentation: Upon project completion and as a
condition of Final Acceptance and final payment by City, the Contractor
shall have supplied all documentation required during the performance
of the scope of work including, photos/video, test reports (if applicable),
daily status reports, and any other applicable documentation as
requested by the City.
2.19 SITE INSPECTIONS
2.19.1 It is incumbent upon all Bidders to examine the site and ensure that they
are aware of all conditions that may affect the contract work. The City will
not be responsible for conclusions made by the Contractor. No claims for
additional compensation will be considered on behalf of any Contractor,
subcontractor, materials suppliers or others on account of that person’s
failure to be fully informed of all requirements of all parts of this ITB.
2.20 WORK HOURS
2.20.1 Workdays and hours – Normal work hours of Monday through Friday, 7:30
a.m. to 5:00 p.m. unless approved by the City Project Manager or designee.
Any work performed outside of the normal City business hours will require
prior City approval and payment to the City for all expenses incurred by the
City may be required.
2.21 PERMIT & FEES
2.21.1 The Contractor shall comply with all applicable State and local laws,
ordinances, and codes, and regulations. The Contractor is required to
familiarize themselves with all permits required that pertain to the Scope of
Work specified in this ITB, If a City permit is required, this project is not
exempt from permit fees and permit fees must be paid to the City Building
Department by the Contractor.
2.21.2 For questions about permitting, please contact:
City of Sebastian Building Department
Phone: 772-589-5537
Website: https://www.cityofsebastian.org/189/Online-Permits
2.21.3 All applicable permits, fees, licenses, and final City and municipality
inspections are the responsibility of and will be paid for by the Contractor as
specified in the plans.
2.21.4 All other permits, assessments, fees, bonds, and other charges as
necessary to perform and complete the work of the awarded Contract are
the responsibility of and will be paid for by the Contractor, including any
25-18-ITB
Page 72 of 122
related inspection fees. Utility service connection fees shall be paid for by
the City.
2.22 WORKMANSHIP
2.22.1 Where not more specifically described in this document, workmanship shall
conform to all of the methods and operations of best standards and
accepted practices of the trade or trades involved, and shall include all items
of fabrication, construction or installation regularly furnished or required for
completion of the services.
2.23 PURCHASE ORDERS
2.23.1 When services are needed by the City, the City Project Manager or
designee will determine the Scope of Work needed for each Project. An
Estimate will be developed by the City for each Project using the unit cost
prices provided in the awarded Contract(s). If the Scope of Work for a
Project requires any items that are not provided for in the awarded
Contract(s), these items will be categorized as Miscellaneous Non-Bid
Items. The City will request the Contractor(s) to confirm the Estimate and
provide unit costs for each Miscellaneous Non-Bid Item listed.
2.23.2 Final cost estimates are due within a time frame specified by the City Project
Manager or designee and/or the City's Procurement Division. Purchase
Orders shall be awarded based upon a cost comparison between the
Contractors (if applicable), schedule, current workload of the Contractor(s),
and relative capability of the Contractor(s) for the individual Purchase Order.
2.23.3 Within seven (7) calendar days of the notification of award of a Purchase
Order, the Contractor(s) shall provide the City Project Manager or designee
the following information for review and approval:
A. Project start date
B. Estimated project duration
C. Project schedule
Once the City Project Manager or designee and the Contractor(s) agree to
the items listed above, Purchase Order(s) for the Project will be generated.
2.23.4 All Purchase Orders shall be issued by the City's Procurement Division.
Purchase Orders are not considered effective until executed by the City.
2.23.5 Each Purchase Order shall include the following information:
A. Master Agreement Name and Number;
B. Contractor Name and Address;
C. Project Name;
25-18-ITB
Page 73 of 122
D. Scope of Work;
E. Cost of Project;
F. Schedule of Completion;
G. All terms and conditions associated with the Project.
2.23.6 All changes to a Project shall be authorized through a Change Order as
applicable to the change being authorized. No work or services covered by
a Change Order shall be performed, and payment shall not be made before
execution of the Change Order. In addition, the City shall make no payment
for any unauthorized work or services.
2.23.7 A Change Order shall also be used when a time extension is required due
to any unforeseen circumstances; provided, Change Orders shall not be
used for time extensions requested by the Contractor under circumstances
or conditions attributable to the Contractor.
2.23.8 The City may assign multiple Purchase Orders simultaneously during the
term of the awarded Contract(s).
2.24 PRICING
2.24.1 In reference to vehicle travel, mileage, and staff-hours spent in travel time,
all considered incidental to the work and not an extra compensable
expense.
2.24.2 The pricing under this Bid shall remain firm throughout the initial term of
this agreement/contract. No pricing increases will be permitted during the
initial term unless approved by the City Council through a contract
amendment.
2.25 SELF-PERFORMED WORK
2.25.1 The awarded Contractor is required to self-perform with its own workforce
a minimum of forty percent (40%) of the overall awarded Contract.
2.26 DAMAGE TO PUBLIC OR PRIVATE PROPERTY
2.26.1 The Contractor is responsible for anything damaged due to the direct result
of installation or construction. Remove all debris from the site and dispose
of it appropriately at the Contractor's expense. If property (public or private)
is damaged while the Contractor is performing work specified or is removed
for the convenience of the work, it shall be repaired or replaced at the
Contractor's expense in a manner acceptable to the City before the final
acceptance of the work. The Contractor will be responsible for applying and
securing any permits that may be required to complete such repairs. The
25-18-ITB
Page 74 of 122
Contractor must provide protection necessary to prevent damage to
property being repaired or replaced.
2.26.2 If the work site has any pre-existing damage, the Contractor shall notify the
City Project Manager in writing. Failure to do so shall obligate the Contractor
to make repairs per the above section. Any damage to property (public or
private) caused by the Contractor's action shall be repaired or replaced at
the Contractor's expense to the City's satisfaction. Failure to restore said
property within five (5) working days following notification will result in a
deduction from the final payment invoice. All damages which occur as a
result of the Contractor's application of materials shall be remedied by the
Contractor at no additional cost to the City. Repairs made as a result of
damage must be guaranteed for a period of thirty (30) days. Should the
replacement be damaged within the thirty (30) day period, the Contractor
shall replace the materials continually until the area is re-established.
2.26.3 Should the City have any expenses incurred due to the Contractor not
restoring the property/damage within said time, any appropriate labor,
material, and/or equipment use or rental to restore damaged property to its
original condition will be deducted from the final Invoice prior to a payment
being made.
2.27 COMPLIANCE WITH OCCUPATIONAL SAFETY AND HEALTH ACT
2.27.1 The Contractor warrants that the product(s) and/or service(s) supplied to
City shall conform in all respects to the standards set forth in the
Occupational Safety and Health Act (OSHA) of 1970 as amended and the
failure to comply will be considered a breach of contract. City shall be held
harmless against any unsafe conditions and contractor employee incidents.
2.27.2 Contractor certifies that all material, equipment, services, etc., furnished in
this Bid meet all OSHA requirements for the applicable Sectors. Contractor
further certifies that, if the successful Bidder, and the material, equipment,
service, etc., delivered or provided is subsequently found to be deficient in
any OSHA requirement in effect on date of delivery or service fulfillment
date, all costs necessary to bring the material, equipment, service, etc., into
compliance with the aforementioned requirements shall be borne by the
Bidder. All Personal Protective Equipment used by the Contractor and their
employees shall be ANSI certified and meet OSHA standards.
2.28 UNSATISFACTORY EQUIPMENT AND/OR SERVICES
2.28.1 The City will discuss all instances of unacceptable equipment and/or
services with the awarded Contractor. The Contractor shall immediately
rectify the Issue at no charge to the City, including any labor and materials
as may be applicable.
25-18-ITB
Page 75 of 122
2.28.2 During this time, the City may suspend service with the Contractor until the
problem(s) are corrected or may elect to use another company on an
emergency basis. A record of failure to perform or of an unsatisfactory
performance may result in supplier debarment.
2.29 PAYMENT
2.29.1 The Contractor may request payment no more than once monthly, based
on the amount of work completed. All partial estimates and payments found
to be in error shall be subject to correction in the estimates and payments
subsequent thereto, and in the final e stimate and payment. Payments will
be made in accordance with the Florida Local Government Prompt Payment
Act.
2.29.2 The amount of such payments shall be the total value of the project work
completed to the date of the estimate, based on the quantities and the
Contract unit and/or lump sum prices, less an amount retained and less
payments previously made. The amount retained shall be determined in
accordance with Section 255.078, Florida Statutes.
2.30 PERFORMANCE EVALUATION
2.30.1 A work performance evaluation will be conducted periodically to ensure
compliance with the Contract.
2.31 ADDITIONAL SERVICES
2.31.1 If the City and/or awarded Contractor identifies any additional services to
be provided by the Contractor that are not covered under the Agreement
but are beneficial to the City, such additional services shall be mutually
negotiated between the City and the Contractor.
2.32 CONTRACTOR MINIMUM QUALIFICATIONS
2.32.1 The Contractor shall be capable of meeting the Contractor Minimum
Qualifications listed in this section at the time of bid closing.
2.32.2 The Prime Bidder must meet the minimum experience requirements in
Section 2.32. The Prime Bidder SHALL NOT use a subcontractor to meet
the minimum qualifications listed in Section 2.32.
2.32.3 Must be registered with the State of Florida, Division of Corporations, to do
business in Florida.
2.32.4 Vendor must have been in business u nder the same FEIN number for past
three (3) years. Evidence should be submitted with the bid submittal
25-18-ITB
Page 76 of 122
2.32.5 Bidder must possess five (5) years of experience providing Pavement
Maintenance and Rehabilitation Services. Bidder shall provide evidence of
the following on the provided Reference Sheets in Section 5.
A. Bidders must submit with the bid a minimum of five (5) Cape Seal
project references from a City or County in the State of Florida that
have been completed within the past three (3) years.
B. Bidders must submit with the bid a minimum of five (5) In-Place
Recycling-Reconstruction (with emulsion and cement blend
stabilization) project references from a City or County in the State of
Florida, that have been completed within the past two (2) years.
C. Bidder must submit with his bid previous use documentation and
test data conclusively demonstrating that; the TiO2 Enhanced Asphalt
Rejuvenating Agent has been used successfully for a period of two years
by government agencies such as state, City and municipal
governments, etc.; and that the enhanced rejuvenating agent has been
proven to perform, as heretofore required, through field testing by
government agencies as to the required change in asphalt binder
viscosity. Testing data shall be submitted indicating such product
performance on a sufficient number of projects to ensure product
consistency. In addition, field testing data shall be submitted to indicate
said product performance over a testing period of two years to ensure
reasonable life expectancy.
D. Bidders are required to submit detailed information, indicating the
project date, number of square yards, and the phone number of the
government official in charge of each project.
2.32.6 Florida Law and Rules of the State of Florida, Department of Transportation,
require Contractors to be prequalified with the Department in order to bid
for the performance of road, bridge, or public transportation construction
contracts greater than $250,000.00.
A. All contractors and subcontractors shall be FDOT prequalified in the
work classes of drainage, flexible paving, grading, and hot plant–
mixed bituminous courses.
B. The Contractor Prequalification process results in the issuance of a
Certificate of Qualification for each successful applicant which lists the
approved work classes and the Maximum Capacity Rating in dollars. It
is the responsibility of potential bidders to review the requirements listed
on the Pre-Qualification Form and meet the qualifications listed at the
link below.
1. https://www.fdot.gov/contracts/prequal-info/prequalified.shtm
25-18-ITB
Page 77 of 122
2.32.7 Contractor shall have sufficient equipment to complete the Scope of Work.
The City shall have the option to inspect the Contractor’s equipment, and if
found deficient, it shall be the basis for rejection of Contractor’s bid.
2.32.8 If the bidder’s business is located in Sebastian, FL, or Indian River City, they
must provide a copy of their business tax receipt.
2.32.9 Bidders that do not meet the minimum requirements listed herein as
determined by the City, at its sole discretion, will be deemed non-responsive
and not considered for award. All decisions made by the City are final.
2.32.10 No contract will be awarded to any proposer who, as determined by the
CITY, has an unsatisfactory performance record, inadequate experience,
lack of organization, labor, and equipment to perform the required services,
and is in arrears to the CITY on a debt or contract or is a defaulter on surety
to the CITY or whether the proposer’s taxes or assessments are delinquent.
The City has the right to disqualify any proposer who does not meet any or
all qualifications necessary as determined by the City.
2.33 INSURANCE
2.33.1 The City of Sebastian is to be specifically included as an additional insured
on all insurance certificates (except Worker's Compensation). Waiver of
Subrogation is required for Commercial General Liability and Automobile
Liability. A renewal certificate shall be issued thirty (30) days before said
expiration date. The certificate shall provide a thirty (30) day notification
clause in the event of cancellation or modification to the policy.
2.33.2 Before starting and until acceptance of the work by the City, Awa rded
Contractor shall, as a minimum mandatory condition precedent to this work,
procure and maintain insurance of the types and to the limits specified
below, at their own expense and without cost to the City, until final
acceptance by the City of all products or services covered by the purchase
order or contract.
2.33.3 The certificate holder shall read:
City Of Sebastian
1225 Main Street
Sebastian, FL 32958
2.33.4 Minimum coverage with limits and provisions are as follows:
A. Commercial General Liability: The contractor shall provide
Commercial General Liability insurance. This shall include
premises/operations, personal & advertising injury, products,
25-18-ITB
Page 78 of 122
completed operations, contractual liability, specifically confirming
and ensuring the indemnification and hold harm less clause of the
contract. This insurance policy shall be considered primary to and
not contributing to any insurance the City maintains. It shall name the
City as an additional insured with a waiver of subrogation noted on
the Certificate of Liability. The policy of insurance shall be written on
an “occurrence” form.
The contractor shall obtain insurance which shall at least meet the
following minimum limits:
a) Per Occurrence: $1,000,000
• General Aggregate: $2,000,000
B. Business Automobile: The contractor shall provide Business
Coverage Automobile Insurance, which shall protect the contractor
from claims for damage for personal injury, bodily injury including
accidental death, as well as claims for property damages which may
arise from operations under this contract whether such operations
are by himself or by anyone directly or indirectly employed by him.
Coverage shall include owned, non-owned, hired and rented
vehicles.
The contractor shall obtain insurance which shall at least meet the
following minimum limits:
a) Bodily Injury and Property Damage:
• Combined Single Limit (each Accident): $1,000,000.00
C. Workers' Compensation: The contractor shall provide and maintain
workers’ compensation insurance for all employees in the full amount
required by statute and full compliance with the applicable laws of
the State of Florida (Florida Statutes Chapter 440). Exemption
certificates to this requirement are not acceptable.
The Contractor shall obtain insurance that shall at least meet the
following minimum limits:
a) State Worker’s Compensation: Statutory
b) Employer’s Liability: $1,000,000.00 Each Accident
$1,000,000.00 Disease, Policy Limit
$1,000,000.00 Disease, Each Employee
D. Umbrella/ Excess Liability: The contractor shall provide
umbrella/excess coverage with limits of no less than $1,000,000
excess of Commercial General Liability, Automobile Liability and
25-18-ITB
Page 79 of 122
Employers Liability. *This coverage is optional if Successful Bidder
has $2,000,000 General Aggregate under the Commercial General
Liability Policy. **
2.33.5 An endorsement to the Commercial General Liability or Automobile Liability
policy, covering Contractor’s or subcontractor’s liability for bodily injury,
property damage and environmental damage resulting from sudden
accidental and gradual pollution and related clean-up cost incurred by the
Contractor that arise from the Goods delivered or Services (including
transportation risk) performed by Contractor under this Contract is also
acceptable.
2.33.6 The Contractor shall declare any self-insured retention or deductible
amount over $5,000 for any policy. The City reserves the right to reject any
self-insured retention or deductible over $5,000.
2.33.7 All insurance carriers shall be rated (A) or better by the most recently
published A.M. Best Rating Guide. Unless otherwise specified, the
contractor shall ensure that all subcontractors comply with the insurance
requirements set forth in this Agreement. The City may request a copy of
the insurance policy according to the nature of the project. The city reserves
the right to accept or reject the insurance carrier.
REMAINDER OF PAGE INTENTIONALLY LEFT BLANK
25-18-ITB
Page 80 of 122
SECTION 3 - SPECIAL CONDITIONS
3.1 AWARD
3.1.1. Award shall be made to the lowest, responsive, responsible contractor(s).
The City reserves the right to make multiple awards in its best interest. The
City reserves the right to reject any and/or all bids and to waive any minor
irregularity or technicality. Payment discounts will not be considered for bid
evaluation purposes.
3.1.2. At its sole discretion, the City reserves the right to reject all bids, waive all
formalities, and disregard all nonconforming, non-responsive, or incomplete
bids. The City expressly reserves the absolute right to determine the
seriousness of any bidder’s failure to conform to the requirements of the
solicitation document. Bidders cannot utilize the City’s determination of the
severity of any specific non-conformance as a basis to protest the award of
any bid. Bids may be considered subject to rejection if, in the sole opinion
of the City, there is a serious omission, unauthorized alteration of form, an
unauthorized alternate bid, incomplete or unbalanced unit price, or
irregularities of any kind. The City may reject, as non-responsive, any or all
bids where the bidder fails to acknowledge receipt of addenda as
prescribed.
3.1.3. City reserves, through amendment, the right to add or delete tasks or
services associated with this Agreement/Contract.
3.2 LENGTH OF CONTRACT AND RENEWAL
3.2.1. The initial term of the Agreement is for a term of two (2) years. The
Agreement may be renewed by the parties for two (2) additional terms of
one (1) year if agreed to in writing at least thirty days prior to the end of the
initial term.
1.1.1. No amount of work is guaranteed upon the execut ion of an
Agreement/Contract.
3.3 FLORIDA DEPARTMENT OF TRANSPORTATION (FDOT) CONTRACTOR
SUSPENSION LIST
Any entity of affiliate who has had its Certificate of Qualification suspended,
revoked, denied, or have further been determined by FDOT to be a non-responsible
contractor, shall not submit a bid or perform work for the construction or repair of a
public building. FDOT Contractor Suspension List:
https://www.fdot.gov/construction/legal/newsuspension.shtm
25-18-ITB
Page 81 of 122
3.4 DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM
The bidder agrees to ensure that disadvantaged business enterprises as defined in
49 CFR Part 26 have the maximum opportunity to participate in the performance of
contracts and subcontracts financed in whole or in part with federal funds. In this
regard all bidders shall take all necessary and reasonable steps in accordance with
49 CFR Part 26 to ensure that DBE's have the maximum opportunity to compete
for and perform contracts. Bidders shall not discriminate on the basis of race, color,
national origin, or sex in the award and performance of DOT-assisted contracts.
3.5 STOP WORK ORDER
The City may at any time by written notice to the contractor stop all or any part of
the work for this bid award. Upon receiving such notice, the contractor will take all
reasonable steps to minimize additional costs during the period of work stoppage.
The City may subsequently either cancel the stop work order resulting in an
equitable adjustment in the delivery schedule and/o r the price or terminate the work
in accordance with the provisions of the bid terms and conditions.
3.6 QUANTITIES
Any quantities identified in this bid are estimates only and in no way obligate the
City to purchase these amounts. The City reserves the right to re -negotiate prices
if, during the agreement term, the City purchases more than the estimated
quantities in this bid.
3.7 PERFORMANCE/PAYMENT BONDS
3.7.1. A Performance and Payment Bond of $1,000,000.00 shall be required for
this preventative maintenance and rehabilitation contract. The bond must
be renewed on or before October 1 of each subsequent year of the
agreement for $1,000,000.00.
1. At any given time, the City may require the Contractor to provide a Bond
Rider or a separate Bond for a specific project.
3.7.2. The successful bidder shall, within fourteen (14) calendar days after
receiving Notice of Award, submit the performance and payment bond
(“Bond”).
3.7.3. The Bond will guarantee the completion of the Work covered by the
Contract Documents and the payment of all suppliers, Subcontractors, and
the Contractor’s workforce. The Bond(s) shall not contain a provision
allowing the Surety(s) to cancel the Bonds before the full Completion of the
Contract, including the option to renew years. (Sample Forms are provided
for information purposes.
25-18-ITB
Page 82 of 122
3.7.4. The Bond(s) shall not contain a provision allowing the Surety(s) to cancel
the Bonds prior to the full Completion of the Contract, including the renewal
options.
3.7.5. The bond (s) shall be provided by a surety company authorized to do
business in the state of Florida, and approved by the city manager and city
attorney. In lieu of a bond(s) the contractor may furnish as security in favor
of the City a certified check, a cashier’s check or an irrevocable letter of
credit.
3.7.6. The check or letter of credit shall be drawn on or issued by a bank
authorized to do business in the state of Florida. The form of the check or
letter or credit must be approved by the city manager and city attorney.
3.7.7. Attorneys-in-fact who sign bonds must file with each bond a certified and
effective dated copy of their power of attorney. Surety companies executing
bonds must appear on the Treasury Department’s most current list (Circular
570 as amended), and be authorized to transact business in the state of
Florida.
3.8 OWNERSHIP OF THE WORK
3.8.1. The contractor is solely responsible for all work, until final completion of the
work. The contractor shall be liable for all damage, theft, maintenance, and
safety until the City of Sebastian issues a notice of final completion of the
work. Upon completion of each job, the contractor shall submit the following
information, as applicable:
A. Final invoice with documentation.
B. Acceptance from City of Sebastian
C. Contractor internal work orders/employee timesheets upon request
D. Certified payroll, upon request
E. Any other documents as requested by the City
REMAINDER OF PAGE INTENTIONALLY LEFT BLANK
25-18-ITB
Page 83 of 122
SECTION 4 – GENERAL TERMS AND CONDITIONS
4.1 DEFINITIONS
4.1.1. Invitation to Bid (“ITB”): This solicitation document, including any addenda.
4.1.2. Bid: Submission in response to this ITB.
4.1.3. Bidder: Contractor submitting a response to this ITB, “pre-award.”
4.1.4. City: Refers to the City of Sebastian.
4.1.5. Contract or Agreement: Invitation to Bid, all addenda issued to it, all
affidavits, the signed agreement, and all related documents comprising the
totality of the agreement between the City and the Contractor.
4.1.6. Contractor: The selected bidder is awarded a contract to provide the goods
or services to the City.
4.1.7. Days: Refers to calendar days unless otherwise stated.
4.1.8. Responsible Bidder: Bidder that has the integrity, reliability, and capability
in all respects to fulfill the contract requirement as stated in the RFP.
4.1.9. Responsive Bidder: Bidder whose proposal fully conforms in all material
respects to the RFP and its entire requirement, including form and
substance.
4.1.10. Shall, Must, and Will: Interpreted as mandatory language.
4.2 NOTICE
Whenever either Party desires to give notice unto the other, it must be given by
written notice, sent by registered United States mail, with return receipt requested,
addressed to the party for whom it is intended, at the place last specified, and the
place for giving of notice in compliance with the provisions of this paragraph. For
the present, the Contractor designates the address set forth on the first page of this
bid document as its place for receiving notice, and the City designates the following
address for such notice:
City of Sebastian
Attention: Procurement/Contracts Manager
1225 Main Street, Sebastian, FL 32958
Telephone: 772-388-8231
Email: procurement@cityofsebastian.org
25-18-ITB
Page 84 of 122
4.3 NO-CONTACT PERIOD / LOBBYING
During the No Contact Period, no Lobbyist, Principal, Business Associate, Business
Entity, Vendor, or other people may lobby a Council Member, Mayor, City Manager,
any Procurement Official, or any City employees except any des ignated
Procurement Official or Officials who may be identified in the procurement
documents for purposes of receiving questions or clarifications or for receiving bid
protests. The No-Contact Period shall commence on the initial date of the
advertisement for this bid and continue through, including the date the City Council
makes its determination to approve or reject the final recommendations. Failure to
meet any of these requirements may disqualify the bidder from consideration.
4.4 EXTENSION
In addition to any renewal options contained herein, the City has the right to extend
any award resulting from this bid for the period necessary to release, award, and
implement a replacement agreement for the commodities or contractual services
provided in this bid. Such extension shall be based on the same prices, terms, and
conditions this bid outlines.
4.5 CANCELLATION
The City reserves the right to cancel this Invitation to bid, in whole or part, when it
is in the City’s best interest. Notice of Cancellation will be posted on VendorLink.
4.6 BID GUARANTEE
The bidder shall warrant that the unit prices, terms, and conditions quoted in the bid
shall be for not less than ninety (90) days from the solicitation opening date. Such
unit prices, terms, and conditions shall remain in effect for the contract period.
4.7 BID SUBMISSION
4.7.1. All bids must be submitted via VendorLink electronically
https://www.myvendorlink.com/.
4.7.2. Bids are due on the date and time indicated on the cover page or as
amended by an addendum issued by procurement.
4.7.3. The Contractor is responsible for ensuring their response is submitted
through VendorLink by the time and date specified in the solicitation or
subsequent addenda. The City shall not be responsible for delays caused
by any occurrence.
4.7.4. Electronic submissions may require the uploading of attachments. All
documents should be attached as separate files. Attachments containing
embedded documents or proprietary file extensions are prohibited. The
bidder is responsible for ensuring that its proposal, including all
attachments, is uploaded successfully.
25-18-ITB
Page 85 of 122
4.7.5. Bids sent by mail, facsimile, electronic mail, telephone, or any other
means not specified herein will not be accepted.
4.7.6. Late bids cannot be submitted and will not be accepted. Bidders are
cautioned to allow sufficient time to submit bids and upload attachments.
Any technical issues must be submitted to VendorLink by emailing
support@evendorlink.com. The City cannot assist with technical issues
regarding submittals and will not be responsible for delays caused by
technical or other issues.
4.8 EXECUTION OF BID SUBMITTAL
Each bid submittal must include the signature of an officer or employee with the
authority to bind the contractor in the space(s) provided. Only the terms and
conditions of this bid, as released by the City or amended via addendum, are valid.
Any modification to any term or condition by the contractor is not binding unless it
is expressly agreed to in writing by the City in advance.
4.9 INTERPRETATION OF BID DOCUMENTS
No interpretation of the meaning of this bid document or correction of any ambiguity,
inconsistency, or error therein will be made verbally to any party. All requests for an
interpretation or clarification of this bid and any subsequent addenda or correction
of any apparent ambiguity, inconsistency, or error will be addressed in writing by
the City’s procurement manager. Inquiries must reference the bid opening date,
title, and number. Interpretation of the bid, clarification of bid specifications, and
changes to the bid shall be communicated by written addenda only. Only the written
interpretation or correction given by the procurement manager shall be binding.
Verbal responses shall be considered inadmissible in bid protest proceedings.
Bidders are advised that no other source is authorized to interpret, explain, clarify,
or give information regarding the bid documents. Written addenda shall be signed
by the bidder and returned with the bid submission. Failure to return such addenda
may cause rejection of a bid submittal.
4.10 PUBLIC RECORDS
4.10.1. Section 119.01 Florida Statutes, et. seq., the Florida Public Records Law,
provides that municipal records shall always be open for personal
inspection by any person. Information and materials received by the City in
connection with all bidders’ responses shall be deemed public records
subject to public inspection upon award, recommendation for award, or
thirty (30) days after the bid opening, whichever occurs first. However,
certain exemptions to the public records law are statutorily provided for in
Section 119.07, F.S. Therefore, if the bidder believes any of the information
contained in his or her response is exempt fro m the Public Records Law,
the bidder must, in his or her response specifically identify the material
which is deemed to be exempt and cite the legal authority for the exemption,
otherwise, the City will treat all materials received as public records.
25-18-ITB
Page 86 of 122
4.10.2. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES,
TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC
RECORDS RELATING TO THIS CONTRACT, CONTACT
JEANETTE WILLIAMS, THE CUSTODIAN OF PUBLIC
RECORDS AT 772-388-8215 OR EMAIL
jwilliams@cityofsebastian.org. CITY OF SEBASTIAN, 1225
MAIN STREET, SEBASTIAN, FLORIDA 32958.
4.11 NON-COLLUSION
By submitting a bid, the bidder certifies that all information is truthful to the best of
their knowledge and belief. Bidder further certifies, under oath, that this bid is made
without colluded, conspired, contrived, or agreed, directly or indirectly, with any
other firm, person, or corporation responding to this solicitation for the same product
or service. The bidder further certifies that the bidder has not divulged, discussed,
or compared this bid with other bids and has not colluded with any other bidder or
parties to the bid. Any violation of this provision will result in the cancellation and
return of the bidder’s materials (as applicable) and the removal of the b id from the
list(s).
4.12 CONFLICT OF INTEREST
4.12.1. The resulting agreement is subject to the provisions of Chapter 112.313,
Florida Statutes. All bidders shall disclose within their bid to the City the
name of any officer, director, or agent who is also an employ ee of the City.
Furthermore, all bidders must disclose the name of any City employee who
owns, directly or indirectly, an interest of more than five percent (5%) in the
firm or any of its branches. Please submit to the City all information on any
potential conflict of interest related to providing the goods or services
requested in this Solicitation.
4.12.2. The term “conflict of interest” refers to situations in which financial or other
personal considerations may adversely affect, or adversely affect, an
employee’s professional judgment in exercising any City duty or
responsibility in administration, management, instruction, research, or other
professional activities.
4.12.3. Should the successful bidder permanently or temporarily hire any City
employee or Council member, who is, or has been, directly involved with
the bidder before or during performance of the resulting contract, the
Agreement shall be subject to immediate termination by the City.
25-18-ITB
Page 87 of 122
4.13 PROTEST PROCEDURE
4.13.1. Following Chapter 120, Florida Statutes, any person who is adversely
affected by the terms, conditions, or specifications outlined in this bid or who
is adversely affected by a decision of the City concerning the solicitation
shall file a Notice of Intent to Protest, in writing within 72 hours after the
solicitation document is posted or after the notice of decision is posted,
respectively, excluding Saturdays, Sundays, and state holidays. A formal
written protest shall be filed no later than 10 days after the Notice of Intent
to Protest, excluding Saturdays, Sundays, and state holidays. The formal
written protest must be accompanied by a protest bond, cashier’s check, or
money order in the amount of one percent (1%) of the total estimated
contract value. The Notice of Intent to Protest and formal written protest
shall be filed at the following address: Procurement/Contracts Manager,
1225 Main Street, Sebastian, FL 32958. The formal written protest shall
state, with particularity, the facts and law upon which the protest is based.
Failure to file a Notice of Intent to Protest, formal written protest, or failure
to post the bond, cashier’s check, or money order within the time frames or
in the manner described above shall constitute a waiver of proceedings
under Chapter 120, Florida Statutes.
A. Decision – If the protest is not resolved by mutual agreement, the
Procurement/Contracts Manager shall promptly investigate the basis
of the protest and, after consultation with the originating department,
the City Attorney, or any other person or entity deemed nece ssary,
the Procurement/Contracts Manager shall issue a decision in writing.
A copy of the decision shall be furnished immediately to the protestor
and any other party determined by the Procurement/Contracts
Manager to be directly affected by the decision. The decision shall:
a) State the decision and the basis for the decision, and b) Set forth
the protestor’s right to administrative review.
B. Administrative Review – If the protestor disagrees with the decision
of the Procurement/Contracts Manager, the protestor may appeal
the decision to the City Manager, provided the protestor shall submit
written notice of such appeal to the Procurement/Contracts Manager
within seven (7) calendar days of receipt of the decision to award
Any appeal of the decision by the City Manager shall be heard by the
City Council or other appropriate administrative or legal body.
C. Stay of Procurement - In the event of a timely and properly filed
protest, the Procurement/Contracts Manager shall not proceed
further with the solicitation or award until all administrative remedies
have been exhausted or until the City Manager or City Council, as
appropriate, makes a determination on the record that the award of
a contract is necessary to protect the city's substantial interests.
25-18-ITB
Page 88 of 122
4.14 COMPLIANCE WITH LAWS AND CITY POLICIES AND PROCEDURES
Contractors must be familiar with all federal, state, and local laws, ordinances, rules,
and regulations that may affect their work in any manner. Failure on the Contractor's
part to be aware of any law, ordinance, rule or regulation will not relieve him from
any responsibility or liability arising from the contract award. The Contractor assures
and certifies that they will comply with all laws, ordinances, rules, regulations, and
all other legal requirements. The Contractor shall abide by all OSHA, NFPA, and
ADA regulations about the hazards associated with the project, such as fall
protection, lockout/tag-out, PPE, safety barricades, portable fire
suppression/extinguishers, job site first aid kits, and emergency communication.
Any fines levied due to inadequacies or failure to comply with all requirements shall
be the Contractor's sole responsibility.
4.15 INDEPENDENT CONTRACTOR RELATIONSHIP
The contractor is and shall be, in the performance of all Services and activities
under this Agreement, an independent contractor and not an employee, agent, or
servant of the City. All persons engaged in any work or services performed under
this agreement shall be subject to the contractor’s sole direction, supervision, and
control at all times and in all places. The contractor shall exercise control over the
means and manner in which it and its employees perform the work. In all respects,
the contractor’s relationship and the relationship of its employees to the City sh all
be that of an independent contractor and not as employees or agents of the City.
The contractor has no power or authority to bind the City in any promise,
agreement, or representation. Nothing contained herein shall be deemed to create
an association, partnership, joint venture, or relationship of principal and agent or
master and servant among the parties or any affiliate thereof or to provide any party
hereto with the right, power, or authority whether expressed or implied, to create
any such duty or obligation on behalf of any other party. In its absolute discretion,
the City retains the right to reject, bar, or require the replacement of any employee,
subcontractor, or agent of the contractor. Such rejection shall not relieve the
contractor of the obligation to perform all work in compliance with the bid.
4.16 PURCHASES BY OTHER PUBLIC AGENCIES/PIGGYBACK
With the contractor's consent and agreement, other governmental agencies,
political subdivisions within Florida, or any other public entity may make purchases
under this bid. Such purchases shall be governed by the same terms and conditions
stated herein. Further, it is understood that each agency will issue its own purchase
order to the contractor. This agreement in no way restricts or interferes with the
right of any other public agency to rebid any or all of these items.
4.17 RIGHT TO USE EXISTING CONTRACTS / NON-EXCLUSIVITY
The City reserves the right to utilize any other contract, including, but not limited to,
the following: any state of Florida contract, any contract awarded by any other city
or City governmental agencies, other school boards, other community
colleges/state university system, cooperative agreements, or to negotiate/purchase
per City policy directly. The City also reserves the right to bid separately any item(s)
25-18-ITB
Page 89 of 122
and/or service(s) covered under this agreement, if deemed to be in the City's best
interest, at any time during this agreement term.
4.18 PUBLIC ENTITY CRIMES
4.18.1. A "public entity crime," as defined in Paragraph 287.133 (1) (g), Florida
Statutes, means a violation of any state or federal law by a person
concerning and directly related to the transaction of business with any public
entity or with an agency or political subdivision of any other state or with the
United States, involving antitrust, fraud, theft, bribery, collusion,
racketeering, conspiracy, or material misrepresentation.
4.18.2. "Convicted" or "conviction," as defined in Paragraph 287.133 (1) (b), Florida
Statutes, means a finding of guilt or a conviction of a public entity crime,
with or without an adjudication of guilt, in any federal or state trial court of
record relating to charges brought by indictment or information after July 1,
1989, as a result of a jury verdict, nonjury trial, or entry of a plea of guilty or
nolo contendere.
4.18.3. “Affiliate” as defined in Paragraph 287.133 (1) (a), Florida Statutes, means:
A. A predecessor or successor of a person or corporation convicted of a
public entity crime or
B. An entity under the control of any natural person who is active in the
management of the entity and who has been convicted of a public entity
crime or
C. Those officers, directors, executives, partners, shareholders,
employees, members, and agents who are active in the management of
an affiliate or
D. A person or corporation who knowingly entered into a joint venture with
a person who has been convicted of a public entity crime in Florida
during the preceding 36 months.
4.18.4. Bidder certifies that neither the entity proposing nor any of its officers,
directors, executives, partners, shareholders, employees, members, or
agents who are active in the management of the entity, nor any affiliate of
the entity have been charged with and convicted of a public entity crime
subsequent to July 1, 1989. Where the bidder is unable to certify all of the
statements above, the bidder shall attach an explanation to this bid.
4.19 BANKRUPTCY / INSOLVENCY
At the time of bid submission, the contractor shall not be in the process of or
engaged in any type of proceedings relating to insolvency or bankruptcy, either
voluntary or involuntary or receivership proceedings. If the contractor is awarded a
contract for six (6) months or longer and files for bankruptcy, insolvency, or
receivership thereafter, the City may, at its option, terminate and cancel the
25-18-ITB
Page 90 of 122
agreement, in which event all rights hereunder shall immediately cease and
terminate.
4.20 TERMINATION FOR CAUSE OR CONVENIENCE
The agreement resulting from this ITB can be terminated immediately for cause if
a contractor is found to have failed to perform services in a manner satisfactory to
the City, or the City may terminate without cause upon thirty (30) days’ written notice
to the bidder. In the event of either termination, the contractor shall be compensated
for all services performed to the City’s satisfaction. The City shall be the sole judge
of non-performance.
4.21 RIGHT TO REJECT
4.21.1. The City reserves the right to reject any or all bid(s), to waive minor
irregularities, and/or to accept the bid(s), which in its sole judgment best
serves the interest of the City.
4.21.2. Multiple bids from an individual, bidder, or association under the same or
different names will not be considered.
4.22 INVOICING
4.22.1. Payments shall be made in accordance with Section 218, Part VII of the
Florida Statutes. Unless otherwise noted, invoices shall be mailed directly
to The City of Sebastian, Accounts Payable, 1225 Main Street, Sebastian,
FL 32958. The Contractor shall provide fully documented invoices,
indicating the basic information below.
A. Name of the business organization as specified on the Contract between
City and Contractor
B. Date of invoice
C. Contractor’s invoice number
D. Contractor’s federal identification number on file with the state
E. City purchase order number and bid number
F. Unit price of the goods, services, or property provided
G. Extended total price of the goods, services, or property
H. Applicable discounts
I. Description of provided goods or services
J. Quantity of provided goods or services
K. Date(s) of delivery of provided goods or services
L. Location goods or services were delivered
25-18-ITB
Page 91 of 122
4.22.2. Any invoice submitted as a result of this bid's award shall be itemized and
match the items on the purchase order. “Lump sum” invoices shall not be
submitted or accepted for multiple-line purchase orders. An invoice can only
reference one purchase order number. Invoices that do not reference valid
purchase order numbers will be returned to the contractor for resolution of
the discrepancies and resubmitted.
4.22.3. It shall be understood that invoices shall not be authorized for payment until
the respective City representative and payment inspect the work is
approved. The City will pay the contract price minus any liquidated
damages, back charges, and/or other damages to the contractor upon final
completion and acceptance. The City shall provide partial payments for
work completed by the contractor during various phases of the work
assignment in accordance with the unit pricing provided in their bid
submittal, subject to an agreement on whether or not to exceed the amount.
Failure to submit invoices in the prescribed manner will delay payment.
4.23 AVAILABILITY OF FUNDS
The City's obligations under this agreement are subject to the availability of funds
lawfully appropriated for its purpose by the State of Florida and the City of Sebastian
City Council.
4.24 DIRECT PURCHASES
As a holder of a current Consumer’s Certificate of Exemption, the City reserves the
right to make direct purchases of any materials and/or equipment included in the
project to achieve sales tax savings. The City shall coordinate such purchases with
the Contractor. To the extent requested by the City, the Contractor will be
responsible for coordinating the delivery, safekeeping, protection, insuring (as to
those items that the Contractor will install), inspection, installation, and testing of
any materials purchased by the City, and for the management and administration
of any warranty claims pertaining to such materials and equipment. Furthermore,
furnished and installed materials directly purchased by the City will be deducted
from the Contractor’s Guaranteed Maximum Price (GMP). The contractor shall
provide a bid that includes all costs to complete the project.
4.25 PAYMENT
The City will only pay the dollar amounts authorized on the purchase order.
Payment will be made according to Chapter 218, F.S., Local Gov ernment Prompt
Payment Act, after the commodities or contractual services provided by the
contractor have been received, inspected, and found to comply with award
specifications, free of damage or defect, and correctly invoiced. Payment for partial
shipments shall only be made if specified in the purchase order. Follow these
instructions to ensure timely processing of invoices for payment. The purchase
order number must appear on invoices, bills of lading, packages, cases, delivery
lists, and correspondence.
25-18-ITB
Page 92 of 122
4.26 CHANGE ORDERS
4.26.1. Without invalidating the contract documents, and without notice to the
surety, the City of Sebastian reserves the right to make increases,
decreases or other changes in the character or quantity of the work under
the bid and contract documents as may be considered necessary or
desirable to complete the work in a manner satisfactory to the City of
Sebastian. The City reserves the right to order changes which may result in
additions to or reductions from the amount, type or value of the wo rk shown
in the bid or contract documents, provided that they are within the general
scope of the bid documents or contract documents.
4.26.2. All changes will be authorized only by a written change order utilizing the
City’s standard form and approved in advance of the change by the
designated project manager of the City. The contractor is required to
provide the project manager with a detailed cost breakdown of material
costs, labor costs, labor rates by trade, and work classification and
overhead rates supporting the amount of the change, as well as an
explanation of the cost and any revision to the Project completion time. If
the contractor fails to notify the project manager of any schedule changes
associated with the proposed change, it will be deemed to be an
acknowledgement by contractor that the proposed work will not have any
scheduling consequences. Any net increase to the pricing must a lso be
approved and documented with a revised purchase order by City.
4.27 SUBCONTRACTORS AND SUPPLIERS
The bidder is required to identify any subcontractors or suppliers that will be used
in the performance of the proposed contract and to clearly identify in their
submission the names, portions, and percentages of work to be performed by their
subcontractors or suppliers. The contractor shall be solely responsible for all acts
and omissions of its subcontractors or suppliers. Nothing in the bid and contract
documents creates any contractual relationship between subcontractors or
suppliers and the City of Sebastian. The contractor shall be responsible for the
timely payment of its subcontractors and suppliers as required by Florida Statute
Chapter 218.735. Failure to comply with these payment requirements will place the
contractor in default of the contract.
4.28 ASSIGNMENT
The contractor shall not assign, transfer, convey, sublet, or otherwise dispose of
this agreement, or of any or all of its rights, title, or interest therein, or its power to
execute such agreement to any person, firm, or corporation without prior written
authorization by the City.
25-18-ITB
Page 93 of 122
4.29 SILENCE OF SPECIFICATIONS
Any omissions of detail in the specifications stated herein that would render the
commodities from use, as specified herein, will not relieve the contractor from
responsibility.
4.30 DISCRIMINATION
The bidder shall not practice or condone personnel or supplier discrimination of any
nature whatsoever, in any manner proscribed by federal or state of Florida laws and
regulations. The City of Sebastian will not knowingly do business with vendors,
bidders, or contractors who discriminate against those protected by state and
federal law. Through the course of providing services to the City, contractors shall
affirmatively comply with all applicable provisions of Title VI of the Civil Rights Act
of 1964, the Civil Rights Restoration Act of 1987, and the Florida Civil Rights Act of
1992, as well as all other applicable regulations, guidelines , and standards. Any
person who believes their rights have been violated should report such
discrimination to the City.
4.31 AUDIT AND INSPECTION
The City or its representative reserves the right to inspect or audit the contractor's
documents and records about the products and services delivered under this bid.
Such rights will be exercised with notice to the contractor to determine compliance
with and performance of the terms, conditions, and specifications on all matters,
rights, duties, and obligations this bid establishes. Documents or records in any
form shall be open to the city’s representative and may include but are not limited
to all correspondence, ordering, payment, inspection, and receiving records,
contracts, or sub-contracts that directly or indirectly pertain to the transactions
between the City and the contractor.
4.32 INDEMNIFICATION
The contractor and its Subcontractor(s) shall indemnify, defend, and hold harmless
the City and its officers and employees from all claims, demands, liabilities,
damages, losses, and costs, including, but not limited to, reasonable attorneys’
fees, to the extent caused by the negligence, recklessness, or intentionally wrongful
conduct of the contractor or its Sub-Contractor(s) and other persons employed or
utilized by the Contractor or its subcontractor(s) in the performance of the
agreement; regardless of the negligence of the indemnitee or its officers, directors,
agents, or employees. However, such indemnification shall not include claims of,
or damages resulting from, gross negligence or willful, wanton, or intentional
misconduct of the indemnitee or its officers, directors, agents, or employees. Upon
request of the City, the contractor or its subcontractor(s) shall, at no cost or expense
to the City, indemnify and hold the City harmless of any suit asserting a claim for
any loss, damage, or liability specified above and the contractor or its
subcontractor(s) shall pay any cost and reasonable attorneys’ fees that the City
may incur in connection with any such claim or suit or in enforcing the indemnity
granted above. Nothing in this agreement shall be construed as the City waiving its
sovereign immunity according to 768.28, et seq., Florida Statutes, or any other
25-18-ITB
Page 94 of 122
sovereign or governmental immunity. This provision shall survive the termination of
this bid.
4.33 CONTRACTS AND AMENDMENTS
The contents of this bid and all provisions of the contractor’s submittal shall be
considered an agreement and become legally binding. Any changes to the
provisions hereinafter awarded must be in writing and signed by both Parties.
4.34 SCRUTINIZED VENDOR CERTIFICATION
4.34.1. Bidder certifies under penalties of perjury, as of the date of this solicitation
to provide goods and/or services to the City, that it:
A. Does not participate in a boycott of Israel; and
B. Is not on the Scrutinized Companies that Boycott Israel List; and
C. Is not on the Scrutinized Companies with Activities in Sudan List; and
D. Is not on the Scrutinized Companies with Activities in the Iran Petroleum
Energy Sector List; and
E. Has not engaged in business operations in Cuba or Syria.
4.34.2. Submitting a false certification shall be deemed a material breach of
contract. The City of Sebastian shall provide notice, in writing, to the bidder
of the City’s determination concerning the false certification. The contractor
shall have sixty-(60) days following the receipt of the notice to respond in
writing and demonstrate that the determination of false certification was
made in error. If the bidder determines, using credible information available
to the public, that a false certification has been submitted by bidder, this
contract may be terminated and a civil penalty equal to the greater of $2
million or twice the amount of this contract shall be imposed, pursuant to
F.S. 287.135 Said certification must also be submitted at the time of
Contract renewal.
4.34.3. Section 287.135, Florida Statutes, generally prohibits state agencies and
departments, and local government entities from: 1) contracting with
companies for goods or services in any amount if at the time of proposing
on, proposing a bid for, or entering into or renewing a contract i f the
company is on the Scrutinized Companies that Boycott Israel List, created
pursuant to Section 215.4725, Florida Statutes, or is engaged in a boycott
of Israel; and 2) contracting with companies, for goods or services over
$1,000,000.00 that are on either the Scrutinized Companies with activities
in the Sudan List or the Scrutinized Companies with Activities in the Iran
Petroleum Energy Sector List, created pursuant to Section 215.473, Florida
Statute, or have been engaged in business operations in Cuba or Syria.
25-18-ITB
Page 95 of 122
4.34.4. As provided in F.S. 287.135, by entering into this contract or performing any
work in furtherance hereof, the bidder certifies that it, its affiliates, suppliers,
subcontractors and consultants who will perform hereunder, have not been
placed on the Scrutinized Companies that Boycott Israel List; engaged in a
boycott of Israel, pursuant to F.S. 215.4725; have not been placed on the
Scrutinized Companies With Activities in Sudan List or Scrutinized
Companies With Activities in The Iran Petroleum Energy Sector List created
pursuant to F.S. 215.473; or engaged in business operations in Cuba or
Syria.
4.35 LICENSING, CERTIFICATION, AND REGISTRATION
4.35.1. Contractors must show their current Business Tax Receipt, as well as any
licenses required by Chapter 489, F.S., Section 62C-20 (F.A.C.), and/or by
the US EPA. Contractors who are required to be registered with the Florida
Department of State, Division of Corporations or who are incorporated
within the state of Florida must furnish their Florida do cument number and
a screenshot of their “active” status. All registered contractors must have an
active status to be eligible to do business with the City. Contractors doing
business under a fictitious name, on page 1, must submit their offer using
the company’s complete registered legal name; for example, ABC, Inc.
d/b/a XYZ Company. If the contractor is not located in Florida, the contractor
must provide their state’s document number and a screenshot of their
current, date-identified “active” status with their submittal.
4.35.2. All licenses shall be up to date. Contractors must provide their current
contractor’s license, prior to starting work. If the bidder is a State Certified
General Contractor, or a State Registered General Contractor the bidder
must be registered with the City of Sebastian.
4.36 TAXES
Although the City of Sebastian is exempt from federal and state sales and use
taxes, contractors or vendors doing business with the City are not exempted from
paying said taxes to their supplier for goods or serv ices purchased to fulfill the
contractual obligations with the City, nor shall any contractor or vendor be
authorized to use the City’s Tax Exemption Number in securing such materials.
4.37 CONFIDENTIAL, PROPRIETARY, OR TRADE SECRET MATERIAL
If the Contractor considers any portion of the documents, data, or records submitted
in response to this Bid to be a confidential trade secret, or otherwise not subject to
disclosure under Chapter 119 Florida Statutes, the Florida Constitution or other
authority, the contractor must also simultaneously provide the City with a separate
redacted copy of its response. The redacted copy shall contain the City’s solicitation
name, number, and the name of the Contractor on the cover, and shall be clearly
titled “Redacted Copy.” The contractor must also include next to each redaction the
statutory basis for the exemption. The contractor shall be responsible for defending
its determination that the redacted portions of its response are a confidential, trade
25-18-ITB
Page 96 of 122
secret, or otherwise not subject to disclosure. Further, the contractor shall protect,
defend and indemnify the City for any claims from or relating to the contractor’s
determination that the redacted portions of its response are confidential,
proprietary, trade secret, or otherwise not subject to disclosure. If the contractor
fails to submit a Redacted Copy with its response, the City is authorized to produce
the entire documents, data, or records submitted by the contractor in response to a
public records request for these records.
4.38 LIQUIDATED DAMAGES
4.38.1. The contractor agrees to the use of liquidated damages in the event the
contractor fails to perform by the provisions herein. The Contractor hereby
agrees, as part consideration for awarding the Agreement, to pay the City
the sum of Five Hundred Dollars ($500.00), for each and every calendar
day that the Contractor shall be in default after the time stipulated in the
agreement and/or the individual purchase orders for completing the Work.
The Contractor and City acknowledge and agree that said sum is not a
penalty but liquidated damages for breach of contract
4.38.2. On the occasion where the contractor is in default of the Agreement, or any
material provision thereof, or fails to remedy any deficiency in performance,
the City may procure the necessary supplies or services from an alternative
source and hold the contractor financially responsible for any excess costs
incurred. The difference between the Bid price of the product or service and
the actual price paid may be deducted from any current or future obligations
owed to the contractor as liquidated damages.
4.39 FORCE MAJEURE
Neither Party shall be liable for any failure or delay in performing any duty,
requirement, or obligation under this agreement that is due to any of the following
causes, to the extent beyond its reasonable control: fire, hurricane, earthquake,
explosion, wars, sabotage, accident, flood, acts of God, epidemic, pandemic,
quarantine, riots, civil commotion, acts of government authorities, changes in laws
or regulations strikes, or other labor disputes, or because of any other matter or
condition beyond the control of either party and which cannot be overcome by
reasonable diligence and without unusual expense.
4.40 REPORT OF UNSATISFACTORY PRODUCTS OR SERVICES
A Vendor Performance Report form will be utilized to document unsatisfactory
performance during the term of this bid. The report may become an important part
of the contractor’s history. The report and process will assist the City in determining
whether there is a continuing pattern of problems that may need to be addressed
through termination of contract and/or suspension of the contractor from future
bidding.
25-18-ITB
Page 97 of 122
4.41 E-VERIFY
In accordance with State of Florida, Office of the Governor, Executive Order 11-116
(superseding Executive Order 11-02; Certification of Employment Status), in the
event performance of this Agreement is or will be funded using state or federal
funds, the contractor must comply with the Employment Eligibility Verification
Program developed by the federal government to verify the eligibility of individuals
to work in the United States and 48 CFR 52.222-54 (as amended) is incorporated
herein by reference. The contractor shall (1) enroll in the U.S. Department of
Homeland Security’s E-Verify system, (2) utilize E-Verify to verify the employment
eligibility of all new employees hired during the term of the contract (3) utilize E-
Verify to verify the employment eligibility of all employees assigned to the contract;
and (4) shall expressly require any subcontractors performing work or providing
services pursuant to the contract to likewise utilize E-Verify to verify the
employment eligibility of all new employees hired by the subcontractor during the
contract term. Information on registration for and use of the E -Verify system can be
obtained at the U.S. Department of Homeland Security website:
http://www/dhs.gov/E-Verify.
4.42 IMMIGRATION LAWS
The City will not intentionally award City contracts to any firm who knowingly
employs unauthorized alien workers, constituting a violation of the employment
provisions contained in an 8 U.S.C. Section 1324 a(e) (Section 274A (e) of the
Immigration and Nationality Act (“INA”). Refer to E -Verify Acknowledgment in
solicitation documents.
4.43 DRUG-FREE WORKPLACE
4.43.1. In accordance with Florida Statute Section 287.087, bidder certifies the
following:
A. A written statement is published notifying employees that the unlawful
manufacture, distribution, dispensing, possession or use of a controlled
substance is prohibited in the workplace named above and specifying
actions that will be taken against violations of such prohibition.
B. Employees are informed about the dangers of drug abuse in the work
place, the bidder’s policy of maintaining a drug free working
environment, and available drug counseling, rehabilitation, and
employee assistance programs, and the penalties that may be imposed
upon employees for drug use violations.
C. Employees are notified that as a condition of working on the
commodities or contractual services being solicited, they will noti fy the
employer of any conviction of, plea of guilty or nolo contendere to, any
violation of Chapter 893, or of any controlled substance law of the State
of Florida or the United States, for a violation occurring in the work place,
no later than five (5) days after such conviction, and requires employees
to sign copies of such written statement to acknowledge their receipt.
25-18-ITB
Page 98 of 122
D. The bidder/employer imposes a sanction, or requires the satisfactory
participation in, a drug abuse assistance or rehabilitation program, if
such is available in the employee’s community, by any employee who is
so convicted.
E. The bidder/employer makes a good faith effort to continue to maintain a
drug free work place through the Implementation of the drug free
workplace program.
4.44 DEBARMENT AND SUSPENSION
4.44.1. bidder certifies to the best of its knowledge and belief that it and its
principals:
4.44.2. Are not presently debarred, suspended, proposed for disbarment, declared
ineligible, or voluntarily excluded from covered transactions by any Federal
department or agency;
4.44.3. Have not within a three-year period preceding this application been
convicted or had a civil judgment rendered against them for commission of
fraud or a criminal offense in connection with obtaining, attempting to obtain,
or performing a public (federal, state, or local) transaction or contract under
a public transaction; violation of federal or state antitrust statutes or
commission of embezzlement, theft, forgery, bribery, falsification or
destruction of records, making false statements, or receiving stolen
property;
4.44.4. Are not presently indicted for or otherwise criminally or civilly charged by a
governmental entity (Federal, State or local) with commission of any of the
offenses enumerated in paragraph (1)(b) of this certification; and
4.44.5. Have not within a three-year period preceding this application had one or
more public transactions (Federal, State or local) terminated for cause or
default.
4.44.6. The City of Sebastian will not make award to parties listed on the
government wide exclusions in the System for Award Management (SAM).
4.45 FLORIDA CONVICTED/SUSPENDED/DISCRIMINATORY COMPLAINTS
4.45.1. By submission of a proposal, Respondent affirms that it is not currently
listed on the Florida Department of Management Services Convicted,
Suspended, or Discriminatory Complaint Vendor List.
4.45.2. The District will review the following to determine whether the Respondent,
or any of its suppliers, subcontractors or subconsultants, has been placed
on:
25-18-ITB
Page 99 of 122
A. State of Florida’s Convicted Vendor List in accordance with section
287.133, Florida Statutes;
B. State of Florida’s Discriminatory Vendor List in accordance with section
287.134, Florida Statutes;
C. State of Florida’s Scrutinized List of Prohibited Companies;
4.45.3. The District shall find non-responsible any Respondent, or any of their
suppliers, subcontractors, or subconsultants who are currently debarred or
suspended, or whose name appears in any of the lists above.
4.46 RIGHTS IN DATA
The City of Sebastian is and will remain the owner of all data provided to the
contractor by the City under this contract. The contractor will not use such data for
any purpose other than providing services and support to the City under this bid,
nor will any part of such data be sold, assigned, leased, or otherwise disclosed to
third parties (other than authorized subcontractors for purposes of performance of
the Services) or commercially exploited by or on behalf of the contr actor. The
contractor will not possess or assert any lien or other right against such data.
4.47 DATA TRANSMISSION
The contractor agrees that any transmission or exchange of system application data
with the City and/or any other parties shall take place via secure means using
current industry approved encryption standards.
4.48 DATA BREACH
Contractor agrees to comply with the State of Florida Database Breach Notification
Act outlined in Section 501.171, F.S. In the event of a breach described in Section
501.171, F.S. ("Notification Event"), Contractor will notify the City immediately and
will comply with the requirements of Section 501.171, F.S. assume responsibility
for all costs associated with complying with the breach notification and informing all
such individuals by applicable law. The Contractor agrees to indemnify, hold
harmless and defend the City and its trustees, officers, and employees from and
against any claims, damages, or other harm related to such Notification Event.
4.49 COPYRIGHTS
The parties want to ensure that the City has the ability to obtain copyrights,
trademarks, service marks, etc. on the items created as part of this contract.
Consultant agrees that any work prepared for the City which is eligible for copyright
protection in the United States or elsewhere shall be work made for hire as a
commissioned work. If any such work is deemed for any reason not to be work
made for hire, Consultant assigns all right, title and interest in the copyright in such
work, included but not limited to copyrights in text, two-dimensional and three-
dimensional representations or animations, and all extensions and renewals
thereof, to the City, and agrees to provide all assistance reasonably requested by
the City in the establishment, preservation and enforcement of its copyright in such
25-18-ITB
Page 100 of 122
work, such assistance to be provided at the City’s expense but without additional
compensation to Consultant. Consultant agrees to waive all artist’s rights and moral
rights under Federal, State or International law, relating to the work developed or
produced, including without limitation any and all rights of identification of
authorship and any and all rights of approval, restriction or limitation on use of
subsequent modification.
REMAINDER OF PAGE INTENTIONALLY LEFT BLANK
25-18-ITB
Page 101 of 122
SECTION 5
REQUIRED
FORMS
CONTACT INFORMATION SHEET
DUE DATE: August 14, 2025
Bids due on or before 2:00 PM LOCAL TIME
City of Sebastian
ATTN: Procurement
1225 Main Street
Sebastian, Florida 32958
Check the Addenda for any revised opening dates
before submitting your bid. Bid(s) received after the
date and time stated above will not be opened.
CONTACT:
Jessica Graham, CPPB
Procurement/Contracts Manager
(772) 388-8231
jessgraham@cityofsebastian.org
ITB TITLE: Citywide Pavement Maintenance and
Rehabilitative Services
ITB NO.: 25-18-ITB
Proposer Name and “Doing Business As”, if applicable:
Federal Tax Identification Number:
Unique Entity ID (SAM.GOV):
Address:
City: State: Zip Code:
Telephone No: Fax No:
E-Mail Address of Authorized Representative:
I certify that I have carefully examined the ITB document and associated documents, including the Addenda,
accompanying or made a part of this solicitation. I further certify that all information contained in this bid is truthful
to the best of my knowledge and belief and that I am duly authorized to submit this bid on behalf of the proposer
named above and that the proposer is ready, willing, and able to perform if awarded.
In compliance with this solicitation, and subject to all conditions herein, I hereby propose and agree to furnish
the goods and /or services specified in the ITB at the prices or rates in my bid and prices will remain for a period
of ninety (90) days to allow the City adequate time to evaluate the bid.
__________________________________________________________________ Signature of Authorized Representative (Manual)
__________________________________________________________________ Name of Authorized Representative (Typed or Printed)
___________________________________________ ________________
Title Date
Each bid submittal must include the signature of an officer or employee with the authority to bind the
contractor in the space(s) provided. If the individual is not listed on Sunbiz.org, a Corporate Resolution shall
be provided. The bid submittal shall be marked non-responsive if a Corporate Resolution cannot be provided.
The City reserves the right to reject any and all bids or to accept any bid or portion deemed to be in the City's
best interest and waive any non-substantial irregularities.
CORPORATE RESOLUTION
I, ___________________________________________, Board President of
______________________________, a corporation organized and existing under the laws of the
State of _____________________, hereby certify that at a meeting of the Board of Directors of
the Corporation duly called and held on _____________________, 2025, at which a quorum was
present and acting throughout, the following resolutions were adopted and are now in full force
and effect:
RESOLVED that the following individual of this corporation is authorized to execute on behalf of
this corporation bids and agreements, of which bids and agreements include a hold harmless and
indemnification clause.
I further certify that the names of the officers of this corporation and any other persons authorized
to act under this resolution and their official signatures are as follows:
NAME OFFICIAL SIGNATURE
IN WITNESS WHEREOF, I have hereunto subscribed my name as Board President and affixed
the seal of the corporation this _____ day of ____________, 2025.
Board President Signature: __________________________________________________
STATE OF _________________
CITY OF _________________
The foregoing instrument was acknowledged before me, by means of ___ physical presence or
___ online notarization, this _______ day of _______________, _______ (year) by
_____________________________, who is personally known to me or who has produced
_______________________________ as identification and who did (did not) take an oath.
______________________ (Signature of Notary Public)
______________________ (Name of Notary – Typed, printed or stamped)
______________________ (Notary Seal / Serial Number)
______________________ (Date)
STATEMENT OF BIDDER’S QUALIFICATIONS
Solicitation Title:
Solicitation Number:
Name of Bidder:
Professional License Type and Number:
1. Contractor’s Compliance with Employment Eligibility Requirements (§448.095, Fla. Stat.
– E-Verify)
The E-Verify system is an internet-based system operated by the United States
Department of Homeland Security that allows participating employers to electronically
verify the employment eligibility of newly hired employees. Florida Statutes §448.095
provides that any person or entity that has entered or is attempting to enter into a contract
with the City of Sebastian to provide labor, supplies or services must register with and use
the E-Verify system to verify the work authorization status of all employees hired after
January 1, 2021. Further, the contractor must maintain certain required employment
compliance records of subcontractors for the duration of the contract with the City of
Sebastian.
Contractor E-Verify Registration Number:
2. How long has your organization performed services under your present name?
3. How long has your company provided PAVEMENT MAINTENANCE AND
REHABILITATION as a contractor?
4. Has your organization, any officer, or partner failed to complete any work awarded to you?
If so, where and why?
5. Has your company been in disputes or litigations in the last five (5) years over past or
present projects? If so, describe the nature of the dispute or litigation and state the
Owner's Name, Address, Telephone, and number of disputes or litigations. (Use
additional sheets if necessary.)
6. Has the bidder’s organization or any of its officers, received a reprimand of any nature or
been suspended by the Department of Professional Regulations or any other regulatory
agency or professional association within the last five (5) years?
( ) YES ( ) NO
7. Has the bidder’s organization been declared in default, terminated, or removed from a
contract or job related to the services your company provides in the regular course of
business within the last five (5) years?
( ) YES ( ) NO
8. Has your organization filed any request for equitable adjustment, contract claims, protest,
or litigation in the past five (5) years related to the services provided in the regular course
of business?
( ) YES ( ) NO
I hereby certify that all statements made are true and I agree and understand that any misstatement or
misrepresentation or falsification of facts shall be cause for forfeiture of rights for further consideration of
this ITB for the City of Sebastian.
Signature of Contractor’s Authorized Official Date
Name and Title of Contractor’s Authorized Official
NON-COLLUSION AFFIDAVIT OF PRIME BIDDER
STATE OF _________________________________
CITY OF _________________________________
__________________________ , being duly sworn, deposes and says that:
(1) He/she is of, the (Title) (Firm/Company) bidder that has submitted the attached bid.
(2) He/she is fully informed respecting the preparation and contents of the attached bid and
of all pertinent circumstances respecting such bid.
(3) Such bid is genuine and is not a collusive or sham bid.
(4) Neither the said bidder nor any of its officers, partners, owners, agent representatives,
employees or parties in interest including this affiant, has in any way, colluded, conspired,
or agreed, directly or indirectly, with any other bidder, firm or person, to submit a collusive
or sham bid in connection with the Agreement for which the attached bid has been
submitted or to refrain from proposing in connection with such Agreement, or has in any
manner, directly or indirectly, sought by Agreement or collusion or communication or
conference with any other bidder, firm or person to fix the price or prices in the attached
bid or of any other bidder, or to fix any overhead, profit or cost element of the bid price or
the bid price of any other bidder, or to secure through an collusion, conspiracy, connivance
or unlawful Agreement any advantage against the City of Sebastian, Florida, or any person
interested in the proposed Agreement.
(5) The price or prices quoted in the attached bid are fair and proper and are not tainted by
any collusion, conspiracy, or unlawful Agreement on the part of the bidder or any of its
agents, representatives, owners, employees, or parties of interest, including affiant.
____________________________________
(Signed)
____________________________________
(Title)
STATE OF _________________
CITY OF _________________
The foregoing instrument was acknowledged before me, by means of ___ physical presence or
___ online notarization, this _______ day of _______________, _______ (year) by
_____________________________, who is personally known to me or who has produced
_______________________________ as identification and who did (did not) take an oath.
______________________ (Signature of Notary Public)
______________________ (Name of Notary – Typed, printed or stamped)
______________________ (Notary Seal / Serial Number)
______________________ (Date)
DRUG FREE WORKPLACE PROGRAM
In accordance with Section 287.087, Florida State Statues, preference shall be given to
businesses with drug-free workplace programs. Whenever two or more bids or replies are
received by the City that are equal with respect to price, quality, and service for the procurement
of commodities or contractual services, a bid or reply received from a business that certifies that
it has implemented a drug-free workplace program shall be given preference in the award
process. Established procedures for processing tie bids will be followed if none of the tied vendors
have a drug-free workplace program. In order to have a drug-free workplace program, a business
shall:
1) Publish a statement notifying employees that the unlawful manufacture, distribution,
dispensing, possession, or use of a controlled substance is prohibited in the workplace
and specifying the actions that will be taken against employees for violations of such
prohibition.
2) Inform employees about the dangers of drug abuse in the workplace, the business's policy
of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and
employee assistance programs, and the penalties that may be imposed upon employees
for drug abuse violations.
3) Give each employee engaged in providing the commodities or contractual services that
are under bid a copy of the statement specified in subsection (1).
4) In the statement specified in subsection (1), notify the employees that, as a condition of
working on the commodities or contractual services that are under bid, the employee will
abide by the terms of the statement and will notify the employer of any conviction of, or
plea of guilty or nolo contendere, to any violation of Florida Statute, Chapter 893 or of any
controlled substance law of the United States or any state, for a violation occurring in the
workplace, not later than five (5) days after such conviction.
5) Impose a sanction on or require the satisfactory participation in a drug abuse assistance
or rehabilitation program, if such is available in the employee's community, by any
employee who is so convicted.
6) Make a good faith effort to continue to maintain a drug-free workplace through
implementation of this section.
As the person authorized to sign such statement, I certify that the firm complies fully with the
above requirements and indicate the program was implemented.
Authorized Signature
Company
Date
CERTIFICATION REGARDING DEBARMENT AND SUSPENSION
This certification is required by the regulations implementing Executive Order 12549, Debarment
and Suspension, 13 CFR Part 145.
1. The Contractor (or subcontractor) certifies to the best of its knowledge and belief that it
and its principals:
a. Are not presently debarred, suspended, proposed for disbarment, declared
ineligible, or voluntarily excluded from covered transactions by any Federal
department or agency;
b. Have not within a three-year period preceding this application been convicted or
had a civil judgment rendered against them for commission of fraud or a criminal
offense in connection with obtaining, attempting to obtain, or performing a public
(federal, state, or local) transaction or contract under a public transaction; violation
of federal or state antitrust statutes or commission of embezzlement, theft, forgery,
bribery, falsification or destruction of records, making false statements, or receiving
stolen property;
c. Are not presently indicted for or otherwise criminally or civilly charged by a
governmental entity (Federal, State or local) with commission of any of the
offenses enumerated in paragraph (1)(b) of this certification; and
d. Have not within a three-year period preceding this application/proposal had one or
more public transactions (Federal, State or local) terminated for cause or default.
2. Where the prospective contractor is unable to certify to the above statement, the
prospective contractor shall attach an explanation to this form.
3. The City of Sebastian will not make award to parties listed on the government wide
exclusions in the System for Award Management (SAM).
____________________________________ ____________________________________
Authorized Signature Address
____________________________________ ____________________________________
Printed Name & Title City, State, Zip Code
____________________________________ ____________________________________
Company Date
CERTIFICATION REGARDING PROHIBITION AGAINST CONTRACTING WITH
SCRUTINIZED COMPANIES
I hereby certify that neither the undersigned entity, nor any of its wholly owned subsidiaries,
majority-owned subsidiaries, parent companies, or affiliates of such entities or business
associations, that exists for the purpose of making profit have been placed on the Scrutinized
Companies that Boycott Israel List created pursuant to s. 215.4725 of the Florida Statutes, or are
engaged in a boycott of Israel.
In addition, if this solicitation is for a contract for goods or services of one million dollars or more,
I hereby certify that neither the undersigned entity, nor any of its wholly owned subsidiaries,
majority-owned subsidiaries, parent companies, or affiliates of such entities or business
associations, that exists for the purpose of making profit are on the Scrutinized Companies with
Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy
Sector List, created pursuant to s. 215.473 of the Florida Statutes, or are engaged in business
operations in Cuba or Syria as defined in said statute.
I understand and agree that the City may immediately terminate any contract resulting from this
solicitation upon written notice if the undersigned entity (or any of those related entities of
respondent as defined above by Florida law) are found to have submitted a false certification or
any of the following occur with respect to the company or a related entity: (i) it has been placed
on the Scrutinized Companies that Boycott Israel List, or is engaged in a boycott of Israel, or (ii)
for any contract for goods or services of one million dollars or more, it has been placed on the
Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities
in the Iran Petroleum Energy Sector List, or it is found to have been engaged in business
operations in Cuba or Syria.
Authorized Signature
Printed Name & Title
Date
APPENDIX A, 44 C.F.R. PART 18 – CERTIFICATION REGARDING LOBBYING
Certification for Contracts, Grants, Loans, and Cooperative Agreements
(To be submitted with each bid or offer exceeding $100,000.00)
The undersigned certifies, to the best of his or her knowledge, that:
1) No federal appropriated funds have been paid or will be paid, by or on behalf of the
undersigned, to any person for influencing or attempting to influence an officer or
employee of an agency, a Member of Congress, an officer or employee of Congress, or
an employee of a Member of Congress in connection with the awarding of any federal
contract, the making of any federal grant, the making of any federal loan, the entering into
of any cooperative agreement, and the extension, continuation, renewal, amendment, or
modification of any federal contract, grant, loan, or cooperative agreement.
2) If any funds other than federal appropriated funds have been paid or will be paid to any
person for influencing or attempting to influence an officer or employee of any agency, a
Member of Congress, an officer or employee of Congress, or an employee of a Member
of Congress in connection with this federal contract, grant, loan, or cooperative
agreement, the undersigned shall complete and submit Standard Form-LLL, “Disclosure
Form to Report Lobbying,” in accordance with its instructions.
3) The undersigned shall require that the language of this certification be included in the
award documents for all subawards at all tiers (including subcontracts, subgrants, and
contracts under grants, loans, and cooperative agreements) and that all subrecipients
shall certify and disclose accordingly.
This certification is a material representation of fact upon which reliance was placed when this
transaction was made or entered into. Submission of this certification is a prerequisite for making
or entering into this transaction imposed by section 1352, Title 31, U.S.C. Any person who fails
to file the required certification shall be subject to a civil penalty of not less than $10,000 and not
more than $100,000 for each such failure
The Contractor, ____________________________________________, certifies or affirms the
truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition,
the Contractor understands and agrees that the provisions of 31 U.S.C. Chap. 38, Administrative
Remedies for False Claims and Statements, apply to this certification and disclosure, if any.
Signature of Contractor’s Authorized Official
Name and Title of Contractor’s Authorized
Official
Date
CONTRACTING WITH ENTITIES OF FOREIGN COUNTRIES OF CONCERN
PROHIBITED AFFIDAVIT
The Contracting with Entities of Foreign Countries of Concern Prohibited Affidavit Form (“Form”)
is required by Section 287.138, Florida Statutes (“F.S.”), which is deemed as being expressly
incorporated into this Form. The Affidavit must be completed by a person authorized to make this
attestation on behalf of the Bidder/Proposer for the purpose of submitting a bid, proposal, quote,
or other response or otherwise entering into a contract with the City. The associated bid, proposal,
quote, or other response will not be accepted unless and until this completed and executed
Affidavit is submitted to the City.
___________________________________________does not meet any of the criteria set forth
Bidder's/Proposer's Legal Company Name
in Paragraphs 2 (a) – (c) of Section 287.138, FS.
Pursuant to Section 92.525, F.S., under penalties of perjury, I declare that I have read the foregoing
statement and that the facts stated in it are true.
Print Name of Bidder's/Proposer's Authorized Representative: _________________________________
Title of Bidder's/Proposer's Authorized Representative: _________________________________
Signature of Bidder's/Proposer's Authorized Representative: _________________________________
Date: ________________________
REFERENCE LIST – CAPE SEAL
Bidder’s Name:
List a minimum of three (5) client references that can speak to the proposer’s experience and
performance within the last five (5) years. The City will conduct Reference Checks for the provided
references. If the contact information is incorrect or the reference does not respond, the proposer
will lose points awarded for this criterion. Use additional sheets as necessary.
Reference #1
Company Name:
Location (City, State):
Contact Person:
Contact Number:
Email Address:
Dates of Service:
Services Provided:
Reference #2
Company Name:
Location (City, State):
Contact Person:
Contact Number:
Email Address:
Dates of Service:
Services Provided:
Reference #3
Company Name:
Location (City, State):
Contact Person:
Contact Number:
Email Address:
Dates of Service:
Services Provided:
Reference #4
Company Name:
Location (City, State):
Contact Person:
Contact Number:
Email Address:
Dates of Service:
Services Provided:
Reference #5
Company Name:
Location (City, State):
Contact Person:
Contact Number:
Email Address:
Dates of Service:
Services Provided:
REMAINDER OF PAGE INTENTIONALLY LEFT BLANK
REFERENCE LIST - IN-PLACE RECYCLING-RECONSTRUCTION
Bidder’s Name:
List a minimum of three (5) client references that can speak to the proposer’s experience and
performance within the last five (5) years.
The City will conduct Reference Checks for the provided references. If the contact information is
incorrect or the reference does not respond, the proposer will lose points awarded for this criterion.
Use additional sheets as necessary.
Reference #1
Company Name:
Location (City, State):
Contact Person:
Contact Number:
Email Address:
Dates of Service:
Services Provided:
Reference #2
Company Name:
Location (City, State):
Contact Person:
Contact Number:
Email Address:
Dates of Service:
Services Provided:
Reference #3
Company Name:
Location (City, State):
Contact Person:
Contact Number:
Email Address:
Dates of Service:
Services Provided:
Reference #4
Company Name:
Location (City, State):
Contact Person:
Contact Number:
Email Address:
Dates of Service:
Services Provided:
Reference #5
Company Name:
Location (City, State):
Contact Person:
Contact Number:
Email Address:
Dates of Service:
Services Provided:
REMAINDER OF PAGE INTENTIONALLY LEFT BLANK
SUBCONTRACTOR LIST
Bidder Name: Phone #:
ITB Title:
Citywide Pavement Maintenance and
Rehabilitative Services ITB #: 25-18-ITB
NOTE: List all sub-contractors and the percentages of work to be performed on this project, If
sub-contractors will not be used on this agreement, check the box below. Form must be submitted
with your bid. Use additional sheets if necessary.
The City reserves the right to reject any proposals if the proposer names sub-contractors who
have previously failed in the proper performance of an award, or failed to deliver on time contracts
of a similar nature, or who is not in a position to perform under this a ward. The City reserves the
right to inspect all facilities of any sub-contractor in order to make a determination as to the
foregoing.
Company
Name
Work To Be
Performed and
% of Work to
be
Performed*
Contact Person &
Phone Number
1
2
3
4
5
6
NOTE: *Total Percentage CANNOT Exceed 60%
I affirm that sub-contractor(s) will not be used to complete projects under this
agreement.
Authorized Signature
Printed Name & Title
Date
ADDENDA ACKNOWLEDGEMENT
Bidder Name: Phone #:
ITB Title:
Citywide Pavement Maintenance and
Rehabilitative Services ITB #: 25-18-ITB
Bidder shall indicate below all Addenda received. Acknowledgment confirms receipt and
understanding of the issued Addenda. Bidder understands that failure to acknowledge any
addenda issued may cause their bid to be considered non-responsive. To verify the number of
addenda (if any), a bidder may contact the Procurement Division at (772) 388-8231.
ADDENDUM # DATE RECEIVED
1
2
3
4
5
6
7
No Addenda was received in connection to this solicitation.
Print Preparer’s Name: Title:
Signature:
Date:
SECTION 6 – BID PRICE FORM INSTRUCTIONS
6.1 The Electronic Price Sheet, Attachment C, is in Excel Format. Proposers must upload their
completed price sheet in .xlsx or .xls format to VendorLink.
6.2 This pricing submitted by the contract shall be all-inclusive. All rates include all costs
associated with the work's performance, such as mobilization, demobilization, fuel,
insurance, overhead and profits, lodging, meals, transportation (including trip charges),
rentals, safety gear, telephone costs, and all other materials, items, and miscellaneous
expenses. Upon request, Contractors may be required to provide a further breakdown of
cost and/or a detailed schedule of values.
6.3 Excel Workbook
6.3.1. Pricing for all sheets in the Workbook is MANDATORY. Failure to submit
pricing on a sheet shall result in your solicitation being marked non-responsive.
6.3.2. List of sheets:
A. CHIP SEAL & FOG SEAL
B. CAPE SEAL
C. MICRO-SURFACING
D. IN-PLACE RECYCLING
E. ASPHALT REJUVENATION
F. CRACK SEALING
G. PAVEMENT MARKINGS
H. MAINTENANCE OF TRAFFIC
I. MOBILIZATION
J. MISC.
The Bid Prices shall remain good for ninety (90) days after the due date of this ITB. The
Bidder certifies that the price quoted represents and includes the entirety of the work, fees, profit,
overhead, general requirements, general conditions, etc., of the project per the ITB documents.
By affixing their signature to the Bid Price Sheet, the Bidder hereby states that they have read all
proposal specifications, terms, and conditions outlined in the Invitation to Bid and agree to such.
Bidder also declares that the individual signing this Bid Price Sheet has the legal capacity to sign
on behalf of Bidder and to obligate Bidder contractually.
Bidder Name:
Signature: Date:
Print Name: Title:
Failure to complete and submit this form with your bid package may result in the rejection of your bid Page 119 of 122
SECTION 7
BONDING CAPACITY LETTER AND BID BOND
BONDING CAPACITY CERTIFICATION LETTER
OWNER
City of Sebastian
1225 Main Street
Sebastian, FL 32958
772-388-8231
procurement@cityofsebastian.org
CONTRACTOR
Firm Name:
Address:
City, State, Zip
Code:
Phone:
Email:
This letter serves as a certified statement of bonding capacity for the referenced Contractor. The
present limits on bonding for the referenced Contractor are as follows:
$ ......................................... Single
$ ......................................... Aggregate
Issuance and approval of any bond shall be predicated on the most current financial and job
information available to the underwriter on the fate that the bond is issued. The Surety Company
hereby certifies that they are duly authorized by certificate of authority issued by the State of
Florida and they are rated as follows:
A.M. Best Rating .....................................
Financial Size Category .....................................
SURETY COMPANY
Surety Company
Name
Address:
City, State, Zip Code:
Authorized Signature: Date: ……/………. /………. Print Name:
Name of Brokerage:
Address
Phone:
STATE OF _________________
COUNTY OF _________________
The foregoing instrument was acknowledged before me, by means of ___ physical presence or
___ online notarization, this _______ day of _______________, _______ (year) by
_____________________________, who is personally known to me or who has produced
_______________________________ as identification and who did (did not) take an oath.
______________________ (Signature of Notary Public)
______________________ (Name of Notary – Typed, printed or stamped)
______________________ (Notary Seal / Serial Number)
______________________ (Date)
Note: This is the only acceptable format for the Surety’s Bonding Capacity Certification
Letter. This statement must be notarized. The Power of Attorney form must be
attached.
BID BOND
KNOWN ALL MEN BY THESE PRESENTS, that we _________________________ (hereinafter
called Principal) and _________________________ (hereinafter called the Surety) a corporation
chartered and existing under the Laws of the State of _________________________ with its
principal offices in the City of _________________________ and authorized to do business in
the State of Florida, in the full and just sums of ____________ Dollars ($____________) good
and lawful money of the United States of America, to be paid upon demand of the City of
Sebastian, Florida to which payment will and truly be made, we bind ourselves, our heirs,
executors, administrators, and assigns, jointly and severally and firm these presents.
WHEREAS, the Principal has submitted to the City of Sebastian, Florida, a bid for Citywide
Pavement Maintenance and Rehabilitative Serivces, 25-18-ITB, and
WHEREAS, the Principal desires to file this bond in accordance with law, in lieu of a certified
cashier’s check or otherwise required to accompany this Bid, and
WHEREAS, the City requires a financial statement of the Surety Company to be included
as a part, of this contract and the Surety Company must appear on the Treasury
Department’s most current list (Circular 570 as amended).
NOW, THEREFORE: the conditions of this obligation are such that if the Bid is accepted, the
Principal shall, within fifteen (15) days after the receipt of notification of the acceptance thereof,
execute a contract in accordance with the Bid and upon the terms and condition of such Bid, in
the form and manner required by the City, and execute a sufficient and satisfactory Public
Construction Bond or separate Payment and Performance Bonds payable to the City, in an
amount not less than the total contract price, as indicated by the approximate quantities shown in
the Bid, in form and with security satisfactory to the City, then this obligation to be void; otherwise
to be and remain in full force and virtue in law; and the surety shall, upon the failure of the Principal
to comply with any or all of the foregoing requirements within the time specified above,
immediately pay to the aforesaid City upon demand, the amount hereof in good and lawful money
of the United States of America, not as a penalty, but as liquidated damages.
IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be duly
signed and sealed this ______ day of ___________________, 2025.
ATTEST: PRINCIPAL:
_______________________________ _________________________________
Name and Title Name and Title
ATTEST: SURETY:
_________________________________ _________________________________
Name and Title Name and Title